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-R0075 - Allen Butler Construction - 02_08_2018 (3)
Resolution No. 2018-R0075 Item No. 6.10 February 8, 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 for and on behalf of the City of Lubbock, Contract No. 13876 for 98'h Street Paving Improvements from Upland Avenue to Milwaukee Avenue as per RFP 18-13876-TF, by and between the City of Lubbock and Allen Butler Construction, Inc., of Lubbock, 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 DANI:EL M. POPE, MA'40R ATTEST: Rebecka Garza, City Sec APPROVED AS TO CONTENT: Mark Ycarwo(A, City Manager er g APPROVED AS TO FORM: Kelli Leisure, Assistant City Attorney ccdocs/RES.Public Works Contract 13876.98°i Street Paving Improvements 01.17.2018 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: 12018-305537 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Allen Butler Construction Inc Lubbock, TX United States Date Filed: 01/24/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: 01/25/2018 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. 13876 Amendment for 2018-305530 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary DeLeon, Lucas Lubbock, TX United States X Carroway, Keith Lubbock, TX United States X Davis, Jim Lubbock, TX United States X Wetzel, Daniel Lubbock„ 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) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-305537 Allen Butler Construction Inc Lubbock, TX United States Date Filed: 01/24/2018 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Lubbock Date Acknowledged: g 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. 13876 Amendment for 2018-305530 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 4 Name of Interested Party City, State, Country (place of business) Nature ofinterest (check applicable) Controlling Intermediary DeLeon, Lucas Lubbock, TX United States X Carroway, Keith Lubbock, TX United States X Davis, Jim Lubbock, TX United States X Wetzel, Daniel Lubbock„ TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is >6nJ—,fftd—A4,rAF11— and my date of birth is My address is Gt/Pt,6 Ax&*o4T AvE �j�6aG�c- y4�1t/ of (street) (City) (state) (zip code) (country) I declare under penalty �� of perjury that the foregoing is true and correct.c Executed in L�ffr> 4A— County, State of •t ""%� on the day of —(Ary+ , 20 �g (month) (year) Sign u authorized g tr g business entity (De larant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 City of Lubbock Bid RFP 1 B-13a76-TF City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for 'ROD 75 RFP 18-13876-TF 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue Before submitting your proposal, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. V Carefully read and understand the plans and specifications and properly complete the PROPOSAL SUBMITTAL FORM. Proposal submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The proposer binds himself on acceptance of his proposal to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Proposal item, the Unit Price will be taken." Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX 1D number or Owner's SOCIAL SECURITY number. 2. Include PROPOSAL BOND or CASHIER'S OR CERTIFIED CHECK as your proposal surety. Failure to provide a proposal surety WILL result in automatic rejection of your proposal. 3. (/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. ✓ Clearly mark the proposal number, title, due date and time and your company name and address on the outside of the envelope or container. 5. i/ Ensure your proposal is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late proposals will not be accepted. 6. `� Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Proposal. 7. ✓ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY nunnber. 8. ✓ Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE 9. ✓ Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 10. ✓ Complete and submit the PROPOSED LIST OF SUB -CONTRACTORS. it. ✓ Completed CONTRACTOR'S STATEMENT OF QUALIFICATIONS DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REOUIRED BEFORE CONTRACT IS FINALIZED: 13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIESFORM 1295 within the specified time FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR PROPOSAL SUBMITTAL. (Type or Print Company Name) 12/12/2017 3:01 PM P. 5 Page Intentionally Left Blank t 2. 3. 4. t 5. 6. 7. 8. 9. 10. 11. f 11. 12. -� 12. 13. INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE 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 POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES GENERAL CONDITIONS OF THE AGREEMENT DAVIS-BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS 1 Page Intentionally Left Blank I NOTICE TO OFFERORS Page Intentionally Left Blank NOTICE TO OFFERORS RFP 18-13876-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 January 9, 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 Paving Improvements - Upland Avenue to Milwaukee Avenue" 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. Proposals are due at 2:00 PM on January 9, 2018, and the City of Lubbock City Council will consider the proposals on February 8, 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. 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 non -mandatory pre -proposal conference on December 28, 2017 at 10:00 AM in Committee Room 103, Lubbock City Hall, 162513th Street, Lubbock, TX 79401. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at http://ameiicasplanroom.coin/ . ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within six 60 days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the proposer's expense. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. a_j 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. P1, 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) 775-2175 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta-ACvarez Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT f(i GENERAL INSTRUCTIONS TO OFFERORS Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1 PROPOSAL DELIVERY TIME & DATE The Cityof Lubbock is seeking written and sealed competitive proposals to furnish 98th Street Paving g P p P g Improvements - Upland Avenue to Milwaukee Avenue per the attached specifications and contract documents. Sealed proposals will be received no later than 2:00 PM, January 9, 2018 at the office listed below. An proposal received after the date and hour specified will be rejected and returned Yp p p J 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 18-13876-TF 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue" 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 & 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 on December 28, 2017 at 10:00 AM in Committee Room 103, Lubbock City Hall, 1625 1311 Street, Lubbock, TX 79401. All ' persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. i 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 L_; libraries. .19 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at http://www.bidsypc.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. 2 5 PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial M1. 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. 3 11 PLANS FOR USE BY OFFERORS F11 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 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, CTPM Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: TKFIoresginylubbock.us Bidsync: www.bidsync.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be completed in compliance with the following schedule: 13.1.1 MILESTONE A — Substantial Completion of the curb and gutter and asphalt roadway, including all under -paving items, and all lanes of traffic complete from Upland Avenue to Milwaukee Avenue as defined in the Special Conditions of the Contract within 175 (one hundred seventy-five) CONSECUTIVE CALENDAR DAYS from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer or by Friday, August 17, 2018. 13.1.2 MILESTONE B — Substantial Completion of all remaining items in the project and Owner is notified the project is ready for Punch List walk-through as defined in the 4 Special Conditions of the Contract within 90 (ninety) CONSECUTIVE CALENDAR DAYS from the end of Milestone A. 13.1.3 Final Completion — Reach Final Completion of the contract including addressing all items identified during the Punch List walk-through within 30 (thirty) CONSECUTIVE CALENDAR DAYS from the completion of the Punch List walk-through. 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. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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 1 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 expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to a maximum of ten sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19 PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of a proposer the following information: (a) The experience record of the proposer showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the proposer. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees ` that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22 BARRICADES AND SAFETY MEASURES The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORDING 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 1 unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. FIJI 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28 PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. 29 PREPARATION FOR PROPOSAL 29.1 The 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 i 8 in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a proposal item, the unit price will be taken. A proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. The proposer shall submit his proposal on forms furnished by the City, and all blank spaces in the changed for the purpose of correcting an error in the proposal price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Offerors, and endorsed on the outside of the envelope in the following manner: 29.3.1 Proposer's name 29.3.2 Proposal RFP 18-13876-TF: 98th Street Paving Improvements - Upland Avenue to Milwaukee 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. 30 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. 9 31 32 If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be y considered incorporated by reference into the aforementioned contract documents. QUALIFICATIONS OF OFFERORS The proposer may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The proposer may also be required to give a past history and references in order to satisfy the City of Lubbock about the proposer's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the proposer to perform the work, and the proposer shall furnish to the City of Lubbock all information for this purpose that may be requested. The proposer's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the proposer fails to satisfy the City of Lubbock that the proposer is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (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 114- (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 1-14 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 ir 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, 25% for Contractor Qualifications, 5% for Safety Record, and 10% 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 t to. I 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 b the rice of the proposal being evaluated. That fraction is then multiplied b the � g Y p� p P g p Y 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 25% CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and past experience with the contractor. The City may also interview the job superintendent at a time to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points 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. The Contractor must submit this ratio with his proposal. Contractors with an Experience Modification Ratio greater than 1 will receive zero points for safety. 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 32.4 10% CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value 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. � a 11 I The estimated budget for the construction phase of this project is $4,000,000.00 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. a 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 " 34. ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUHUES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude proposers from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential proposers, assure that contract decisions are made in public, and to protect the integrity of the proposal process. Violation of this provision may result in rejection of the proposer's proposal. 12- I 4 35 PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem ,.., wages for legal holiday and overtime work. 35.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Proposers may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: htip://www.wdol.gov/dba.Wx 35.4 It shall be the responsibility of the successful offeror to obtain the proper wage rates from the web site for the type of work defined in the proposal specifications. 35.5 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 t TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Sec. 2269.058. USE OF OTHER PROFESSIONAL SERVICES. (a) Independently of the contractor, construction manager -at -risk, or design -build firm, the governmental entity shall provide or contract for the construction materials engineering, testing, and inspection services and the verification testing services necessary for acceptance of the facility by the governmental entity. (b) The governmental entity shall select the services for which it contracts under this section in C accordance with Section 2254.004. Sec. 2254.004. CONTRACT FOR PROFESSIONAL SERVICES OF ARCHITECT, ENGINEER, OR SURVEYOR. (a) In procuring architectural, engineering, or land surveying services, a governmental entity shall: (1) first select the most highly qualified provider of those services on the basis of demonstrated competence and qualifications; and (2) then attempt to negotiate with that provider a contract at a fair and reasonable price. (b) If a satisfactory contract cannot be negotiated with the most highly qualified provider of architectural, engineering, or land surveying services, the entity shall: (1) formally end negotiations with that provider; (2) select the next most highly qualified provider; and (3) attempt to negotiate a contract with that provider at a fair and reasonable price. (c) The entity shall continue the process described in Subsection (b) to select and negotiate with providers until a contract is entered into. Paae Intentionally Left Blank 1 1 I PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank I u N City of Lubbock Bid RFP 18.13876-TF PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: /— f — 24 l 8 PROJECT NUMBER: RFP 18-13876-TF - 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue Proposal of t—LEKl , -CSfZ-- .�Is�'+Z c� t 03� �c� �, (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 Paving Improvements - Upland Avenue to Milwaukee Avenue 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 NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 PREPARING ROW STA 52 2 REMOVING CONC (RIPRAP) SY 89 %p, �v S 3 REMOVING CONC (SIDEWALKS) SY 112 4 REMOVING STAB BASE & ASPH PAN (12") SY 2,933 `� zj, 7-0� q$ 5 REMOVING SM RD SN SUP&AM EA 3 112. Zo 6 ABANDON AND CAP EXISTING WELLS EA 3 61'K", (Z 7 EXCAVATION (ROADWAY AND CHANNEL) CY 43,551 1.18 8 EXCAVATION (PLAYA LAKE) CY 32,421 2,4/� ?q/ �( 12/12/2017 3:01 PM p. 33 City of Lubbock I Bid RFP 18-13876-TF ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 9 OVER EXCAVATION CY 1,000 (, , z1o, OD 10 EMBANKMENT (FINAL)(DENS CONT)(TY A) CY 27,249 Z,1( 51�1 INS 3q 11 6"FLEX BASE SY 32,303 m-CLD 34 lutm 12 4" TYPE B HMAC SY 31,239 12 , 2.6 S81( R7 80 13 2" TYPE C HMAC SY 27,971 12 w 3%,Tlb8i 14 4" CONCRETE RIPRAP CY 118 3W, 5t?. 15 5" CONCRETE CHANNEL (14' curbed channel & slope protection) CY 1,007 Z(z, Z� Z U, 114, gyp$ 16 GABION MATTRESS (8") CY 44 ` 26 -zAe 19) S13-',9f 17 CONCRETE CURB AND GUTTER LF 2,776 !D. S� 542) Va. ea0 18 SAWTOOTH CURB AND GUTTER LF 135 rj.gq l crQ 19 CONCRETE INTERSECTIONS SY 791 (Abs (r7y43, 45 20 CONCRETE ALLEYS SY 263 (60. 25 21 4" CONCRETE SIDEWALK SY 1,834 -,f t. * (Qa 22 CURB RAMPS SY 104 23 WOOD FENCE LF 6 1570. 0. q5- 24 CONC BOX CULV (3 FT X 3 FT) (EQUALIZER) LF 270 Zb 1.50/ t U Offeror's Initials: 7 12/12/2017 3 G1 PM P, 34 �-j City of Lubbock Bid RFP 16-13876-TF ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 25 CONC BOX CULV (4 FT X 4 FT) (QUINCY) LF 460 65: 35 12.-105136 26 CONC BOX CULV (5 FT X 2 FT) (ROCHESTER) LF 198 27 SET (TY 1) (S= 3 FT) (HW=4 FT) (6: 1) (CROSS) EA 6�S- 28 SET (TY I) (S= 4 FT) (HW=6 FT) (3:1) (PARALLEL) EA 8 no. 05- 29 SET (TY 1) (S= 5 FT) (HW=4 FT) (3:1) (PARALLEL) EA 6 c , g� Yf/ 561 .,U 30 TOPSOIL (4") SY 17,251 3l CELL FBR MLCH SEED (PERM) (URBAN) (SANDY) SY 34,135 0, T3 32 DRILL SEEDING (TEMP)(WARM) SY 34,135 0" Z -i -4, 1(A 3S- 33 SOIL RETENTION BLANKETS (CL1) (TY D) (Slope protection outside of concrete limits) SY 6,620 �(„ �] t1 *5-lb 34 ROCK FILTER DAMS (INSTALL) (TY 2) LF 450 5b, 11 ''O 35 ROCK FILTER DAMS (REMOVE) LF 450 36 CONSTRUCTION EXITS (INSTALL) (TY 1) SY 300 I�. l�l f q,C 3Z-0O 37 CONSTRUCTION EXITS (REMOVE) SY 300 ),`feis--oo 38 TEMP SEDMT CONT FENCE (INSTALL) LF 4,930 C 1 Z) M.30 39 TEMP SEDMT CONT FENCE (REMOVE) LF 4,930 6, 213)7,10 40 ADJUST MANHOLES EA 6 Offeror's Initials: 8 12/12/2017 101 PM p.35 City of Lubbock Bid RFP 18-1387E-TF No. DESCRIPTION UNIT ESTIMATEDITEM NT QUANTITY UNIT PRICE EXTENDED AMOUNT 41 ALUMINUM SIGNS (TY A) SF 133 w, ZD 42 IN SM RD SN SUP&AM TYIOBWG(1)SA(P) EA 13 �7t✓ +q G�� 1�..� 43 1N SM RD SN SUP&AM TY 1 OBWG(1)SA(T) EA 1 -729, 731 ' 2 44 CONDT (PVC) (SCH 40) (4") LF 966 q�.C� 45 GROUND BOX TY 2 (484860) WrAPRON EA 16 46 REFL PAV MRK TY I (W)8"(SLD)(IOOMIL) LF 2,062 zr�2 Lf 12, 6(p 47 REFL PAV MRK TY I (W)12"(SLD)(I OOMIL) LF 753 �-� (� ( L ZP 33 48 RE PM W/RET REQ TY I (W)4"(BRK)(100MIL) LF 40 49 RE PM W/RET REQ TY I (W)4"(SLD)(100MIL) LF 7,378 �® b 4 ' , 50 RE PM W/RET REQ TY I (Y)4"(BRK)(100MIL) LF 780 (6 8 5Ye 66 51 RE PM W/RET REQ TY I (Y)4"(SLD)(100MIL) LF 10,404 1,64Z 11,132,2S 52 PREFAB PAV MRK TY B (W)(24 )(SLD) LF 331 (� �� j6f/ Off-- 53 PREFAB PAV MRK TY B (W)(ARROW) EA 12 dZJ, 06 54 PREFAB PAV MRK TY B (Y)(24")(SLD) LF 106 l f ga f f 28 55 REFL PAV MRKR TY I-C EA 99 & 3r- 13e 63 56 REFL PAV MRKR TY II -A -A EA 440 75,3!7 1, [62-9 86 Pi El 2! Offeror's Initials: 9 ,! 12/12/2017 3 01 PM p. 36 _ f ^' City of Lubbock Bid RFP 1B-13B76-TF ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 57 TRAFFIC BUTTON TY W EA 22 ? � jt-f 58 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD) EA I 25bo. (zq 2j.4qq 59 16" C-900 DR-18 PVC WATER PIPE LF 35 60 12" C-900 DR-18 PVC WATER PIPE LF 2,553 65. 61 10" C-900 DR-18 PVC WATER PIPE LF 64 rj,'�, j7 3,3%88 62 8" C-900 DR-18 PVC WATER PIPE LF 211-r,�4P 63 6" C-900 DR-18 PVC WATER PIPE LF 527 64 16" GATE VALVE AND VAULT EA I 65 12" GATE VALVE AND VAULT EA 3 66 10" GATE VALVE AND VAULT EA 15��. 67 8" GATE VALVE AND VAULT EA 2 Za r% (aLf b !q, 68 6" GATE VALVE AND VAULT EA 4 %W!J,6 3 (o32. f Z 69 DUCTILE IRON FITTINGS EA 3 r & b'4 70 CONNECTION TO EXISTING WATERLINE TON 9 23�o k ( -5, oLc?. 71 FIRE HYDRANT ASSEMBLY EA 2 q7/z 1 72 TRENCH SAFETY EA 3,390 2, Zq -- �3.40 € _y Offeror's Initials: 10 k.IVL l 12/12/2017 3:01 PM p. 37 City of Lubbock Bid RFP 18-13876-TF ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT EXTENDED NO. PRICE AMOUNT 73 REMOVAL OF EXIST WATERLINE LF 2,513 74 TRAFFIC CONTROL MO 10 75 MOBILIZATION LS I �5�,��-{ �` 5301, Iq SUBTOTAL TOTAL BASE ITEMS 1-76 $ Alternates ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT EXTENDED NO. PRICE AMOUNT A l - I 5" CONCRETE CHANNEL (Remaining slope Cy 920 -375�, protection) Al-2 SOIL RETENTION BLANKETS (CL 1) (TY D) Sy 6,620 (Deduct if concrete lined) SUBTOTAL ALTERNATE ITEMS Al-1 and AI-2 S TOTAL ALL ITEMS (BASE AND ALTERNATES) $ D 863. l/_ Offeror's Initials: 11 12/12/2017 3:01 PM p. 38 City of Lubbock Bid RFP 18-13876•TF Offeror hereby agrees to commence the work on the above project within five days of "Notice to Proceed" from the Owner and to complete the project within the following schedule: MILESTONE A — Substantial Completion of the curb and gutter and asphalt roadway, including all under -paving items, and all lanes of traffic complete from Upland Avenue to Milwaukee Avenue as defined in the Special Can itions of the Contract within ( t ) Days (Completedantractor2 written Days (Completed by Contractor) CONSECUTIVE CALENDAR DAYS frQ the beginning of work or by August 17", 2018. Offeror also agrees to pay Owner Liquidated Damages in the amount of $2,500 per consecutive Calendar Day the roadway remains closed in excess of the time set forth herein above and will continue to pay Liquidated Damages until Substantial completion is achieved and all lanes are open to traffic from Upland Avenue to Milwaukee Avenue. MILESTONE B — Substantial Completion of all remaining items in the project and Owner is notified the project is ready for the Punch List walk-through as defined in the Special Conditions of the Contract within 90 CONSECUTIVE CALENDAR DAYS from the end of Milestone A. Offeror also agrees to pay Owner Liquidated Damages in the amount of $1,500 per consecutive Calendar Day the Contractor continues to work in excess of the time set forth herein alcove and will continue to pay Liquidated Damages until the Owner is notified the project is ready for the Punch List walk-through. FINAL COMPLETION — Completion of the contract including addressing all items identified during the punch list walk-through within 30 CONSECUTIVE CALENDAR DAYS from the completion of the walk-through. Offeror also agrees to pay Owner Liquidated Damages in the amount of $1,000 per consecutive Calendar Day in excess of the time set forth herein above for completion of this project and will continue to pay Liquidated Damages until the project is brought into compliance and all items are completed and accepted by the Owner. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of ninety (90) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials: 12 9_ , _ , 1211212017 101 PM p_ 39 City of Lubbock Sid RFP 18-13876-TF ` Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) 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 r ATTEST: Offeror acknowledges receipt of the following adden Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: 1 - 9 - Z e7, Au a`ed SfkaWi re" ��aE467EL (Printed or Typed Name) kit t ¢1i &M-Ae - mpany Address City, County -ray-n:5 -701/5 3 State Zip Code Telephone: - -7((< -'7r19& Fax: _-��- 7 Y 52 S 7� Email: FEDERAL TAX ID or SOCIAL SECURITY No. MAYBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) t� 13 12/12/2017 3:01 PM p. 40 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Allen Butter Construction, Inc., as Principal, hereinafter called the Principal, and the North American Specialty Insurance Company, a Corporation created and existing under the laws of the State of New Hampshire, whose principal office is in Overland Park, KS, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Lubbock„ Texas, as Obligee, hereinafter called the Obligee, in the sum of rive Percent (5%) of the Greatest Amount Bid Dollars ($------ 5%------ ), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for RFP I8-13876-TF 98th Street Paving_ Improvements - Upland Avenue to Milwaukee Avenue NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of Januaa, 2018. Attest: C Witness: By Dorm S-32664 Printed in U.S.A. 12-70 Allen Butler Construction, Inc. (Principal) 1 By . (SEAT..) North American Specialty Insurance Company By Kevin J. nnn, ttorney-in-Fact (srnr.) SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY ' WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER Or ATTORNEY KNOW ALL MEN BY THESE PRESEN`fS,'n IAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of Ncw Hampshire, and having its principal office in the City of Overland Park. Kansas and Washington International insurance Company a corporation organized and existing under the la\vs of the State orNew I Iampshirc and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the la\\s of the Store of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: W. LAWRENCE BROWN, TRACY TUCKER, KEViN J. DUNN and STEVEN TUCKER JOINTLY OR SEVERALLY Its true and lawful Allorricy(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and dwd, bonds or other writings obligatory in the nature of a hand on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by (j law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the JI amount of: ONE HUNDRED TWENTY FIVE MILLION (S125,000,000.00) DOLLARS This flower of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, thut any hwo of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be. and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Po\vcr of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surely, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the sea) of the Company: and it is FURTI IER RLSOLVED. that the signature of such officers and the seal of the Company may he affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attomey or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." yQ4o�pp��G � ��??4bar8tirr., lty ,� �• S•I:Ai. Stern erson,. « a a r asanu ano emnareCanpany S`�L $ & Seriar Vice Pro4lemt of %-"h Anterkan Specialty Inrrraaee Gmpmy .. R i 11113 r im & sent" Vkt PeeaWent er Wraport Inwrnnre Corp "dWn Ily Mike A. ha, Serdrr Vke PresWrof or WarUiitem ralermHienal tnturmte Company I!N$lllllalm & Senior Vlte Presider, f Nr1p Amnkam Spemre Company t'i & Senior te Prnhkm oof WnlpaIrnrraat l e Carp Carpe"adnwi am IN WITNESS WHERE -Or, North American Spccially Insurance Company, Washington International Insurance Company and Westport I I insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this u this 12 day of September 20 17 North American Specialty Insurance Company Washington international Insurance Company Slate of Illinois Westport Insurance Corporation County of Cook ss: On this 12 day of September , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice ]'resident of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specially Insurance Company and Senior Vice President of Westport insurance Corporation, personally known to me, \rho being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said inStrtunent to be the voluntary act and deed of their respective companies. =STATE PUBLIC. It�t01SI? M. Kenny, Notary Public 'J 1, Jeffrey Goldberg the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington international Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Powcr of Attorney given by said North American Specialty Insurance Company. Washington International Insurance Company and Westport insurance Corporation which is still in full force and effect. �. IN WITNESS WHEREOF. I have set my hand and affixed the seals of the Companies this 9111 day of January .20 18 Whey (tldli r Via Proidmt R AstittmA seaeun of Washhrgron international rrourW= Compsm• & rr North An"cm Sr r nIn• inttumtce CorrWwy & Vie Neikk u & Asrrstanl Seercmry of Westport I+rwanie Cognraaar y 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? Attachment E C. SAFETY: Does the organization stress and support safety as an important function of the work process? Attachment F D. OUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? Attachment G (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "H". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "I". 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? Attachment J 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 judgment 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: ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX: 806-745-7577 QUALIFICATIONS OF OFFERER Allen Butler Construction, Inc. (ABCI) holds all capabilities, skills, and resources to complete the project on time. ABCI has an immediate available credit limit of $5.1 million, with a much higher overall available credit limit. David Jones, Executive Vice President of City Bank Lubbock, is available as a financial reference. Our skilled Management, Supervisors, and Operators are more than capable of promptly completing this project within the time frame proposed. The character, integrity, reputation, judgment, experience, and efficiency of Allen Butler Construction, Inc. has been demonstrated during previous projects for the City of Lubbock, TXDOT, Lamb County, and many private project owners throughout the company's history. We make viable efforts to accelerate projects when possible, and work diligently to rapidly overcome unforeseen issues discovered on the project. Allen Butler Construction, Inc. holds a well -respected safety record for our industry. Our Experience Modifier is currently at 0.83. This is due to our commitment to safety of all employees, sub -contractors, and the public. We choose sub -contractors based on their ability to perform their work on schedule and in a safe manner. Our sub- contractors work on TXDOT and City Projects where a high level of safety must be demonstrated. Any sub -contractor we would use on this project has demonstrated this high standard and will be held to such. Our previous experiences with the City of Lubbock are evident by our continued positive relationships with Directors, Managers, Engineers, Purchasing Agents, and Field Inspectors. We strive to maintain a positive working relationship with parties associated with our projects. We value these working relationships and will continue to build upon the principal of professionalism. I i r Contractor's General Information Organization Doing Business As ALLEN BUTLER CONSTRUCTION, INC. Business Address of Principle Office P.O. BOX 53058 LUBBOCK, TX 79453 Telephone Numbers Main Number 806-745-7498 Fax Number 806-745-7577 Web Site Address WWW.ALLENBUTLERCONSTRUCTION.COM Form of Business (Check One) IN Date of incorporation X I A Corporation A Partnership An Individual 1995 State of Incorporation TX Chief Operations Officer's Name James Davis Chief Financial Officer Daniel R. Wetzel P.E. Vice President's Names) Secretary's Name James Davis Treasurer's Name Date of Organization Daniel R. Wetzel P.E. Hill IN State whether partnership is general or limited Name Business Address Average Number of Current Full Time 140 Em to ees I Average Estimate of Revenue for 36 MILLION I the Current Year Contractor's Organizational Experience Business As Business Address of Regional Office ALLEN BUTLER CONSTRUCTION, INC. P.O. Box 53058 LUBBOCK, TX 79453 Name of Regional Office Manager Erica Dilliard Telephone Numbers Main Number 806-745-7498 Fax Number 906-745-7577 Web Site Address W W W.ALLENBUTLERCONSTRUCTION.COM List of names that this organization currently, has or anticipates operating under over the history of the organization, including the names of related com anies presently doing business: Names of Organization I From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization I Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 139 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any N work awarded to it? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization been released from a bid or proposal in the past ten N ears? If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualified as a bidder or proposer by any N local state, or federal agency within the last five ears? 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 N litigation? 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 N defined in the contract documents? If yes provide full details in a separate attachment. See attachment No. 3 Contractor's Proposed Key Personnel Business As I ALLEN BUTLER CONSTRUCTION, INC. Provide a brief description of the managerial structure of the organization and illustrate with an organizational chart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. C-2 Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational chart. Include the title and names of proposed key personnel and alternates. Include this chart at an attachment to this description. See attachment No. D-2 SEE ATTACHMENT D-1 Provide information on the key personnel proposed for this project that will provide the following key functions. Provide information for candidates for each of these positions on the pages for each of these key personnel. Also provide biographical information for each primary and alternate candidate as an attachment. The biographical information must include the following as a minimum: technical experience, managerial experience, education and formal training, work history which describes project experience, including the roles and responsibilities for each assignment, and primary language. Additional information highlighting experience which makes them the best candidate for the assignment should also be included. Role Primary Candidate Alternate Candidate Project Manager LUCAS DELEON Project Superintendent BOBBY EVANS Project Safety Officer TERRY SPEAR Quality Control Manager MARK PARKER 4 Proposed Project Managers Business As Name of Individual Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Lamb County — Denim Rd. Erskine, Lubbock — TXDOT Reference Contact Information(listing names indicates Name JEREMY DEARING Title/ Position INTERIM AREA ENGINEER -Organization TXDOT Telephone 806-745-4411 E-mail JEREMY.DEARING(a)TXDOT.G Project MSF 5C Candidate role on Name of Individual ALLEN BUTLER CONSTRUCTION. INC. Tyler McAllister 19 MONTHS 19 MONTHS 19 MONTHS 3 YEARS Percent of Time Used for Estimated Project this Project Compiletion Date 20 December 2017 40 L August 2018 ival to contacting the names individuals as a reference) Name Title/ Position LAURA ALWA Organization CONST. RECOI Telephone 806-6374501 E-mail LA Project US Candidates role on Proiect CO. Years of Experience as Project Manager Years of Experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project Position 1 Candidate role on I I Candidate role Proiect on Proiect 5 Proposed Project Superintendent ALLEN BUTLER CONSTRUCTION, INC. BOBBY EVANS 28 19 20+ 20+ Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date ALL JOBS 701% Reference Contact Information(listing names indicates approval to contacting the names individuals as a reference Name SHANE POPE Name RICKY WALKER Title/ Position INSPECTOR Title/ Position INSPECTOR Organization TXDOT Organization WALKER, RPR Telephone 806.239-8516 Telephone 806-7874235 E-mail E-mail Project HWY 87 BRIDGE Project 98111 STREET Candidate role on Proiect SUPERINTENDENT Candidate role on Proiect TSUPERJNTEN DENT Percent of Time Used for I Estimated Title/ Position Candidate role on Project Project 6 Proposed Project Safety Officer Organization Doing Business As ALLEN BUTLER CONSTRUCTION, INC. TERRY SPEAR Name of Individual Years of Experience as Project Safety Officer I YEAR Years of Experience with this organization I YEAR Number of similar projects as Safety Officer 1 YEAR Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project this Project Completion Date ALL COMPANY PROJECTS AND FACILITIES 40% Reference Contact Information(listing names indicates ap val to contactingthe names individuals as a reference Name ED NAGEL Name BYRON PIECHOWSKI Title/ Position RISK ADVISOR Title/ Position RISK MANAGEMENT Organization IBTX Organization IBTX Telephone 214-613-1124 Telephone 214-613-1114 Name ED NAGEL Name BYRON PIECHOWSKI Title/ Position RISK ADVISOR Title/ Position RISK MANAGEMENT Organization IBTX Organization IBTX Telephone 214-613-1124 Telephone 214-613-1114 Candidate role on I Candidate role Project on Project 7 (; Proposed Project Quality Control Manager Business As Name of Individual Mark Parker Years of Experience as Quality Control Manager 20+ Years of Experience with this organization 20+ Number of similar projects as Quality Manager 20+ Number of similar projects in other positions 20+ Current Project Assignments Name of Assignment Percent of Time Used for Estimated Project ALL COMPANY PROJECTS AND FACILITIES 40% Reference Contact Information(listing names indicates ap oval to contacting the names individuals as a reference Name ED NAGEL Name I BYRON PIECHOWSKI Title/ Position RUSK ADVISOR Title/ Position RISK MANAGEMENT Organization IBTX Or anization IBTX Telephone 214-613-1124 Telephone 214-613-1I14 E-mail ena el ib-tx.com E-mail b iechowski0ib-tx.com Project Project Candidate role on Project Name of Individual Candidate role on Project KEITH CARROWAY Years of Experience as Quality Control Manager 12 Years of Experience with this organization 12 Number of similar projects as Quality Manager 25 Number of similar projects in other positions 25 Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project Completion Date ame ED NAGEL Name BYRON PIECHOWSKI itle/ Position RISK ADVISOR Title/ Position RISK MANAGEMENT r anization r IBTX Or anization IBTX elephone 214-613-1124 Telephone 214-613-1114 j Candidate role on j Candidate role I j j Proiect I on Proiect I i 8 Contractor's Project Experience and Resources Business As I ALLEN BUTLER CONSTRUCTION, INC. Provide a list of major projects that are currently underway, or have been completed within the last ten years on Attachment A Provide a completed Project Information form (Attachment B) for projects that have been completed in the last five ears which specificalIX illustrate the organizations ca abili 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: 1. Contract administration 3. Management of subcontractor and suppliers 3. Time management 4. Cost control SEE ATTACHMENT K 5. Quality management 6. Project site safety 7. Managing changes to the project S. Managing equipment 9. Meetin HUB! MWBE Partici ation Goal Provide a list of major equipment roosed for use on this project. Attach Additional Information if neces Equipment Item Prim Use on Project Own Will Lease m'Y j n.... SEE ATTACHMENT L ALL EARTHWORK, SURVEYING, COMPACTION, CONCRETE, ASPHALT, STORM DRAIN I INSTALLATION, SWPPP What work does the organization propose to subcontract on thisproject? SMALL SIGNS, TRAFFIC CONTROL, PIPE INSTALLATION, MILLING 9 l^; Contractor's Subcontractors and Vendors ALLEN BUTLER CONSTRUCTION, 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 Provide information on the proposed key personnel, project experience and a description of past relationship and work experience for each subcontractor listed above usingthe Proiect Information Forms. Provide a list of major equipment proposed for use on this project. Coordinate this list with the Major Equipment Manufacturers Form located at the end of Section 4. Attach Additional Information if necessary Furnish Furnish HUB/M Vendor Name Equipment / Material Provided and WBE Only Install Firm FORTERRA PRECAST PRECAST DRAINAGE BOXED XXXX 10 Attachment A Current Projects and Project Completed within the last 10 Years Project Owner CITY OF LUBBBOCK 1projectName 198TH ST WIDENING —UNIVERSITY TO US 87 General Description of Project RECONSTRUCT AND WIDEN THE EXISTING STREET Project Cost 7.2 MIL I Date Project Completed 5-2017 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name RONNIE GILMORE / BRANDON BYBEE RONNIE STOKES KEITH CARROWAY MARK PARKER Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) __. Name Title/ Position Organization Telephone E-mail Owner NEIL WELCH PROJECT ENGINEER CITY OF LUBBOCK 806-775-2173 Designer KIMLEY -- HORN Construction Manager Project Owner I CITY OF LUBBOCK Project Name MILWAUKEE AVE 98T11 TO 114TH General Description of Project: WIDEN AND RECONSTRUCT EXISTING STREET Project Cost 8.2 MIL I Date Project Completed MAY 2014 Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name RICK HUMPHRIES LYNN DAY KEITH CARROWAY MARK PARKER Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner NEIL WELCH PROJECT ENGINEER CITY OF LUBBOCK 806-775-2173 Designer Construction Manager Project Owner I TX DOT Project Name FM 1730 General Descript RECONSTRUCTION OF ROADWAY Project Cost 14.1 MIL Date Project Completed NOT COMPLETE Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name DAINEL WETZEL P.E. ROBERT CORONA KEITH CARROWAY MARK PARKER Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Title/ Position Organization Telephone E-mail Owner WILL BARNETT P.E AREA ENGINEER TX DOT 806-7484466 will.bamett@txdot.gov Designer Construction Manager Protect Information ATTACHMENT B Project Owner TX DOT Project Name US 62 INTERSECTION RECONSTRUCTION General Description of Project RECONTRUCTION OF US 62 AND UNIVERSITY AND US 62 AND INDIANA Budget History Schedule Performance Amount % of Bid Amount Date Days Bid 2,444,325.07 Notice to Proceed 5/16/12 Change Orders 26537.98 Contract Substantial Completion Date at Notice to Proceed 8/17/12 Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date 08/06/12 Final Cost 2,470,863.05 Actual / Estimated Final Completion Date 09/05/ 12 Project Manager Project Sup Safety Officer Quality Control Manager Name DANIEL WETZEL DOUG O'NEIL KEITH CARROWAY MARK PARKER Percentage of Time Devoted to the Project 20% 95% 10% 10% Proposed for this Project 20% 95% 100/0 100/0 Did Individual Start and Complete the Project? YES YES YES YES If not, who started or completed the project in their place. Reason for change. Name Title/ Position Organization Telephone E-mail Owner WILL BARNETT P.E. AREA ENGINEER TXDOT 806-748-4466 Designer Construction Manager Suret Number of Issues Total Amount involved in Resolved Resolved Issues Number of Issues Total Amount involved in 1 Pending Resolved Issues ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment C-1 Daniel R. Wetzel P.E., CFO and James Davis, COO are involved in aspects of the administrative and - financial operation. James J. Davis, COO, oversees the construction and materials divisions from bidding through completion with Robert (Bobby Evans) in construction, Mark Parker in asphalt and Steve Moczygemba in concrete. Daniel Wetzel P.E., CFO, handles all the finances for the company. Each contract is appointed an estimator, project manager and job superintendent, with these individuals working together to maintain production at optimum level. The shop foreman, Frank Groves, works directly with mechanics to insure proper care of vehicles and equipment. Erica Dilliard serves as Admin. Director, overseeing all facets of the office operation. ATTACHMENT C-2 ALLEN BUTLER CONSTRUCTION, INC. ROBERT EVANS - VP FIELD OPERATIONS TYLER MCALLISTER-- PROJECT MANAGER RONNIE STOKES - SURVEY SUPERINTENDENT TERRY SPEAR- SAFETY COORDINATOR DOUG O'NEIL - SUPERINTENDENT STEVE MOCZYGEMBA - CONCRETE SUPERINTENDENT MARK PARKER- ASPHALT PLANT SUPERINTENDENT DOUG VAUGHN _ ASPHALT PLANT FOREMAN FRANK GROVES - SHOP FOREMAN LYNN DAY -JOB FOREMAN JAVIER GARCIA -JOB FOREMAN JASON MANGINE-JOB FOREMAN LOU CARISTA - JOB FOREMAN MARIO CANTU- BRIDGE FOREMAN RICK CAMPOS CONCRETE CREW FOREMAN RICARDO BARBOSA - CONCRETE FOREMAN JEREMY HUDSON -CONCRETE FOREMAN LUIS VAQUERA - ASPHALT CREW FOREMAN BRANDON BYBEE - SURVEY MANAGER / MODELER JAMES DAVIS, COO DANIEL WETZEL P.E.- CFO LUCAS DELEON -SR. PROJECT MANAGER ERICA DILLIARD - ADMIN. DIRECTOR TYLER MCALLISTER- PROJECT MANAGER TANNER MORRIS - PROJECT MANAGER JESSICA CONLEY - HUMAN RES. KEITH CARROWAY- ESTIMATOR/CORP. SAFETY DIR. HAYLEY BUTLER- MATERIALS MGR. ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 3 Attachment D-I James Davis, COO, will oversee the construction and material divisions. Daniel R. Wetzel, CFO of Allen Butler Const., Inc. oversees general company operations. Bobby Evans, VP Field Operations, will oversee the construction. Doug O'Neil will be the foreman onsite to oversee the project. Steve Moczygemba, Concrete Superintendent, will oversee the concrete construction. Tyler McAllister, Project Manager, will be handling the daily aspect which includes scheduling, billing, coordination with subcontractors and field engineering. Terry Spear will handle safety inspections and audits for this project. Mark Parker will oversee and inspect materials for conformance and installation. H ATTACHMENT D-2 PROJECT MANAGER LUCAS DELEON ALLEN BUTLER CONSTRUCTION, INC. JAMES DAVIS, COO DANIEL WETZEL P.E. CFO ASPHALT SUPERINTENDENT MARK PARKER CONCRETE SUPERINTENDENT STEVE MOCZYGEMBA PROJECT FOREMAN SAFTEY COORDINATOR QUALITY CONTROL BOBBY EVANS TERRY SPEAR MARK PARKER ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment E Allen Butler Construction, Inc. employees highly skilled and dedicated Management, Supervisors and other key employees to perform all work to high standards. Our team members are fully committed and dedicated to a high level of safety and quality construction. The experience of and reputation of our Management, Supervisors and lead employees ensure a respectful working relationship with project owners, engineers, inspectors, and the public. Our management and team leaders are held to high standards, which we believe are of the most important values an employee can hold. 9 N I ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE: 806-745-7498 FAX:806-745-7577 Attachment: F Allen Butler Construction, Inc. firmly believes that safety and health of all employees is of the utmost importance. We hold weekly safety meetings and mandatory trainings for our employees. Our employees are trained in the OSHA 1910 and 1926 Standards, MSHA, ATTSA, TX MUTCD, and attend several annual trainings which help to mitigate and prevent safety issues. We employee a Corporate Safety Director and a Safety Coordinator which are utilized throughout the entire company. The inspections and training in the field by the Safety Coordinator are in accordance with Federal and Industry Standards. We believe all employees should work in a safe manner and environment. We strive to instill a strong safety culture to all employees, which leads to a reduction in accidents and near misses. ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE: 806-745-7498 FAX: 806-745-7577 Attachment: G Qualifying Statement to our Commitment to Quality: Allen Butler Construction, Inc. is highly dedicated to producing a quality product in each and every facet of operation. If you will note the organization chart, we have quality control officers which inspect and approve projects from start to finish. We also have in house lab testing to insure quality of materials. Our in-house lab is operated by Certified Technicians with a combined experience of over 30 years in the Industry. Our Lab Manager is well respected by TXDOT and project inspectors in the area. i ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment: H Qualifying Statement to our Quality of Work: Duties of Project Managers and Quality Control Personnel The reputation of this company relies on you performing your duties to insure the highest quality of performance on each and every project. Communication between yourself and all foremen is necessary to obtain this goal. The timeframe and work transitions during construction are dependent upon your flexible yet determined production oriented attitude. Communication of schedules to all persons involved, including the Owner and Project Representative are crucial to our aggressive production schedules. ALLEN BUTLER CONSTRUCTION, INC. 11� PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 i Attachment: I Allen Butler Construction, Inc. has been recognized by the City of Lubbock for the construction of Westchester Park Lots 414481. Texas Chapter American Public Works Association awarded Allen Butler Construction, Inc., Public Works Project of the Year 2008. Texas Mutual Insurance Co. has recognized Allen Butler Construction, Inc. for our dedication to employee health and safety for the past 9 years. 11 Allen Butler Construction has recently been issued a Safety Rating of "Satisfactory" by The Texas Department of Public Safety. N ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment: J Conformance to Contract Documents Allen Butler Construction, Inc. takes the commitment to conformance of contract documents seriously. Before any project is begun the entire staff comes together to be informed as to what is expected of them. Not only the project manager, but the team from quality control, continues the inspection of each project on a regular basis. We communicate our goals of an accelerated schedule along with our commitment to safety. The activities and schedules of production are discussed and outlined to all office and field management. ORGANIZATIONAL APPROACH ATTACHMENT K 1. CONTRACT ADMINISTRATION: Contract and Subcontract Award James Davis, COO, and Daniel Wetzel P.E., CFO, will review/approve all contracts and subcontracts for the project. BFI's and Submittals Project managers oversee all BFI's and submittals for the project. Billing and Payroll Project managers will draft and summit all payment requests to the owner. Erica Dilliard, Admin. Director, will oversee all certified payrolls and accounting documents for the project. 2. MANAGEMENT OF SUBCONTRACTORS AND SUPPLIERS The project manager will oversee all scheduling and payment requests for all subcontractors and suppliers. The project superintendent will manage subcontractor operations onsite. 3. TIME MANAGEMENT The project manager will create and maintain a Primavera P6 schedule for the project. This schedule will be submitted and discussed at the project progress meetings with all parties. Project schedule will be communicated daily with James Davis, COO, and the project superintendent. 4. COST CONTROL Internal cost control will be recorded by Daniel Wetzel P.E., CFO, and managed by James Davis, COO. External cost controls, including change orders, will be the responsibility of James Davis and the project manager. 5. QUALITY MANAGEMENT Mark Parker, quality control/assurance manager, will oversee all work items to ensure they meet or exceed all plans specifications. The project manager and superintendent will be knowledgeable of all plans and specifications for the project and act a further layer of inspection for all items of work. _ 6. PROJECT SITE SAFETY The Project Superintendent, will be the first line of safety inspection for the project as he will be onsite at all times. Terry Spear, Safety Officer, and the project manager will make daily visits to the site. All employees and subcontractors will be made aware and trained on wearing all personal protective equipment, haul routes, trench protection, and first aid. All Allen Butler Construction, Inc. pickups also carry first -aid kits as well as fire extinguishers. 7. MANAGING CRANES TO THE PROJECT James Davis and project manager will draft, negotiate, and approve all change orders for the project. 8. MANAGING EQUIPMENT The project superintendent will handle and schedule all equipment operations, haul routes, maintenance, and repairs for the project. 9. MEETING HUB/MWBE PARTICIPATION GOAL Allen Butler Construction, Inc. solicits HUB/DBE every month through advertising in the local newspaper. Any quotes that are received from HUB/DBE contractors are given the same attention as all contractors. ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment L Allen Butler Construction, Inc. owns over 450 pieces of equipment to handle any type of project. We are proposing to use the following for this project. 2 — 140H Motor graders 2 — 815 Cat Compactors 2 — Dynapac Vibratory Compactors 3 — 4000 gallon Water Trucks 2 — Dynapac 25 ton Rubber Tire Roller 2 — Dynapac Steel Wheel Roller 2 — Cat Loaders 2 — Excavators 2 — Dynapac Sheepfoot 1 — Rubber Tire Backhoe/Loader 2 — Front End Loaders 3 — 623 Scrapers 2 — Tractors with Double Pan Scrapers 1 — Cat Asphalt Paving Machine 1 — Asphalt Pickup Machine 1 -- Gomaco Slip -form Curb Machine City of Lubbock Bid RFP 18-13876-TF City of Lubbock, TX Insurance Requirement Affidavit To Be Completed by Offeror Must be submitted with Proposal I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. i I , r"" )-, t 14 Contras or (Ori inal igna ) f%Anl��� �tIET�EG, GEC? Contractor (Print) CONTRACTOR'S BUSINESS NAME:l�_,�, (Print or Type) CONTRACTOR'S FIRM ADDRESS: 7,q 13 P?-. -7 3 Zo �4.-Z 5yck- '1 ' )(- —79 L( Z-3 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 18-13876-TF - 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 12/1212017101 PM p. 64 Page Intentionally Left Blank I City of Lubbock Bid RFP 18-13876-TF Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252,0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. } In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. _�lhC-J Offeror's Initials s 12/12/2017 3:01 PM P. 56 City of Lubbock Bid RFP 18-13876-TF QUESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such Finn, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. OUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NOl-Y'_ 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: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. r Signature rd Title i� 1211212017 301 PM P,57 City of Lubbock Bid RFP 18-13876-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 services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: 1 FEDERAL TAX ID o Signature of Company Printed name of company official signing above: DateSigned: Vs L__ 12/12/2017 3.01 PM R. $8 City of Lubbock Bid RFP 18-13876-TF City of Lubbock, TX ' Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel , House Bill 89, adopted by the 85'h 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 tern of the contract. Signature of Company O Date Signed: 01-O - f Printed name of company official signing above: >a.�1,Lz-L6rZ'EL 9 9 12/2/2017 3.01 PM P. 59 1-1 City of Lubbock Bid RFP 18-13876-TF LIST OF SUB -CONTRACTORS Minority Owned Yes No ❑ ❑ O O w/ ❑ ❑ O O O ❑ ❑ O O ❑ ❑ ❑ ❑ ❑ O ❑ ❑ ❑ ❑ ❑ a ❑ ❑ o ❑ ❑ O THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: _LL LL Zda. PRINT NAME OF COMPANY) RFP I8-I3876-TF - 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 12/12/2017 3 01 PM P. 81 Paize Intentionally Left Blank t 1 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 Page Intentionally Left Blank 1 City of Lubbock Bid RFP 18-13876-TF FINAL LIST OF SUB -CONTRACTORS Minority Owned Company Name Location Services Provided Yes No 1. Hardv Trees Lubbock, Texas Landscaping ° X 2. TexOp Construction Roanoke, Texas Milling ° X 3. Barricades Unlimited Lubbock, Texas Traffic Control / Striping ° X 4. HD Weaver Lubbock, Texas Water Line o X 5. Artex Electric Lubbock, Texas Ground Box / PVC / Signs ° X 6. HCI Drilling Lubbock, Texas Cap Wells ° X 7. V-Tech Environmental Lubbock, Texas Erosion Control X ° 8. DTM Trucking Midland, Texas Trucking X ° 9. Saenz Transport Lubbock, Texas Trucking X ° 10. DBL Trucking Lubbock, Texas Trucking X ° 11. Wayne Bryant Transport Lubbock, Texas Trucking X ° 12. Statewide Transport Lubbock, Texas Trucking X ° 13. Cemtech Lubbock, Texas Concrete ° X 14. ° ° 15. ° ° 16. 0 0 SUBMITTED BY: Allen Butler Construction, Inc. 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 18-13876-TF - 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 12/12/2017 3:01 PM n 63 Paae Intentionally Left Blank I I PAYMENT BOND Pate Intentionally Left Blank r _a I Bond No. 2262787 STATUTORY PAYMENT BONA PVRSVANTTO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction, Inc. (hereinafter called the Principal(s), as Principal(s), and North American Specialty Insurance Company (hereinafter called the Suarety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Three Million Two Hundred Fifty -Four Thousand Eight Hundred Three Dollars and Sixteen Cents ($3,254,803.16) 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, fni ily by these presents. WHEREAS, the Principal has entered into a certain written contract with the- Obligee, dated the g! day of February„ 2018, to RFP 18-13876-TF 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 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 22,53.021(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 12th day of February 2018. North American Specialty Insurance Company Allen Butler Construction Inc. Surety (Company Name) *By: - (Title) Kevin J. D n, Attorney -in -Fact By. n K-44t/55 _S � '/^✓( � (Printed Name (Si re C� (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified. to do business in Texas, and hereby designates Kevin J. Dunn 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. North American Specialty Insurance Company Surety *B . (Title) Kevin J unn, Atto ey-in-Fact Approved as to form: City o b ocl� By: ity torney 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 Paae Intentionally Left Blank PERFORMANCE BOND Page Intentionally Left Blank Bond No. 2262787 STATUTORY'PERFORAIANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction., Inc. (hereinafter called the Principal(s), as Principal(s), said North American Specialty Insurance Company '(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 Three Million Two Hundred Fifty -Four Thousand Eight Hundred Three Dollars and Sixteen Cents ($3,254,803.16) lawful money of the United States for the payment whereof, the said.Principal and Surety bind themselves, and their heirs, adminisbratomf executors, successors and ,assigns, jointly and severally, firmly by these presents. - WHEREAS, the Principal has entered into a certain written contract with: the Obligee, dated the 81h day of ebruary, 2018, to RFP 18-13876-TF 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue and said principal under the law is required before :commencing the work provided for in said contract to execute a bond in the amount of said contract: which.. contract is hereby referred to and made a part hereof as My and to the same extent. as if copied at length herein.. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans,, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined .in accordance with the provisions of said article to the same extent as if it were copied at length herein,. IN WITNESS WHEREOF; the said Principal (s) and Surety (s) have signed and sealed this instrument --- this 12th day of February , 2018. North American Specialty Insurance Company Allen Butler Construction, Inc. Surety (Company Name) By: By: '5 y� L S \ (Title) Kevin J. Du ,Attorney -in -Fact (Printed Name) (Title) IN Page Intentionally Left Blank -, The undersigned surety company represents that it is duly qualified to, do business in Texas, and hereby designates Kevin J. Dunn an agent resident in Lubbock County, to whom any requisite notices may be delivered and on. whom service of process may be had in matters arising out of such suretyship. North American Specialty Insurance Company Surety *$y (Title) Kevin J. unn, Attorney -in -Fact Approved as to Form CitypAttoML By:�_ � 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 pact, we must have copy of power of attorney for our files: 2. �'...m Vim { k. lr�e.'me'3 �&ta�w»I k'� t .m.. ,,.w _..1 Ge. � I�.+.a.. � h...»:.��...,�..,�d ' SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing tinder the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: W. LAWRENCE BROWN, TRACY TUCKER, KEVIN J. DUNN and STEVEN TUCKER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 20I1. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Y!4 By `G t/F'•, �' SEAL L 6` : Steven m erson, Senior Vice President o Washington International Insurance Company . 2L SEA _ � & Senior Vice President or North American Specialty Insurance Company � CJ SEAL = 9 7� 1973 w T e & Senior Vice President or Westport Insurance Corporation %•hAMPS� • By //!/�d�N * %p��\O\•,•' M&e A. Ito, Senior Vitt President of Washington International Insurance Company y /lllllll►►l _ &Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 12 day of September , 20 17 , North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 12 day of September , 2017 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL$& M KENNY NOTARY PUBIJC, STATE OF IWNN M. Kenn No Public MY 001 MISSION EMRES 12 17 yr Y I, Jeffrey Goldberg the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this l2th day of February 20 18 Jeffrey Goldberg, Vice President & Assistant Secretan, of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President — Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1450 American Lane Suite 1100 Schaumburg, IL 60173 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. ATTACH THIS NOTICE TO YOUR POLICY: r This notice is for information only and does not p((�� become a part or condition of the attached document. Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President — Claims, al 1-800-338-0753 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-33 8-07 53 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1450 American Lane Suite 1100 Schaumburg, IL 60173 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. CERTIFICATE OF INSURANCE Page Intentionally Left Blank I if I I CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: z' 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 t---, the provisions of the standard policies used by this company, the further hereinafter described. Exceptions to standard policy noted hereon. TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EFFECTIVE LIMITS DATE DATE GENERAL LIABILITY ❑ Commercial General Liability General Aggregate $ ❑ Claims Made Products-Comp/Op AGG $ ❑ Occurrence Personal & Adv. Injury $ ❑ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY ❑ Any Auto Combined Single Limit $ ❑ All Owned Autos Bodily Injury (Per Person) $ ❑ Scheduled Autos Bodily Injury (Per Accident) $ ❑ Hired Autos Property Damage $ ❑ Non -Owned Autos G GARAGE LIABILITY ❑ Any Auto Auto Only - Each Accident $ u Umer man AUTO Umy: Each Accident $ Aggregate $ ❑ BUILDER'S RISK ❑ 100% of the Total Contract Price $ ❑ INSTALLATIONFLOATER $ EXCESS LIABILITY n Umbrella Form Each Occurrence $ Aggregate $ ❑ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ ❑ Included Statutory Limits Partners/Executive © Excluded Each Accident $ Officers are: Disease Policy Limit $ f Disease -Each Employee $ OTHER [ The above policies either in the body thereof or appropriate endorsement provide that the may not be changed or canceled b the insurer in less P Y YP Y YY 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. 1_ 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. r THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 1: 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; M (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 FJ coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NONCONTRIBUTORY 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. s i-, , REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank I I CONTRACT 1 I Page Intentionally Left Blank 1 1 1 f; I Contract 13876 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 8' day of February, 2018 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and throuT the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Allen Butler Construction, Inc. of the City of Lubbock, County of Lubbock and the State of Texas hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby agrees with OWNER to commence and complete the construction of certain improvements described as follows: RFP 18-13876-TF 98th Street Paving Improvements - Upland Avenue to Milwaukee Avenue 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. Allen Butler Construction, Inc.'s proposal dated January 9, 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: Allen Butler Construction, Inc. CITY F LUBBOC TEXAS WNER) Printed Name: O"V" ( S ` "-DA V� S Daniel M. Pope, Mayor Title: t Cam( ) ATTEST: COMPLETE ADDRESS: Rebe a Garza,-Ty"Secre�aryU Allen Butler Construction, Inc. PO Box 53058 APPR D AS TO CONTENT Lubbock, TX 79453 / / /--) /f ,,/i _ ATTEST Corporate Secretary P.E., Engi4f ey ng CIP and Design Services Manager Michael G. Keenum, P.E. CFM, Division Director of Engineering R D kS TO FORM. KAelli Leisure, Assistant City Attorney Page Intentionally Left Blank 1 I CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 1 CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 FOR VENDOR DOING BUSINESS WITH LOCAL GOVERNMENTAL ENTITY This questionnaire reflects changes made to law by H.B. 23, 84"' 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`h business day after the date the vendor becomes aware of the facts that require the statement to be filled. LAI 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 proposers 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 proposer on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmental- websites/departments/purchasing/vendor-information I 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, notarizing 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.etliics.state.tx.us/whatsnew/elf info form1295.htm r- 1 GENERAL CONDITIONS OF THE AGREEMENT i Page Intentionally Left Blank I t 2. 4. GENERAL CONDITIONS OF THE AGREEMENT Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 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 Allen Butler Construction Inc. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Manager, 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. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 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. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE The Contractor shall be furnished ten copies of all Plans and Specifications without expense to Contractor and Contractor shall keep one copy of same consistently accessible on the job site. 12. RIGHT OF ENTRY The Owner's Representative may make periodic visits to the site to observe the progress or quality of the executed work and to determine, in general, if the work is proceeding in accordance with the contract documents. Owner's Representative will not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will Owner's Representative be responsible for the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. Notwithstanding the Owner's Representative's rights of entry hereunder, the Owner's Representative will not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES The Contractor is responsible for construction layout based on the control provided in the construction documents. All lines and grades shall be furnished whenever Owner's Representative (as distinguished from Resident Project Representative(s)) deems said lines and grades are necessary for the commencement of the work contemplated by these contract documents or the completion of the work contemplated by these contract documents. Whenever necessary, Contractor shall suspend its work in order to permit Owner's Representative to j comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no C_ i--I 14 15 16 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. 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. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 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. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the , work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. r;1111 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution Vj 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 .i accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. ri 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent i 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 r ; 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 [ J 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 1 ptesting of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES -, It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be �- required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: ul 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 LJI clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of _. Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $2,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury XCU W/Heavy Equipment B. Owner's and Contractor's Protective Liability Insurance — NOT REQUIRED C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $1,000,000 Combined Single Limit per occurrence, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance — NOT REQUIRED E. Umbrella Liability Insurance — NOT REQUIRED F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least 10$ , 00,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 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; (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; IJ (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 --1 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: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (5) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.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: (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 t_ (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. �e s 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 1- 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. hi the absence of timely written notification to, Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $2,500.00 (Two Thousand Five Hundred Dollars) 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. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,00.00 (One Thousand Dollars) 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 fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages 35. 36. kirm the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 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 at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal; provided, also, that 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. 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. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 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. 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 finished 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 finished 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 /o of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for finishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application ; for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) j 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 P, The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, 1 IF - equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in - this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies I_7 available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $25,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and - condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. i 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised [.1 concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. 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 that has been misclassified (Texas Government Code Section 2155.001). 60. HOUSE BILL 1295: DISCLOSURE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: http://www.ci.lubbock.tx.us/departmental-websites/departments/purchasing/vendor-information 61. 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 organization. 62. HB 89 The Contractor warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (1) The Contractor does not boycott Israel; and (2) The Contractor will not boycott Israel during the term of the Agreement. DAVIS-BACON WAGE DETERMINATIONS Paae Intentionally Left Blank 1 EXHIBIT A General Decision Number: TX170007 01/06/2017 TX7 Superseded General Decision Number: TX20160007 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Trion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 * SUTX2011-002 08/02/2011 t. Rates Fringes o CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 3 Structures .................. $ 13.52 I ' C • ' Asphalt Raker...............$12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less..$ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ......... $ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt ............. $ 10.95 Roller, Other ...............$ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SLTLA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/ 13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based._ WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations g_ Wage and Hour Division U.S. Department of Labor 7 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. r SPECIAL CONDITIONS AND SPECIFICATIONS Page Intentionally Left Blank I I SPECIAL CONDITIONS 98th STREET PAVING IMPROVEMENTS UPLAND AVENUE TO MILWAUKEE AVENUE SC-1 SUBSTANTIALLY COMPLETED Add the following to paragraph 9, Substantially Complete, of the General Conditions of the Agreement: For this project, Milestones will be enforced and will be considered Substantially Complete according to the following: Milestone A — All curb and gutter and asphalt paving along 9811 Street complete from Upland Avenue to Milwaukee Avenue and all lanes of traffic, striped with permanent pavement markings and open to traffic. Milestone B — All remaining items in the contract complete and ready for punch list walk-through. shoulder closures will be allowed during this milestone but two-way traffic from Upland Avenue to Milwaukee Avenue must be maintained at all times through the remainder of the project. SC-2 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor's responsibility for laying out all work shall include, but not be limited to, surveying services and equipment as needed for horizontal and vertical location and control of the work. A list of vertical and horizontal control points or bench marks in the project vicinity will be furnished to the Contractor. SC-3 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies of the plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. SC-4 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor, as part of the Contract Documents. SC-5 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: December 2017 SPECIAL CONDITIONS SC - 1 The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. ENGINEER OF RECORD (EOR) is Kimley-Horn and will be available in the following capacities: SC-5.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-5.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist OWNER in determining if the Work is in general proceeding in accordance with the Contract Documents. SC-5.4 Reports: ENGINEER will review periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. SC-6 CONTRACTOR'S DUTY AND SUPERINTENDENCE Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-7 CHARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-8 OBSERVATION AND TESTING December 2017 SPECIAL CONDITIONS SC-2 General Condition Paragraph 21 is retained in its entirety. Add the following to General Condition Paragraph 21, Observation and Testing: Verification sampling and testing shall be performed at the location and frequency established in the "TxDOT Guide Schedule of Sampling and Testing. " SC-9 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-10 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any of the drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-11 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through The Rios Group, Inc. and were surveyed by Hugo Reed and Associates, Inc. These subsurface investigations were prepared for design purposes, and any reliance on the data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on the data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples, soil subsurface utility reports, or Contract Documents. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: the completeness of such reports and drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings, or any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. i s December 2017 SPECIAL CONDITIONS SC-3 SC-12 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: • (i) reviewing and checking all such information and data, • (ii) locating all Underground Facilities shown or indicated in the Contract Documents, VJ • (iii) coordination of the Work with the owners of such Underground Facilities during construction, and • (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-13 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-13.1 Whenever an item of material or equipment is specified or described in the Contract__ Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: SC-13.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or -equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. December 2017 SPECIAL CONDITIONS SC-4 i pu SC-13.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-12.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-13.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-13.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-12.3. SC-13.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-12.3 and SC-12.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change December 2017 SPECIAL CONDITIONS SC - 5 1 Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ' ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-12.3 and SC-12.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work y on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-14 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-15 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour (with a minimum of one man-hour per submittal). Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. SC-16 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated - into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest £- therein. Materials and equipment shall not be considered for partial payment if stored where the Owner cannot confirm the quantities or otherwise seize and secure the equipment and materials in the event that 3 the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will becarried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice a December 2017 SPECIAL CONDITIONS SC - 6 amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe (or box), fiberglass pipe, precast manholes, manhole frames and covers, valves, grates, signal masts/arms, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners t representative under General Conditions Paragraph 14. SC-17 DUST CONTROL Sprinkling for dust control shall consist of the authorized application of water or other material approved by the OWNER on those portions of the project as shown on the plans or as directed and as herein specified. It shall be the responsibility of the CONTRACTOR to take preventative measures to eliminate, reduce, or alleviate dust nuisance in the work area. The OWNER will approve the method used. Should the CONTRACTOR fail to control dust as outlined above the OWNER may suspend the work until corrective measures are taken. Water or other material approved by the OWNER shall be furnished by the CONTRACTOR and shall be clean, free from industrial waste and other objectionable matter. Emulsions may be allowed with prior approval by the OWNER. The CONTRACTOR shall furnish and operate a sprinkler equipped truck with positive and rapidly working cutoff valves and approved spray bars, which shall insure the distribution of material in a uniform and controllable rate of application. It shall be the CONTRACTOR'S continuous responsibility to be on call at all times including nights, holidays, weekends, etc. and respond in a timely manner, until acceptance of the project by the OWNER, to maintain the project free of dust in a manner which shall cause the least inconvenience to the public. Dust Control shall be considered as incidental work and shall not be paid for as a separate item; the cost thereof shall be included in such contract pay items as are provided. END SPECIAL CONDITIONS December 2017 SPECIAL CONDITIONS SC - 7 TABLE OF CONTENTS DIVISION 1- GENERAL REQUIREMENTS # of Pages 01020 Measurement and Payment........................................................................................................2 01027 Applications for Payment...........................................................................................................2 01028 Change Order Procedures..........................................................................................................3 01039 Coordination and Meetings........................................................................................................2 01140 Work Restrictions.......................................................................................................................3 01310 Progress Schedules.....................................................................................................................2 01322 Photographic Documentation.....................................................................................................2 01330 Submittal Procedures.................................................................................................................5 01356 Storm Water Pollution Prevention.............................................................................................4 01400 Quality Requirements.................................................................................................................5 01420 References..................................................................................................................................4 01500 Temporary Facilities and Controls.............................................................................................6 01555 Barricades, Signs and Traffic Handling.....................................................................................2 01576 Waste Material Disposal............................................................................................................2 01600 Product Requirements................................................................................................................3 01700 Contract Closeout.......................................................................................................................2 DIVISION 2 - SITE WORK 02221 Removing Existing Pavements..................................................................................................2 02260 Excavation Support and Protection............................................................................................4 02300 Earthwork...................................................................................................................................8 02318 Borrow........................................................................................................................................3 02810 Automatic Irrigation Systems....................................................................................................8 02900 Seeding......................................................................................................................................5 02920 Lawns and Grasses....................................................................................................................7 DIVISION 3 — CONCRETE 03300 Cast in Place Concrete.............................................................................................................14 DIVISION 4 -16 — Not Used APPLICABLE TxDOT SPECIFICATIONS Item 100 Preparing ROW Item 110 Excavation Item 132 Embankment Item 160 Topsoil Item 169 Soil Retention Blankets Item 340 Dense -Graded Hot Mix Asphalt (Method) Item 432 Riprap Item 462 Concrete Box Culverts and Storm Drains Item 467 Safety End Treatments Item 479 Adjusting Manholes and Inlets Item 506 Temporary Erosion Sedimentation and Environmental Controls Item 531 Sidewalks Item 618 Conduit December 2017 TABLE OF CONTENTS TC - 1 Item 624 Ground Boxes Item 636 Aluminum Signs Item 644 Small Roadside Sign Supports and Assemblies Item 666 Reflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 672 Raised Pavement Markers APPENDIX A — Items and Pertinent Specifications APPENDIX B — TzDOT Guide Schedule of Sampling and Testing APPENDIX C — Reno Mattress (Gabions) Product Specifications APPENDIX D — Geotechnical Report REFERENCES City of Lubbock Public Works Engineering Minimum Design Standards and Specifications (2016) TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges (2014) December 2017 TABLE OF CONTENTS TC - 2 DIVISION 1— GENERAL REQUIREMENTS December 2017 DIVISION 1— GENERAL REQUIREMENTS SECTION 01020 MEASUREMENT AND PAYMENT PART 1-GENERAL SCOPE The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications for which no separate bid item is indicated shall be considered subsidiary to the various bid items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. ROADWAY PAY ITEMS 1.1 PREPARING RIGHT-OF-WAY Refer to TxDOT Specification Item 100 - Preparing Right of Way. 1.2 REMOVE CONC (RIPRAP) Removing concrete riprap will be measured by the square yard (regardless of thickness). The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. The Contractor shall ensure that the Owner has the opportunity to measure the area of concrete prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 1.3 REMOVE CONC (SIDEWALKS) Removing concrete sidewalks will be measured by the square yard (regardless of thickness). The unit price bid is full compensation for breaking the concrete, incidental asphalt repair, loading, hauling and salvaging or legally disposing of the material, equipment, labor, tools and incidentals necessary to complete the work. The Contractor shall ensure that the Owner has the opportunity to measure the area of concrete prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 1.4 REMOVING STAB BASE & ASPH PAV (12") Measurement will be made of the area, in square yards, of asphalt (HMAC), asphalt stabilized base (ASB), or flexible base material removed and salvaged to depth specified in typical sections. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. The contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt surfacing prior to removal. If asphalt surfacing and base are removed without measurement by the Owner, no payment will be made for that removal. The unit price bid shall include milling, sawing, separating for salvage, hauling to City of Lubbock Caliche Canyon Landfill, 8425 North Avenue P, or other location as directed by Engineer, labor and equipment, and any incidental asphalt paving repair. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of asphalt pavement prior to removal. If Dec-17 MEASUREMENT AND PAYMENT 01020 - 1 asphalt is removed without measurement by the Owner, no payment will be made for that removal. 1.5 REMOVE SMALL ROAD SIGN, SUPPORT AND ARM Removing sign and post will be measured by each sign and post removed. This unit price bid is full compensation for removing existing sign assemblies and related materials; salvaging; disposal of unsalvageable material; hauling, excavating, backfilling, and surface placement; and equipment, materials, labor, tools, and incidentals necessary to complete the work. 1.6 ABANDON AND CAP EXISTING WELLS Abandonment and capping of existing wells will be measured by each well abandoned and capped. 1.7 EXCAVATION (ROADWAY AND CHANNEL) Refer to TxDOT Specification Item 110 - Excavation. 1.8 EXCAVATION (PLAYA LAKE) Refer to TxDOT Specification Item 110 - Excavation. 1.9 OVER EXCAVATION Measurement will be made of the volume, in cubic yards, of trench, roadway, and ditch excavation beyond the limits of the lines shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade, including subgrade removal and replacement with a suitable material, or approved treatment of unsuitable material, and all borrow material. Payment will be made at the unit price bid per cubic yard. The unit price bid shall be complete compensation for excavation, loading, hauling, stockpiling to location specified on plans, proof rolling, dewatering, stripping topsoil, scarifying subgrade, placing acceptable excavated material as backfill, density controlled compaction, and all incidentals to complete the work. 1.10 EMBANKMENT (FINAL) (DENSITY CONTROLLED) (TY A) Refer to TxDOT Specification Item 132 - Embankment. 1.11 6" FLEXIBLE BASE Measurement will be made of the area, in square yards, of flexible base. Payment will be made at the unit price bid per square yard. The unit price shall be complete compensation for the flexible base as shown on typical sections, complete in place, and shall include shaping, density control and any incidental work required to complete the work. 1.12 4" TYPE B HMAC Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard for the depth shown on the typical sections. The unit price bid shall include furnishing and installing all materials, prime coat, compaction and all incidentals necessary to complete the work. For additional information refer to TxDOT Specification Item 341 — Dense -Graded Hot -Mix Asphalt. 1.13 2" TYPE C HMAC Measurement will be made of the area, in square yards, of asphalt paving actually constructed. Payment will be made at the unit price bid per square yard for the depth shown on the typical sections. The unit price bid shall include furnishing and installing all materials, tack coats, compaction and all incidentals necessary to complete the work. I Dec-17 MEASUREMENT AND PAYMENT 01020 - 2 1.14 4" CONCRETE RIPRAP Refer to TxDOT Specification Item 432 — Riprap. 1.15 5" CONCRETE CHANNEL Refer to TxDOT Specification Item 432 - Riprap. 1.16 GABION MATTRESS Measurement will be made of the surface area, in square yards, of the material complete in place. This price bid is full compensation for wire baskets, stone fill, lacing and fasteners, filter fabric material, excavation, grading and backfill, materials, tools, equipment, labor, and incidentals. 1.17 CONCRETE CURB AND GUTTER Refer to TxDOT Specification Item 529 — Concrete Curb, Gutter, and Combined Curb and Gutter. 1.18 SAWTOOTH CURB AND GUTTER Refer to TxDOT Specification Item 529 — Concrete Curb, Gutter, and Combined Curb and Gutter 1.19 CONCRETE INTERSECTIONS Measurement will be made of the area, in square yards, of concrete intersections. Intersections will be paid for at the unit price bid per square yard. Curb on intersections will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. High Early Strength (HES) concrete paving will not be paid for separately. If HES concrete is used it will be paid for using the priced bid per square yard for concrete intersection 1.20 CONCRETE ALLEYS Measurement will be made of the area, in square yards, of alley returns. Alley returns will be paid for at the unit price bid per square yard. Curb on alley returns will be included in the area measured for the slab and will not be paid as a separate item. The unit price bid shall include furnishing and installing all materials, excavation, filling, backfilling, curbing, reinforcement, forming, finishing, joint cutting, joint sealing, and all incidentals necessary to complete the work. 1.21 4" CONCRETE SIDEWALK Refer to TxDOT Specification Item 531 - Sidewalks 1.22 CURB RAMPS Refer to TxDOT Specification Item 531 - Sidewalks 1.23 WOOD FENCE Measurement will be made by linear foot installed. Material shall match adjoining sections of existing fence. 1.24 CONCRETE BOX CULVERT (3' X 3') (EQUALIZER) Refer to TxDOT Specification Item 462 — Concrete Box Culverts and Drains. 1.25 CONCRETE BOX CULVERT (4' X 4') (QUINCY) Refer to TxDOT Specification Item 462 — Concrete Box Culverts and Drains. ' Dec-17 MEASUREMENT AND PAYMENT 01020 - 3 1.26 CONCRETE BOX CULVERT (5' X 2') (ROCHESTER) Refer to TxDOT Specification Item 462 — Concrete Box Culverts and Drains. 1.27 SET (TY I) (S = 3 FT) (HW = 4 FT) (6:1) (CROSS) Refer to TxDOT Specification Item 467 — Safety End Treatment. 1.28 SET (TY I) (S = 4 FT) (HW = 6 FT) (3:1) (PARALLEL) Refer to TxDOT Specification Item 467 — Safety End Treatment. 1.29 SET (TY I) (S = 5 FT) (HW = 4 FT) (3:1) (PARALLEL) Refer to TxDOT Specification Item 467 — Safety End Treatment. 1.30 TOPSOIL Refer to TxDOT Specification Item 160 - Topsoil. 1.31 CELL FIBER MULCH SEED (PERM) (URBAN) (SANDY) This item will be measured by square yard complete in place. The work performed and the materials furnished in accordance with this item will include furnishing seed, mulch, fertilizer, top soil preparation and watering until Owner determines that grass is established, all materials, equipment, labor, tools and incidentals, planted in place. 1.32 DRILL SEEDING (TEMP)(WARM) This item will be measured by square yard complete in place. The work performed and the materials furnished in accordance with this item will include furnishing seed, mulch, fertilizer, top soil preparation and watering until Owner determines that grass is established, all materials, equipment, labor, tools and incidentals, planted in place. 1.33 SOIL RETENTION BLANKETS (CL1) (TY D) Refer to TxDOT Specification Item 169 — Soil Retention Blankets. 1.34 ROCK FILTER DAM (INSTALL) (TY 2) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. 1.35 ROCK FILTER DAMS (REMOVE) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. 1.36 CONSTRUCTION EXITS (INSTALL) (TY 1) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. 1.37 CONSTRUCTION EXITS (REMOVE) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. 1.38 TEMP SEDIMENT CONTROL FENCE (INSTALL) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. Dec-17 MEASUREMENT AND PAYMENT 01020 - 4 1.39 TEMP SEDIMENT CONTROL FENCE (REMOVE) Refer to TxDOT Specification Item 506 — Temporary Erosion, Sedimentation, and Environmental Controls. 1.40 ADJUST MANHOLES Refer to TxDOT Specification Item 479 — Adjusting Manholes and Inlets. 1.41 ALUMINUM SIGNS (TY A) Refer to TxDOT Specification Item 636 - Signs. 1.42 INSTALL SMALL ROAD SIGN SUPPORT AND ARM TY IOBWG (1) SA (P) Refer to TxDOT Specification Item 644 — Small Roadside Sign Assemblies. 1.43 INSTALL SMALL ROAD SIGN SUPPORT AND ARM TY IOBWG (1) SA (T) Refer to TxDOT Specification Item 644 — Small Roadside Sign Assemblies. 1.44 CONDUIT (PVC) (SCH 40) (4") Refer to TxDOT Specification Item 618 - Conduit. 1.45 GROUND BOX TY 2 (484860) W/APRON Refer to TxDOT Specification Item 624 — Ground Boxes. 1.46 REFLECTIVE PAVEMENT MARKING TY I (WHITE) 8" (SOLID) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.47 REFLECTIVE PAVEMENT MARKING TY I (WHITE) 8" (SOLID) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.48 REFLECTIVE PAVEMENT MARKING W/ RETROREFLECTIVITY REQUIRED TY I (WHITE) 4" (BROKEN) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.49 REFLECTIVE PAVEMENT MARKING W/ RETROREFLECTIVITY REQUIRED TY I (WHITE) 4" (SOLID) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.50 REFLECTIVE PAVEMENT MARKING W/ RETROREFLECTIVITY REQUIRED TY I (YELLOW) 4" (BROKEN) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.51 REFLECTIVE PAVEMENT MARKING W/ RETROREFLECTIVITY REQUIRED TY I (YELLOW) 4" (SOLID) (100 MIL) Refer to TxDOT Specification Item 666 — Retroreflectorized Pavement Markings. 1.52 PREFAB PAVEMENT MARKING TY B (WHITE) (24") (SOLID) -- Refer to TxDOT Specification Item 668 — Prefabricated Pavement Markings. 1.53 PREFAB PAVEMENT MARKING TY B (WHITE) (ARROW) a Refer to TxDOT Specification Item 668 — Prefabricated Pavement Markings. E ' Dec-17 MEASUREMENT AND PAYMENT 01020 - 5 I. 1 1.54 PREFAB PAVEMENT MARKING TY B (YELLOW) (24") (SOLID) Refer to TxDOT Specification Item 668 — Prefabricated Pavement Markings. 1.55 REFLECTIVE PAVEMENT MARKER TY I -CLEAR Refer to TxDOT Specification Item 672 — Raised Pavement Markings. 1.56 REFLECTIVE PAVEMENT MARKER TY II -AMBER -AMBER Refer to TxDOT Specification Item 672 — Raised pavement Markings. 1.57 TRAFFIC BUTTON TY W Refer to TxDOT Specification Item 672 — Raised pavement Markings. 1.58 INSTALL ROADSIDE FLASHING BEACON ASSEMBLY (SOLAR POWERED) Refer to TxDOT Specification Item 685 — Roadside Flashing Beacon Assemblies. WATER PAY ITEMS 1.59 16-INCH AWWA C-900 DR-18 PVC WATER PIPE BY OPEN CUT Measurement will be made of the length, per linear foot, of the water line actually installed. Payment will be made at the unit price bid per linear foot. The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place. 1.60 12-INCH AWWA C-900 DR-18 PVC WATER PIPE BY OPEN CUT Measurement will be made of the length, per linear foot, of the water line actually installed. Payment will be made at the unit price bid per linear foot. The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place. 1.61 10-INCH AWWA C-900 DR-18 PVC WATER PIPE BY OPEN CUT Measurement will be made of the length, per linear foot, of the water line actually installed. Payment will be made at the unit price bid per linear foot. The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place 1.62 8-INCH AWWA C-900 DR-18 PVC WATER PIPE BY OPEN CUT Measurement will be made of the length, per linear foot, of the water line actually installed. Payment will be made at the unit price bid per linear foot. The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall k- be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place. Dec-17 MEASUREMENT AND PAYMENT 01020 - 6 ( 1.� 1.63 6-INCH AWWA C-900 DR-18 PVC WATER PIPE BY OPEN CUT Measurement will be made of the length, per linear foot, of the water line actually installed. Payment will be made at the unit price bid per linear foot. The work performed and materials furnished will be paid at the unit price per linear foot of water mains installed. The unit price shall be complete compensation for pipe material and labor, pavements cut by saw cut, excavation, bedding, water main installation, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place 1.64 16-INCH GATE VALVE AND VAULT Payment will be made at the unit price per each gate valve and box (where necessary) installed. This price is full compensation for furnishing and installing gate valves, valve boxes (where necessary), concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, concrete blocking, concrete pad, disposal of spoils, and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.65 12-INCH GATE VALVE AND VAULT Payment will be made at the unit price per each gate valve and box (where necessary) installed. This price is full compensation for furnishing and installing gate valves, valve boxes (where necessary), concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, concrete blocking, concrete pad, disposal of spoils, and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.66 10-INCH GATE VALVE AND VAULT Payment will be made at the unit price per each gate valve and box (where necessary) installed. This price is full compensation for furnishing and installing gate valves, valve boxes (where necessary), concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, concrete blocking, concrete pad, disposal of spoils, and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.67 8-INCH GATE VALVE AND VAULT Payment will be made at the unit price per each gate valve and box (where necessary) installed. This price is full compensation for furnishing and installing gate valves, valve boxes (where necessary), concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, concrete blocking, concrete pad, disposal of spoils, and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.68 6-INCH GATE VALVE AND VAULT Payment will be made at the unit price per each gate valve and box (where necessary) installed. This price is full compensation for furnishing and installing gate valves, valve boxes (where necessary), concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, concrete blocking, concrete pad, disposal of spoils, Dec-17 MEASUREMENT AND PAYMENT 01020 - 7 and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.69 DUCTILE IRON PIPE FITTINGS Payment will be made at the unit price per ton. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to install required ductile iron fittings, including joint -restraint fittings complete in place. 1.70 CONNECT TO EXISTING WATER LINE Payment will be made at the unit price per each wet connection between the proposed waterline and existing water line per type specified. The unit price bid shall include furnishing and installing all materials, and all incidentals necessary to complete the work. 1.71 FIRE HYDRANT ASSEMBLY I Payment will be made at the unit price per fire hydrant assembly (including 6" PVC water line) installed. This price is full compensation for furnishing and installing fire hydrant, 6" PVC water line, 6 inch gate valve and box, concrete pad (where necessary), 6" PVC riser pipe, ductile iron fittings, concrete blocking, tees, drain hole, pavements cut by saw cut, excavation, cutting the existing or proposed pipe and connecting to the existing or proposed pipe, bedding, embedment, backfill, raised pavement marking, disposal of spoils, and all incidentals required to complete the work in accordance with City of Lubbock Standard Details. 1.72 TRENCH SAFETY SYSTEM Payment will be made at the unit price per linear foot. This item shall consist of all work, labor, materials and incidentals necessary to design, install, maintain and remove trench safety during the installation of the proposed water mains outside of the trench excavation limits. The Contractor is responsible for safety at all times on -site during construction. 1.73 REMOVAL OF EXIST WATERLINE Measurement will be made of the length, per linear foot, of the water line actually removed. Payment will be made at the unit price bid per linear foot. The work performed and materials removed will be paid at the unit price per linear foot of water mains removed. The unit price shall be complete compensation for labor, pavements cut by saw cut, excavation, bedding, water main removal, embedment, backfill, density controlled compaction, disposal of spoils and all incidentals necessary to complete the work complete in place. OTHER PAY ITEMS 1.74 TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed in accordance with Division 1 Section 01555. Partial payment will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for traffic control shall not exceed 90% of the extended bid price for traffic control prior to the termination of the construction contract. No partial payment will be made for partial traffic control measures. Payment shall not be made for this item where the Owner determines a lack of evidence that traffic control was used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where traffic control is required because of work being remedied due to not meeting the requirements of the plans and specifications. The contractor shall provide two project signs as part of this pay item. Work zone pavement markings Dec-17 MEASUREMENT AND PAYMENT 01020 - 8 and associated striping and buttoning for the movement of traffic during construction phasing shall be subsidiary to this pay item. 1.75 MOBILIZATION A. The cost for mobilization shall be limited to no more than 5% of the Contract amount for construction items (materials and labor) bid for this project. B. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. C. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 3. When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. ALTERNATE PAY ITEMS Al 5" CONCRETE CHANNEL Refer to TxDOT Specification Item 432 - Riprap. A2 SOIL RETENTION BLANKETS (CL1) (TY D) Refer to TxDOT Specification Item 169 — Soil Retention Blankets. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01020 Dec-17 MEASUREMENT AND PAYMENT 01020 - 9 SECTION 01027 APPLICATIONS FOR PAYMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 - Measurement and Payment. D. Section 01028 - Change Order Procedures. E. Section 01330 - Submittal procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E -Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES i.... A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. ( December 2017 APPLICATIONS FOR PAYMENT 01027 - 1 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION December 2017 APPLICATIONS FOR PAYMENT 01027 - 2 0 x401111 [Ij[1W.] CHANGE ORDER PROCEDURES 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Construction Change Authorization E. Stipulated Price change order. F. Unit price change order. G. Time and material change order. H. Execution of change orders. I. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 -Applications for Payment. B. Section 01330 -Submittal Procedures. C. Section 01600 -Product Requirements. D. Section 01700 -Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow -- evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. December 2017 CHANGE ORDER PROCEDURES 01028 - 1 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. 1 December 2017 CHANGE ORDER PROCEDURES 01028 - 2 . i .'; B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. 1.11 EXECUTION OF CHANGE ORDERS A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION December 2017 CHANGE ORDER PROCEDURES 01028 - 3 SECTION 01039 COORDINATION AND MEETINGS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Preconstruction meeting. C. Progress meetings. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Contractor will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents. �.....; 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Security and housekeeping procedures. 11. Procedures for testing. 12. 1 Procedures for maintaining record documents. December 2017 COORDINATION AND MEETINGS 01039 - 1 t 13. Inspection and acceptance of equipment or improvements put into service during construction period. 14. Other items as deemed necessary by Owner or Engineer. D. Contractor will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Contractor will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Owner's representative, Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Contractor will record minutes and distribute copies to participants. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION December 2017 COORDINATION AND MEETINGS 01039 - 2 SECTION 01140 WORK RESTRICTIONS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Noise restrictions. E. Advance Notice. F. Water for Construction. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work within defined right-of-way and easements shown on the plans. Do not disturb portions of site beyond areas in which the Work is indicated. 1. Driveways and Entrances: Keep driveways and entrances serving premises clear and available to employees and emergency vehicles at all times, except when construction is immediately at that vicinity. Do not use these areas for parking or storage of materials. a. Schedule construction to minimize obstruction of driveways and entrances. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. The work under this contract requires special attention to the scheduling and conduct of the work in connection with existing operations. Identify on the construction schedule each factor which constitutes a potential interruption to operations. f 1.5 WORKING PERIOD A. Working Hours -Regular working hours shall be within an 11-hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and an eight -hour period between 9:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) December 2017 WORK RESTRICTIONS 01140 - 1 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the day before and the three days following Thanksgiving Day. 6. Christmas week. If Christmas Day falls on a Saturday, this will be defined as the week leading to Christmas Day. If Christmas Day falls on a Sunday, this will be defined as the week following Christmas Day plus the Friday and Saturday prior to Christmas Day. B. Work Outside Regular Hours -Work outside regular working hours requires Owner's approval. Make application 21 calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. C. The drawings contain specific requirements that affect certain areas of the work. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by 1 hand by the Contractor's forces in mailboxes, door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability, fence openings, irrigation system shutdown, etc.). December 2017 WORK RESTRICTIONS 01140 - 2 B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services - Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Cooper Independent School District 4. Frenship Independent School District 5. Durham Transportation 6. TxDOT 7. Lubbock Avalanche Journal 8. United States Postal Service 9. Press release for local radio and television stations 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION 01140 December 2017 WORK RESTRICTIONS 01140 - 3 SECTION 01310 PROGRESS SCHEDULES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. E. Distribution 1.3 RELATED SECTIONS A. Section 01100 -Summary of Work. B. Section 01027 -Applications for Payment. C. Section 01330 -Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x 11 inches, maximum l lx17 inches. D. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. December 2017 PROGRESS SCHEDULES 01310 - 1 B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION December 2017 PROGRESS SCHEDULES 01310 - 2 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART1-GENERAL • 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. B. Related Sections include the following: 1. Section 1330 - Submittal Procedures 1.3 SUBMITTALS A. Submit two complete sets of preconstruction photographs, 2 CD's, or one video file to Engineer. Photographs will be retained by the Owner and the Engineer. 1. Identification: On back of each print or CD, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction or photo map with photo number and direction indicated graphically. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. PART 2 -PRODUCTS Not Used December 2017 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 PART 3 -EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01322 December 2017 PHOTOGRAPHIC DOCUMENTATION 01322 - 2 SECTION 01330 SUBMITTAL PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Section 01310 "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner f or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the s time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. i December 2017 SUBMITTAL PROCEDURES 01330 - 1 } 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph 1 A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 4 x 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Owner or Engineer. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Owner. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer, if different than supplier. h. Unique identifier, including revision number. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Additional Copies: Submit electronic PDF's or if hard copy, five (5) copies to Owner or Engineer. Submit additional copies if required by Contractor for his work. Unless additional copies are required for final submittal, and unless Owner or Engineer observes noncompliance with provisions of the Contract Documents, initial submittal may serve as final submittal if approved by Owner or Engineer. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will return submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. c. Submittal number. d. Destination (To:). December 2017 SUBMITTAL PROCEDURES 01330 - 2 ) e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. t h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. H. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. I. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. PART 2 -PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. c. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Schedules. y December 2017 SUBMITTAL PROCEDURES 01330 - 3 e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. ; 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 11 x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 "Photographic Documentation". PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note U corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. H December 2017 SUBMITTAL PROCEDURES 01330 - 4 B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rejected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and dimensions; selecting fabrication processes and techniques of construction; and performing his work in a satisfactory manner. C. Informational Submittals: Owner or Engineer will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. D. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01330 December 2017 SUBMITTAL PROCEDURES 01330 - 5 SECTION 01356 STORM WATER POLLUTION PREVENTION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 GENERAL A. The Contractor shall implement the Storm Water Pollution Prevention measures specified in the Storm Water Pollution Prevention Plan (SWP3) in a manner which will meet the requirements of the Texas Pollution Discharge Elimination System (TPDES) General Permit No. TXR150000. The Contractor shall be responsible for any fines or penalties assessed by the appropriate regulatory agency for failure to make required inspections, failure to properly document those inspections, failure to adequately implement and adjust the storm water pollution prevention measures specified in the SWP3 to adequately control pollutants, and/or any other fines or penalties assessed by TCEQ or EPA for failure to comply with any part of the permit requirements. The Contractor shall submit a Notice of Intent and a Notice of Termination independently of the Owner. B. The document provided in the plans is to serve as a skeleton for the Storm Water Pollution Prevention Plan and is provided only as a convenience to the Contractor. It is the Contractor's responsibility to ensure that his Storm Water Pollution Prevention Plan is in full compliance with the TPDES permit. The Contractor shall modify the document as necessary to show implementation plans, dates of construction activities, best management practices, inspection reports, and any other information pertinent to the plan or otherwise required to ensure that the plan remains in compliance with permit. C. Fines levied against the Owner by the TCEQ for the Contractor's failure to comply with and maintain the SWP3 shall be paid by the Contractor. D. Storm water must be adequately routed during construction operations in the same general direction as currently occurs. 1.3 EROSION AND SEDIMENT CONTROLS A. General 1. Structural measures shall be implemented to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and the discharge of pollutants from exposed areas of the site. Structural practices shall be implemented as specified in the SWP3 and in a timely manner during the construction process to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress 1. Stabilized access to and from the construction site shall be installed as soon as practical and in accordance with the SWP3. I_ December 2017 STORM WATER POLLUTION PREVENTION 01356 - 1 i 2. In all cases, Contractor shall ensure that any soil tracked off -site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. The Contractor or other responsible party shall check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off -site and perform necessary clean-up measures at the end of each work day. C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Biodegradable Logs: 1. Provide commercially available biodegradable logs manufactured from rice straw, excelsior wood fiber, coconut fiber, jute or other biodegradable material bound with an open mesh fabric of jute or light -weight plastic. The Engineer will accept the biodegradable logs based on compliance with dimensional and other requirements shown in the Contract Documents, and visual inspection of the installed material. E. Sand/Gravel Bags The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. F. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. temporary or permanent seeding or sodding, b. mulching, c. geotextiles, d. vegetative buffer strips, e. paving. Stabilization measures shall be implemented in accordance with the SWP3. PART 2 -PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments December 2017 STORM WATER POLLUTION PREVENTION 01356 - 2 } retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: FILTER FABRIC PHYSICAL FOR SILT FENCE PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec-1 AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Biodegradable Logs Stakes 1. Only wooden stakes may be used for staking of biodegradable logs. Wooden stakes utilized for biodegradable logs construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. f , D. Identification Storage and Handling i_. 1. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. PART 3 -EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. ( December 2017 STORM WATER POLLUTION PREVENTION 01356 - 3 11 C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the �..._j SWP3 reflects current project conditions and remains in compliance with the TPDES permit. D. A completed Notice of Termination (NOT) form must be submitted prior to fmalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 01356 9 December 2017 STORM WATER POLLUTION PREVENTION 01356 - 4 SECTION 01400 QUALITY REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services will be provided by the Owner in order to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. Specific quality control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing Well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. 1. Quality Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of i_ December 2017 QUALITY REQUIREMENTS 01400 - 1 1.5 such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Testing Agency will prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency selected by the Owner with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. QUALITY CONTROL A. Owner Responsibilities: Where quality control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. December 2017 QUALITY REQUIREMENTS 01400 - 2 t 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third -party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, Contractor will be responsible for costs associated with providing retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests 1 and inspections. 1. Notify Owner, Engineer and Contractor promptly of irregularities or deficiencies I observed in the work during performance of its services. 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. December 2017 QUALITY REQUIREMENTS 01400 - 3 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least 1 day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections [ { of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. - : L_ December 2017 QUALITY REQUIREMENTS 01400 - 4 } B. Protect construction exposed by or for quality -control service activities. } C. Repair and protection are Contractor's responsibility, regardless of the assignment of i responsibility for quality control services. END OF SECTION 01400 December 2017 QUALITY REQUIREMENTS 01400 - 5 r SECTION 01420 REFERENCES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes: Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's �. duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," requested, "authorized," selected, "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on . Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. - E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the F w intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if -- bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. December 2017 REFERENCES 01420 - 1 B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list: Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO- American Association of State Highway and Transportation Officials (202) 624-5800 www.aashto.ora ACI- American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org ACPA- American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al- Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA- American Institute of Architects (The) (800) 242-3837 www.aia.org AISC- American Institute of Steel Construction, Inc. (800) 644-2400 www.aisc.org (312) 670-2400 AISI- American Iron and Steel Institute (202) 452-7100 www.steel.org ANSI- American National Standards Institute (212) 642-4900 www.ansi.org ASCE- American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM- American Society for Testing and Materials (610) 832-9585 www.astm.or December 2017 REFERENCES 01420 - 2 I-.i t �... AWWA- American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 CDA- Copper Development Association Inc. (800) 232-3282 www.coppenorg (212) 251-7200 fCLFMI- Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com CRSI- Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSI- Construction Specifications Institute (The) (800) 689-2900 www.csineLM (703) 684-0300 EJMA- Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.eima.org FM- Factory Mutual System (See FMG) FMG- FM Global (Formerly: FM - Factory Mutual System) (401) 275-3000 www.fmglobal.com GRI- Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/gri ` NRMCA- National Ready Mixed Concrete Association (301) 587-1400 _ www.nrmca.org ° NSA- National Stone, Sand and Gravel Association (800) 342-1415 www.aggregates.org (703) 525-8788 --. PCI- Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org SDI- Steel Deck Institute (847) 458-4647 www.sdi.org TPI- Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 705-9898 UL- Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 BOCA- Boca International, Inc. (800) 214-4321 www.bocai.org (708) 799-2300 CABO- Council of American Building Officials (See ICC) IAPMO- International Association of Plumbing and Mechanical Officials (The) (909) 472-4100 www.ianmo.oriz December 2017 REFERENCES 01420 - 3 ICBO- International Conference of Building Officials (562) 699-0541 www.icbo.or,g (800) 284-4406 ICC- International Code Council (Formerly: CABO -Council of American Building Officials) (703) 931-4533 www.iccsafLM SBCCI- Southern Building Code Congress International, Inc. (205) 591-1853 www.sbeei.org CE- Army Corps of Engineers CRD Standards (601) 634-2355 www.usace.army.mil Code of Federal Regulations (202) 512-1530 www.access.gpo.gov/nara/cfr (888) 293-6498 EPA- Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD- Federal Standard (See FS) FS- Federal Specification (Available from DOD, GSA, and NIBS) NIST- National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA- Occupational Safety & Health Administration (See CFR 29) (800) 321-6742 www.osha.gov TCEQ- Texas Commission on Environment Quality (806) 796-7092 www.tceq.state.tx.us (512) 239-1000 PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01420 December 2017 REFERENCES 01420 - 4 t SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. Provide separate male and female sanitary facilities. 3. Electric power service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. 4. Temporary Chain Link Fence and Temporary Chain Link Fence Gates. .; E. Related Sections include the following: 1. Section 01330 - "Submittal Procedures" 2. Section 01356 - "Stormwater Pollution Prevention". 3. Section 01555 - "Barricades, Signs and Traffic Handling". 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. December 2017 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 d_ 6. Personnel of authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all parties engaged in construction at project site if Contractor connects to City sewer system. C. Water Service: Pay water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at Project site. D. Electric Power Service: Pay electric power service use charges, whether metered or otherwise, for electricity used by all entities engaged in construction activities at Project site. 1.4 QUALITY ASSURANCE A. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work: 1. Relocate or remove temporary services and facilities as required by progress of the Work. PART 2 -PRODUCTS 2.1 MATERIALS A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Owner or Engineer. Provide materials suitable for use intended. Temporary fencing shall be maintained by the Contractor for the duration of its intended use on the project and installed within the limits shown in the plans. Damage to the fence shall be immediately repaired by the Contractor upon request by the Owner or Engineer with repairs being subsidiary to pertinent bid items. B. 7' Temporary Chain Link Fence: Minimum 7'0" high chain link fence, consisting of 2" mesh 9 gauge galvanized steel link fabric, minimum 2-3/8-inch o.d. line posts and 2-7/8-inch o.d. end and corner posts spaced a maximum of 10'0" o.c., 1-5/8-inch o.d. top and bottom rails secured in the center with a 3/8" diameter galvanized steel eye hook anchored into a concrete footing, chain link fabric secured to line post and rail at a maximum of 12" o.c. using 9 gauge tie wire. Provide galvanized steel bases for supporting posts. 2-7/8-inch o.d. end and corner posts complete with 15/8-inch o.d. brace rail, 3/8-inch truss assembly, 12 gauge tension bands secured at a maximum of 12" o.c., tension bar, with necessary ties, fittings, nuts and bolts. All chain link fabric, posts, fittings, etc. shall comply with ASTM F 1553. C. 7' Temporary Chain Link Fence Gate: Pedestrian/personnel swing gates shall have a 4'0" opening by 7'0" high. Gate frames shall be fabricated from 2-inch o.d. or 2-inch square members, welded at all corners. Chain link fabric shall be installed to match the fence line.__ unless otherwise approved by the Owner. Gateposts shall be 2-7/8-inch o.d. complete with 1- 5/8-inch o.d. brace rail, 3/8-inch diameter truss assembly, 12 gauge tension bands secured a minimum of 12" apart, necessary tension bar, ties, fittings, nuts and bolts. All chain link fence gate fabric, posts, brace rails, fittings, etc. shall comply with ASTM F 1553. am_ December 2017 TEMPORARY FACILITIES AND CONTROLS 01500 - 2 D. Water: Potable. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required. B. Provide each facility ready for use when needed to avoid delay. Maintain and modify as required. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Engage appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 1. Provide adequate capacity. 2. Obtain easements to bring temporary utilities to Project site where Owner's easements or property cannot be used for that purpose. B. Sewers and Drainage: If sewers are available, provide temporary connections to remove effluent that can be discharged lawfully. If neither sewers nor drainage facilities can be lawfully used for discharge of effluent, provide containers to remove and dispose of effluent off -site in a lawful manner. 1. Filter out excessive soil, construction debris, chemicals, oils, and similar contaminants that might clog sewers or pollute waterways before discharge. 2. Connect temporary sewers to municipal system as directed by sewer department officials. 3. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. After heavy use, restore normal conditions promptly. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking -water fixtures. Comply with regulations and health codes for type, number, location, operation, and maintenance of fixtures and facilities. 1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and similar disposable materials for each facility. Maintain adequate supply. Provide covered waste containers for disposal of used material. D. Electric Power Service: Install electric power service underground, unless overhead service must be used. Provide main service disconnect and overcurrent protection at convenient location in conformance with National Electrical Code. 3.3 SUPPORT FACILITIES INSTALLATION A. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. B. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly December 2017 TEMPORARY FACILITIES AND CONTROLS 01500 - 3 associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. C. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. Provide two project signs to be placed on 981h Street at Albany Avenue to Huron Avenue. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements c. City of Lubbock Project: 981h Street Paving Improvements d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Kimley-Horn and Associates, Inc. f. Project Serving the Citizens of Lubbock, Texas 3. City Lubbock and Engineer firm logos to be included with firm names on project sign. 4. Submit proposed sign layout according to specifications Section 01330 "Submittal Procedures" prior to constructing project identification sign. 5. Engage an experienced sign painter to apply graphics for Project identification signs. 6. Prepare temporary signs to provide directional information to construction personnel and visitors. 7. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 8. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 9. Maintain project signs until acceptance of the project. D. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. E. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. December 2017 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01500 December 2017 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 i i.. SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. This item also includes the removal of existing pavement markings. PART 2 -PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2014 (TxDOT) Item 662. B. Layout, color and placement shall conform with the TMUTCD and be verified by the Owner's representative before installation. PART 3 -EXECUTION 3.1 GENERAL A. For this project, a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose their own TCP. Contractor -proposed major modifications to the Traffic Control Plan shall bear the seal of a Licensed Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. December 2017 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01555 December 2017 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 SECTION 01576 WASTE MATERIAL DISPOSAL PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas, Kimley-Horn and Associate, Inc., and Autrey, McDaniel & Dulin, LP, as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations as directed by Engineer. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221 — Removing Existing Pavements. C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Owner. t December 2017 WASTE MATERIAL DISPOSAL 01576 - 1 i r� 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from the respective property owner. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http://solidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020 — Measurement andPayment. END OF SECTION December 2017 WASTE MATERIAL DISPOSAL 01576 - 2 SECTION 01600 PRODUCT REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 -Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. December 2017 PRODUCT REQUIREMENTS 01600 - 1 B. Storage r 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored off site in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: 1. Has investigated proposed product and determined that it meets or exceeds the quality , level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. December 2017 PRODUCT REQUIREMENTS 01600 - 2 r Y 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION December 2017 PRODUCT REQUIREMENTS 01600 - 3 SECTION 01700 CONTRACT CLOSEOUT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 —Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. Nov-17 CONTRACT CLOSEOUT 01700 - 1 I; 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 17 B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. Submit documents to Engineer with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 01700 Nov-17 CONTRACT CLOSEOUT 01700 - 2 DIVISION 2 — SITE WORK December 2017 DIVISION 2 — SITE WORK i SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 — Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 03300 — Cast -in -Place Concrete. D. City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 —Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION 3.1 PREPARATION A. Obtain advance approval from Owner for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. December 2017 REMOVING EXISTING PAVEMENTS 02221 - 1 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base shall be salvaged and delivered to stockpile area. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 02221 December 2017 REMOVING EXISTING PAVEMENTS 02221 - 2 i SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES This section of the specifications covers trench safety systems and excavations equal to or greater x than five feet in depth. All excavation work performed for the project shall also comply with US Department of Labor Rules 29 CFR, OSHA Part 1926, Subpart P and all State and Local codes. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01555 —Barricades, Signs and Traffic Handling. C. Section 02300 — Earthwork. 1.4 SUBMITTALS A. Conform to Section 01330 — Submittal Procedures. B. Prior to, or at the Pre -Construction Conference, the Contractor shall submit to Owner a "Trench Safety System Plan" sealed by a Professional Engineer registered in the State of Texas. Notice to Proceed with construction will not be issued by Engineer until Contractor has submitted a "Trench Safety System Plan" to Owner. The Trench Safety System Plan shall, at a minimum, conform to OSHA standards for sloping of sides, utilization of trench boxes, and/or utilization of shoring, sheeting and bracing methods. 1.5 QUALITY ASSURANCE A. The Contractor shall be responsible for complying with the requirements of the specifications, drawings and all applicable codes. The Contractor shall immediately notify the Engineer of any unforeseen field conditions which might affect the integrity of the trench safety system. B. Installer Qualifications: Engage an experienced installer to assume engineering responsibility and perform work of this Section who has specialized in installing excavation support and protection systems similar to those required for this Project and with a record of successful in-service performance. The Contractor shall be responsible for complying with all trench safety requirements and for the safety of trench and excavations. C. Professional Engineer Qualifications: A professional engineer who is legally qualified to l- practice in the jurisdiction where the Project is located and who is experienced in providing engineering services for designing excavation support and protection systems that are ` similar to those indicated for this Project in material, design, and extent. December 2017 EXCAVATION SUPPORT AND PROTECTION 02260 - 1 i 1. Engineering Responsibility: As needed by the Contractor to assure worker safety and compliance with OSHA regulations, the Contractor shall be responsible for engaging a qualified professional engineer to prepare or supervise the preparation of data for the excavation support and protection system including drawings and comprehensive engineering analysis that shows the system's compliance with specified requirements. 1.6 PROJECT CONDITIONS A. Prior to starting trench excavations, the Contractor shall examine all site conditions and note any conditions in existing pavements, structures and other items which may be adversely affected by trenching operations. Prepare a written list of all such conditions and submit the list to the Engineer. During trenching operations note any changes which occur to existing pavements, structures or adjacent ground and submit a written report to the Engineer of all such changes. 1.7 EXISTING UTILITIES A. Prior to starting trench excavations, chart and field locate all existing utilities. Notify owners of all utilities of work to be performed. Protect all existing utilities from damage. Provide additional support for utility lines which cannot span trench width. Do not interrupt existing services without written approval by the Engineer and the utility owner. PART 2 -PRODUCTS 2.1 MATERIALS A. Materials need not be new but must be in serviceable condition. B. Structural Steel: ASTM A 36. C. Steel Sheet Piling: ASTM A 328 or ASTM A 572 D. Wood: Soft or hard wood as required by design. E. Aluminum: Type 1061-T6, thickness as required by design. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities, including temporary fencing as shown on the plans. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by governing regulations. C. Locate excavation support and protection systems clear of permanent construction and to permit forming and finishing of concrete surfaces. December 2017 EXCAVATION SUPPORT AND PROTECTION 02260 - 2 1") 1- D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. F. Dewatering: During construction, the trench shall be kept drained, insofar as practical, and the work shall include the installation and operation of all pumping, bailing and draining necessary to keep the excavation free from seepage water, water from any utilities, wastewater collection systems, ditches, and other sources. The Contractor shall remove all water from any source that may accumulate in the excavation and trenching. The embedment or pipe shall not be installed in water. No water shall be allowed to flow through or over unset concrete or through the completed line. All water removed from excavations shall be disposed of in a manner approved by the Owner, and to avoid the discharge of solids into the watercourse, so as not to create unsanitary conditions, injure persons or property, damage the work in progress, and/or interfere unduly with the use of streets, driveways, or entrances. Pumping, bailing and draining, underdrains, ditches, etc. shall be considered incidental work and shall not be paid for as separate items, but their cost shall be included in such contract prices as are provided in the contract. 3.2 TRENCHING PROCEDURES Provide shoring systems in accordance with the Contractor's submitted design to adequately resist earth pressures. A. Proceed with work in an orderly fashion. Install trench bracing systems as soon as possible after opening trenches. Do not allow workers in trench prior to installing trench bracing systems. B. Backfill trenches as soon as possible after completion of work. C. Stockpile excavated materials at least three feet away from edge of trench at location as indicated in the plans. D. Maintain barricades and signage as required by State and Local codes to protect open excavations. E. Do not allow surface water to enter excavations. Properly grade areas adjacent to trench excavations to control surface drainage away from excavations. - F. If cut back method is allowed by Owner and is employed, maintain a clear distance of three feet from edge of cut to avoid allowing loose material to enter trench. Cut back method may not be used where there is insufficient work area to employ it. G. Do not operate heavy equipment except for trench diggingor pipe laying equipment within twenty feet of edge of excavation. Haul trucks, if needed, may operate closer than twenty feet to trench edge provided the Contractor deems it safe to do so. H. Contractor shall repair any trench slope failures immediately as they occur (subsidiary). s December 2017 EXCAVATION SUPPORT AND PROTECTION 02260 - 3 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and damaging structures, pavements, facilities, and utilities. 1. Repair or replace, as approved by Engineer, adjacent work damaged or displaced by Contractor's operations. END OF SECTION 02260 December 2017 EXCAVATION SUPPORT AND PROTECTION 02260 - 4 SECTION 02300 I r11 a I ►`A'Z/y"':4 PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at utilities, ditches, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 02317 —Excavation and Backfill for Structures and Trench. 1.3 RELATED SECTIONS A. Section 01400 - Quality Requirements B. Section 01500 - Temporary Facilities and Controls C. Section 02260 - Excavation Support and Protection D. Section 02318 - Borrow E. Section 03300 - Cast -in -Place Concrete. F. City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft3). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils December 2017 EARTHWORK 02300-1 ASTM D 2487 ASTM D 2922 ASTM D 3017 ASTM D 4318 1.5 DEFINITIONS (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Owner. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Owner. Unauthorized excavation, as well as remedial work directed by Owner, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Culverts, Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Owner shall be notified of any contaminated materials. December 2017 EARTHWORK 02300-2 L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D U" 1140. M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for each on -site or borrow soil material. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 —Quality Requirements. 1.7 SCHEDULING A. Temporary fencing must be in place prior to excavation beginning and maintained at all times. B. Coordinate backfilling of trench with water line installation including embedment and backfill. C. Testing to be scheduled with Owner. PART 2 -PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. ( December 2017 EARTHWORK 02300-3 ,... C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, [.. OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. Refer to City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications, 8.08.02 Flexible Base (Caliche). G. Subgrade: 1. Refer to City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications. PART 3 -EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. 3.3 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, i including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary__ shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer L--� December 2017 EARTHWORK 02300-4 and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 3.5 SUBGRADE PREPARATION A. Refer to City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications 3.6 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Owner. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall backfill any over excavation with suitable material and compact to 95% of Standard Proctor Density at a moisture content within 2% of optimum in accordance to ASTM D698. 3.7 FLEXIBLE BASE CONSTRUCTION A. Refer to City of Lubbock Public Works Engineering — Minimum Design Standards and Specifications. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials to stockpile site indicated on Drawings. Stockpile soil materials without intermixing. Place, grade and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 3.9 UTILITY TRENCH BACKFILL A. Refer to City of Lubbock Public Works Engineering - Minimum Design Standards and Specifications. 3.10 FILL A. Preparation: Remove vegetation, 6" of topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in the plans using satisfactory soil material. 4 l_ December 2017 EARTHWORK 02300-5 3 D. When required, provide additional backfill material conforming with requirements of , Section 02318 - Borrow. 3.11 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content.` 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Any backfill or fill 20-ft or greater in depth from the finished surface shall be compacted to 100% of Standard Proctor Density at a moisture content within 2% of optimum; backfill or fill material less than 20-ft in depth up to 10-ft in depth from the finished surface shall be compacted to a minimum of 98% of Standard Proctor Density at a moisture content within 2% of optimum; and backfill or fill material within 10 feet of the finished surface shall be compacted to a minimum of 95% of Standard Proctor Density at a moisture content within 2% of optimum. C. Use only hand -operated tamping equipment or place flowable backfill to achieve a minimum cover of 12 inches over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment unless approved by the Owner and until 5 feet of cover over pipes, conduits and ducts is obtained. Use of vibratory equipment within 10 feet measured from the top of finished surface or adjacent to existing structures will only be permitted if approved by the Owner on a case -by -case basis. 3.13 TESTING A. Testing Agency: Owner will conduct independent construction materials testing in conformance with Section 01400 — Quality Requirements. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5,000 sq. ft. or less of paved area, but in no case fewer than three tests. December 2017 EARTHWORK 02300-6 1.1 t, 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures and Trenches. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.14 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section 01576 — Waste Material Disposal. END OF SECTION 02300 December 2017 EARTHWORK 02300-7 SECTION 02318 BORROW PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Owner. 1.3 RELATED SECTIONS A. Related Sections include the following: 1. Section 01400 — Quality Requirements. 2. Section 02300 - Earthwork. 3. Section 02260 - Excavation Support and Protection. 5. Section 02920 - Lawns and Grasses. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3) ASTM D 1140 2000 Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils December 2017 BORROW 02318 - 1 1.5 DEFINITIONS A. Refer to Section 02300 — Earthwork 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 698 for borrow soil material. PART 2 -PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: 1. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 nor more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 -EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit._ 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. - E. Contractor shall notify Owner three (3) weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. pp 33i December 2017 BORROW 02318 - 2 F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. G. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. p END OF SECTION 02318 December 2017 BORROW 02318 - 3 SECTION 02810 AUTOMATIC IRRIGATION SYSTEMS PART 1- GENERAL 1.1 SUMMARY A. The work required under this Section consists of furnishing all labor materials, equipment, services and related items necessary to complete all irrigation system work, and all related work, complete as indicated on the drawings or specified herein. B. The major items of work include, but are not limited to the following: 1. Verify underground utility locations. 2. Removal, protection and/or restoration of all existing improvements. 3. Trenching and backfilling. 4. Furnishing and installing a fully operational automatically controlled irrigation system, including all mains, laterals, fittings, quick coupling valves, gate valves, and drain valves, backflow preventer, etc. 5. Testing of system and making it operative. 1.2 DEFINITIONS A. Circuit Piping: Downstream from control valves to sprinklers, specialties, and drain valves. Piping is under pressure during flow. B. Drain Piping: Downstream from circuit -piping drain valves. Piping is not under pressure. C. Irrigation Main Piping: Downstream from point of connection to water distribution piping to, and including, control valves. Piping is under water -distribution -system pressure. 1.3 SUBMITTALS A. Product Data: Include pressure ratings, rated capacities, and settings of selected models for the following: 1. General -duty valves. 2. Specialty valves. 3. Control -valve boxes. 4. Sprinklers. 5. Irrigation specialties. 6. Controllers. --s B. Shop Drawings: Show irrigation system piping, including plan layout, and locations, types, sizes, capacities, and flow characteristics of irrigation system piping components. Include water meters, backflow preventers, valves, piping, sprinklers and devices, accessories, _ . controls, and wiring. Show areas of sprinkler spray and overspray. Show wire size and number of conductors for each control cable December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 1 { C. Maintenance Data: Submit maintenance data and parts lists for irrigation system materials and products. Include these data, product data, shop drawings and record drawings in maintenance manual, in accordance with requirements of Division 1. 1.4 QUALITY ASSURANCE A. Manufacturer's Qualifications: Firms regularly engaged in manufacturing irrigation systems materials and products, of types and sizes required, whose products have been in satisfactory use in similar service for not less than five (5) years. B. Installer's Qualifications: Firms who have successfully completed execution of a minimum of five (5) contracts involving the installation of irrigation and piping work similar in size and scope to that required for this project. Such experience should be able to be demonstrated through references. C. Codes and Standards: 1. Comply with all applicable state and local ordinances and codes. 2. All materials and work shall meet the requirements of the A.W.W.A., A.S.S.E. and the USC Foundation for Cross Connection Control. PART2-PRODUCTS 2.1 PIPES AND FITTINGS A. PVC pipe: ASTM D 2241, SDR 21, PVC 1120, 1220, Class 200. B. PVC Pipe: ASTM D 1785, PVC 1120 compound, Schedule 40. 1. PVC Socket Fittings, Schedule 40: ASTM D 2466. 2. Solvent Cement: Compatible with PVC pipe and or proper consistence ASTM D-2564. 2.2 BACKFLOW DEVICES A. 1-1/4" and 1-1/2" Bronze Valve Body, Silicone Elastomers, Stainless Steel Springs, Threaded End Connections. In conformance with ANSI/AWWA (C510-92). 1. Manufacturers: a. Febco Model 850 (1-1/4") and (1-1/2") b. Watts Industries, Inc.; Water Products Div. C. Or approved other. 2.3 GENERAL -DUTY VALVES A. PVC Ball Valves: MSS SP-122, union] type, with full -port ball, socket or threaded detachable end connectors, and pressure rating not less than 150 psig (1035 kPa). 1. Material Option: MSS SP-122, of plastic other than PVC and suitable for potable water Include threaded ends and pressure rating not less than 150 psig (1035 kPa), unless otherwise indicated. 2. Manufacturers: December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 2 a. NIBCO INC.; Chemtrol Div. b. Watts Industries, Inc.; Water Products Div. c. Or approved other. 2.4 SPECIALTY VALVES A. Quick -Coupling Valve and Valve Key: Shall be as noted on drawings and shall be 1 1/4' brass with locking top, and located up stream of all remote control valves. 1. Contractor shall owner with a minimum of 1 Valve Key. 2. Manufacturers: a. Rain Bird Sprinkler Mfg. Corp. Quick -Coupling Valve 33DRC b. Rain Bird Sprinkler Mfg. Corp. Quick -Coupling Key 33DK c. Or approved other. B. Plastic Automatic Control Valves: (Spray, Rotor and Bubbler Heads Only): Molded -plastic body, normally closed, diaphragm type with manual flow adjustment, and operated by 24 VAC 60 Hz (cycles/sec.) solenoid. Refer to drawing for sizes. 1. Manufacturers: a. Hunter Industries Incorporated ICV Control Valve (Refer to plan for sizes) b. Or approved other. 2.5 SPRINKLERS A. Pop-up spray head assembly. Refer to drawing for assembly type and nozzle sizes. 1. Manufacturers: a. Hunter Industries Incorporated MPR40-04-CV (Refer to drawing for nozzle sizes) b. Or approved other. B. Bubblers: 1. Manufacturers: a. Hunter Industries Incorporated Inst-04-CV-MSBN-1 OF b. Or approved other. C. 4" Pop-up rotary head. Refer to drawing for Rotary type and nozzle size. 1. Manufacturers: a. Hunter Industries Incorporated I-20 b. Or approved other. c. 6" Stainless Steel 2.6 VALVE BOXES A. Electric Valves: 21.8" L x 16.6" W x 12.0" H Standard Rectangular Series with lid and y extensions 1. Manufacturers: a. Rain Bird Sprinkler Mfg. Corp. a y December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 3 b. Or approved other. B. Master Valve/Flow Sensor 2.7 SPRINKLER SPECIALTIES A. Strainer/Filter Units: Pressure Regulating Filter. Refer to drawing for sizes. 1. Manufacturers: a. Netafim b. Or approved other. B. '/2" PE or PVC tubing: Black Stripe Tubing Netafim Sprinkler Mfg. Corp. Model XBS 250, or approved other. 1. Compression Fittings: Easy Fit Compression Fitting System (Adapters and Fittings) 2. Manufacturer: a. Netafim Sprinkler Mfg. Corp. b. Or approved other. C. Swing Pipe: ''/z" x 12" long flexible PVC with street elbow Schedule 40 construction. 1. Manufacturer: a. Hunter Sprinkler Mfg. Corp. SPX Series and MSE-050 b. Or approved other. 2.8 AUTOMATIC -CONTROL SYSTEM A. Manufacturers: 1. Rain Master Irrigation Evolution DX 1 2. Or approved other. - B. Enclosures provided by Owner: With locking cover and two matching keys. 1. Material: Metal 2. Mounting: Ground mount C. Control Transformer: Transformer Input 120/230 VAC, 50/60Hz, Transformer Output 24VAC, 4A, Station Output 24VAC, 0.56A (2 Valves), Maximum Total Output 24VAC, 4A (14 valves). D. Wiring: UL 493, Type OF-B multi -conductor, with solid -copper conductors and insulated cable; suitable for direct burial. 1. Manufacturers: a. AFC Cable Systems Inc. b. Alcatel Canada Wire, Inc. c. American Electric Cable Co. d. American Insulated Wire Corp. December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 4 ; e. Cerro Wire & Cable Co., Inc. f. Colonial Wire and Cable Co., Inc. g. Essex Group, Inc.; Building Wire Products Division. h. Precision Cable Manufacturing Co., Inc. i. Southwire Company. j. Triangle Wire and Cable Co. k. Or approved other. 2. Feeder -Circuit Cables: No. 12 AWG minimum, between building and controllers. 3. Low -Voltage, Branch -Circuit Cables: No. 14 AWG minimum, between controllers and automatic control valves; color -coded different from feeder -circuit -cable jacket color; with jackets of different colors for multiple -cable installation in same trench. 4. Splicing Materials: UL-approved and filled with silicone for waterproofing. PART 3 - EXECUTION 3.1 EARTHWORK A. Refer to 02300 Earthwork for excavating, trenching, and backfilling. B. Install warning tape directly above pressure piping, 12 inches (300 mm) below finished grades, except 6 inches (150 mm) below subgrade under pavement and slabs. C. Install piping and wiring in sleeves under sidewalks, roadways, parking lots, and railroads. D. Drain Pockets: Excavate to sizes indicated. Backfill with cleaned gravel or crushed stone, graded from 3/4 to 3 inches (19 to 75 mm), to 12 inches (300 mm) below grade. Cover gravel or crushed stone with sheet of asphalt -saturated felt and backfill remainder with excavated material. E. Trenches shall be made wide enough to allow a minimum of two (2") inches between parallel pipe lines. Trenches for pipelines shall be made of sufficient depth to provide minimum cover from finish grade as follows: 1. 18"-24" minimum cover over main lines. 2. 14"-18" minimum cover over control lines from controller to valves. 3.2 PIPING APPLICATIONS A. Piping in control -valve boxes and aboveground maybe joined with flanges instead of joints indicated. B. Underground Irrigation Main Piping: Class 200, PVC pipe and socket fittings; and solvent - cemented joints. C. Circuit Piping: Class 200, PVC pipe and socket fittings; and solvent -cemented joints. D. Circuit Piping: PE, controlled OD pipe; PE socket or butt -fusion fittings. t--= E. Risers to Aboveground Sprinklers and Specialties: Schedule 80, PVC pipe and socket fittings; and solvent -cemented joints. December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 5 F. Drain Piping: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints. s G. Sleeves: Schedule 40, PVC pipe and socket fittings; and solvent -cemented joints, sleeves shall be 2 times the diameter of the main line or lateral running through it. ^'{ H. No pipe shall be laid when, in the opinion of the Project Consultant, trench or weather conditions are unsuitable. When pipe laying is not in progress, the open ends of the installed pipe shall be closed by approved means to prevent entrance of trench water and other foreign material into the line(s). Enough backfill shall be placed in the center sections of the pipe to prevent floating. Any pipe that has floated shall be removed from the trench and re-laid. 3.3 INSTALLATION A. Install piping free of sags and bends. B. Install groups of pipes parallel to each other, spaced to permit valve servicing. C. Install fittings for changes in direction and branch connections. D. Install unions adjacent to valves and to final connections to other components. E. Lay piping on solid subbase, uniformly sloped without humps or depressions. F. Refer to Division 2 Section "Piped Utilities -- Basic Materials and Methods" for basic pipe joint construction. G. Underground Ball Valves: Install in valve box with top flush with grade. 1. Install valves and PVC pipe with restrained, gasketed joints. H. Underground, Manual Control Valves: Install in manual control -valve box. 1. Control Valves: Install in control -valve box. J. Install remote valves where shown and group together where practical. Place valves no closer than six (6") inches to walk edges, buildings and walls. Locate all valve boxes in planting beds unless otherwise directed or noted. K. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is completed. L. Locate part -circle sprinklers to maintain a minimum distance of 4 inches (100 mm) from walls and 2 inches (50 mm) from other boundaries, unless otherwise indicated. M. Install control cable in same trench as irrigation piping and at least 2 inches (50 mm) below or beside piping. Provide conductors of size not smaller than recommended by controller manufacturer. Install cable in separate sleeve under paved areas if irrigation piping is installed in sleeve. N. Expansion Curls: Expansion curls shall be provided within three (3') feet of each wire connection to solenoid and at least every three hundred (300') feet in length. (Expansion curls are formed by wrapping at least five (5) turns of wire around a rod or pipe 1" or more in diameter, then withdrawing the rod). December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 6 1", 3.4 CONNECTIONS A. Ground equipment according to Division 16 Section "Grounding and Bonding". B. Connect wiring according to Division 16 Section "Conductors and Cables". 3.5 LABELING AND IDENTIFYING A. Refer to Division 2 Section "Piped Utilities -- Basic Materials and Methods" for equipment nameplates and signs. B. Warning Tapes: Arrange for installation of continuous, underground, detectable warning tape over underground piping, during backfilling of trenches. C. Refer to Division 2 Section "Earthwork" for warning tapes. 3.6 FIELD QUALITY CONTROL A. Hydrostatic Test: 1. Request the presence of the Owner and/or Project Consultant at least forty-eight (48) hours in advance of testing. 2. Testing to be accomplished at the expense of the Contractor, and in the presence of the Owner. 3. Center load piping with small amount of backfill to prevent arching or slipping under pressure. 4. Apply a continuous and static water pressure of fifty (50) psi when welded plastic joints have cured at least twenty-four (24) hours and with the risers capped as follows: a. Main lines and sub mains to be tested for one (1) hour. b. Lateral lines to be tested for one (1) hour. 5. Repair leaks resulting from tests. 6. The lines shall then be retested until satisfactory. 3.7 ADJUSTING A. Adjust settings of controllers. B. Adjust automatic control valves to provide flow rate of rated operating pressure required for each sprinkler circuit. C. Adjust sprinklers so they will be flush with, or not more than 1/2 inch (13 mm) above, fmish grade. 1_ D. L.I.C. shall select MPR series spray nozzles for "Head -to -Head" coverage adjusted for minimum overspray onto pavement. No overspray is permitted into streets. December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 7 3.8 M9 INSTRUCTIONS After completion and testing of the system, the Contractor will instruct the Owner's personnel in the proper operation and maintenance of the system. PROTECTION Contractor shall be responsible for work until finally inspected, tested and accepted. After delivery, and before and after installation, protect work against theft, injury or damage. Protect open ends of work with temporary covers or plugs during construction, to prevent entry of obstruction material. END OF SECTION 02810 December 2017 AUTOMATIC IRRIGATION SYSTEMS 02810 - 8 SECTION 02900 SEEDING PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1- General Requirements apply to Work of this Section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork: Excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. 2. Analysis of imported topsoil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. December 2017 SEEDING 02900-1 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is inprogress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce a satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Proj ect site to comply with requirements of Section 0 15 00. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name ofmanufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect beforeplanting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1.9 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. December 2017 SEEDING 02900-2 n 1.10 MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable stand of grass is established, but for not less than the following periods: 1. Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before end ofplanting season, or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey water from sources and to keep grass uniformly moist to a depth of 4 inches. 1. Water grass at the minimum rate of 1 inch per week. D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for principal species planted. Repeat mowing as required to maintain specified height without cutting more than 40 percent ofthe grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. E. Postfertilization: Apply fertilizer to grass after first mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb. Per 1000 sq. ft. of lawn area. PART 2 -PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germinationtolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages ofpurity, germination, and maximum percentage ofweed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend when necessary. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. December 2017 SEEDING 02900-3 l 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer ofneutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources ofurea-form, phosphorous, and potassium in the following composition: 1. Composition: 11 lbs. per 1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. �.. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Contracting Officer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1/2 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1/2 the thickness ofplanting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1/2 inch in any dimension, and other objects that may interfere with planting or maintenance operations. December 2017 SEEDING 02900-4 E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 2 mph. Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. Rake seed lightly into top 1 /4 inch of topsoil, roll lightly, and water with fine spray. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. B. Grassed Areas: Provide soil amendments in not less than the following quantities: 1. Weight of commercial fertilizer per acre: 400 lbs. 3.8 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: PROPORTION NAME MIN. PCT. GERM. MIN. PCT. PURE SD. MAX. PCT. WEED SD. 100 pct. Green Sprangletop 0.8 85 0.50 Sideouts Grama 0.5 Plains Bristlegr 1.3 Buffalogrss 1.1 K-R Bluestem 9.0 END OF SECTION December 2017 SEEDING 02900-5 {g i 8 SECTION 02920 LAWNS AND GRASSES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SUMMARY A. This section refers to establishment of grasses for developed and undeveloped areas damaged or removed by construction activities. All areas within the limits of construction are to be seeded using approved methods and materials. Where seeding is required the Contractor has the option of either planting seed with a drill or planting seed through hydroseeding, or a mixture of both methods, in accordance with these specifications. 1.3 RELATED DOCUMENTS A. Section 02300 — Earthwork. 1.4 DEFINITIONS A. Finish Grade: Elevation of finished surface of planting soil. B. Manufactured Soil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface or elevation of subsoil remaining after completing excavation, or top surface of a fill or backfill immediately beneath planting soil. E. Developed Areas: Area disturbed by construction activities adjacent to homes apartments or businesses along the roadway. For the purposes of meeting the re -vegetation requirements required under this project, developed areas shall be defined as land with any type of improvement such as a home apartment building, storage building, fence, or any type of business. F. Undeveloped Areas: Area disturbed by construction activities where the land is not developed. For the purposes of meeting the re -vegetation requirements for this project, undeveloped areas shall be defined as land without improvements. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Certification of Grass Seed: From seed vendor for each grass -seed monostand or mixture stating the botanical and common name and percentage by weight of each species and December 2017 LAWNS AND GRASSES 02920 - 1 variety, and percentage of purity, germination, and weed seed. Include the year of $( production and date of packaging. 1. Certification of each seed mixture for turfgrass, identifying source, including name and telephone number of supplier. 2. Certification that any trees, sod or seed are from nurseries that are certified to be fire ant free. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape installer. E. Planting Schedule: Indicating anticipated planting dates for each type of planting. F. Preconstruction Condition Documentation: Prior to construction in any developed or undeveloped area, submit video or photographic evidence that shows all areas to be disturbed. This will provide the documentation of the "preconstruction" condition of these areas. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape installer whose work has resulted in successful grass establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.8 SCHEDULING A. Planting Restrictions: Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion. B. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. C. When construction activities are completed outside planting periods for seeding operations, the Contractor shall overseed the areas disturbed by construction activities with annual rye grass as a temporary stabilization measure. The Contractor shall re -seed areas overseeded with annual rye with approved permanent stabilization grasses as soon as practical during the following planting season. 1.9 AREA MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until an acceptable stand of grass is established as defined in Section 3.7 "Satisfactory Grass Establishment", but for not less than 40 calendar days from date of Substantial Completion. B. Maintain and establish grass by watering, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch. q i___, December 2017 LAWNS AND GRASSES 02920 - 2 l iJ C. Watering: Provide and maintain temporary piping, hoses, or other lawn -watering equipment to convey water from sources to keep soil uniformly moist. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seed at a minimum rate of 1 inch per week. D. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass -leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: Mow grass 4 inches to 6 inches high. E. Seeding Postfertilization: Apply fertilizer after initial mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. to seeded area. PART 2 -PRODUCTS 2.1 SEED A. Grass Seed: Fresh, clean, dry, new -crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. B. Seed Species: Seed of grass species as follows, with not less than 95 percent germination, not less than 85 percent pure seed, and not more than 0.5 percent weed seed: 1. Use Bermuda grass seed for disturbed undeveloped areas. Choose a variety such as Celebrity Bermuda, overseed with rye, and submit to the Engineer 60 days prior to planting for approval. 2.2 TURFGRASS SOD (Not required.) A. Turfgrass Sod: Approved, complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Bermuda grass (Cynodon dactylon tiffway cultivar) 2.3 TOPSOIL A. Contractor may use approved topsoil obtained from stripping ahead of construction activities. 2.4 PLANTING ACCESSORIES A. Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. December 2017 LAWNS AND GRASSES 02920 - 3 2.5 FERTILIZER A. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water -insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. PART 3 -EXECUTION A. Examine areas to receive grasses for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Remove weeds before seeding by applying selective herbicides as required do not use pre -emergence herbicides. D. Limit subgrade preparation to areas to be planted. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than one inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Pulverize or roto-till soil clods to less than one-half inch equivalent diameter. 1. Apply fertilizer directly to subgrade before loosening at a rate of 400 pounds per acre. 2. Reduce elevation of planting soil to allow for soil thickness of sod. E. Adjacent Subgrades: If grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations; but were affected by stockpiling, vehicular traffic or other ancillary activity relating to construction operations, prepare surface soil as follows: 1. Loosen surface soil to a depth of at least of 4 inches. a. Apply fertilizer directly to subgrade before loosening at a bulk rate of 400 pounds per acre. 2. Remove stones larger than one inch in any dimension and sticks, roots, trash, and other extraneous matter. 3. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. F. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, L__, uniformly fine texture. Grade to within plus or minus 1/2 inch of finish elevation. Roll and 3 :__ December 2017 LAWNS AND GRASSES 02920 - 4 rake, remove ridges, and fill depressions to meet fmish grades. Limit fine grading to areas that can be planted in the immediate future. G. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. H. Restore areas if eroded or otherwise disturbed after finish grading and before planting. 3.3 DRILLED SEEDING A. Sow seed with drill specifically designed for type of seed to be used. Do not broadcast or drop seed when wind velocity is excessive. Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. B. Sow seed at the rate of 2 lb. of pure live seed (pls) per 1000 sf. Bermuda and 4 lb. of rye. C. Roll lightly, and water with fine spray. 3.4 HYDROSEEDING A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogeneous slurry suitable for hydraulic application. 1. Mix slurry with nonasphaltic or asphalt -emulsion tackifier. 2. Apply slurry uniformly to all areas to be seeded in a one-step process. 3.5 SODDING (Not required.) A. Lay sod within 48 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. B. Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to subgrade or sod during installation. Tamp and roll lightly to ensure contact with subgrade, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1. Lay sod across angle of slopes exceeding three horizontal to one vertical. 2. Anchor sod on slopes exceeding six horizontal to one vertical with wood pegs or staples spaced as recommended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. C. Saturate sod with fine water spray within two hours of planting. During first week, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.6 RENOVATION OF LAWNS A. Renovate existing grasses and landscaping damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles, at Contractor's expense. December 2017 LAWNS AND GRASSES 02920 - 5 t, l_g 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. 2. Contractor shall replace damaged grass or plants with grass or plants that are identical to those present in the existing lawn or landscaping. B. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. C. Remove topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. D. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre -emergence herbicides. E. Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. F. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. G. Apply soil amendments and initial fertilizers required for establishing new lawns and mix thoroughly into top 4 inches of existing soil. Provide new planting soil to fill low spots and meet finish grades. H. Water newly planted areas and keep moist until new grass is established. 3.7 SATISFACTORY GRASS ESTABLISHMENT A. Satisfactory Seeded Area: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches. B. Satisfactory sodded Area: At end of maintenance period, a healthy, well -rooted, even -colored, viable stand of grass has been established, free of weeds, open joints, bare areas, and surface irregularities. C. Reestablish grasses that do not comply with requirements and continue maintenance until grasses are satisfactory to the Owner. 3.8 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by landscape work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion -control measures after grass establishment period in accordance with the Storm Water Pollution Prevention Plan. END OF SECTION December 2017 LAWNS AND GRASSES 02920 - 6 DIVISION 3 — CONCRETE December 2017 DIVISION 3 — CONCRETE SECTION 03300 CAST -IN -PLACE CONCRETE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division 1 -General Requirements apply to work of this section. B. TxDOT Guide Schedule of Sampling and Testing 1.2 SUMMARY A. This Section includes, but is not limited to cast -in -place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the City of Lubbock Specifications. 1.3 SUBMITTALS A. Submit product data in accordance with Section 01330 —Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. l G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. December 2017 CAST -IN -PLACE CONCRETE 03300 - 1 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2 -PRODUCTS 2.1 FORM MATERIALS A. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications 2.2 REINFORCING MATERIALS A. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications 2.3 CONCRETE MATERIALS December 2017 CAST -IN -PLACE CONCRETE 03300 - 2 3 't A. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion of concrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: 1. Refer to City of Lubbock Public Works Engineering Minimum Design Standards and Specifications3000 psi, 28-day compressive strength. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi, 28-day compressive strength. 2. Type I cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 pp December 2017 CAST -IN -PLACE CONCRETE 03300 - 3 t 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg Fahrenheit. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2.9 FLOWABLE FILL Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. December 2017 CAST -IN -PLACE CONCRETE 03300 - 4 t PART 3 -EXECUTION k** 61:1 06F.11 A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. a . 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2. Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. D. Provide temporary openings for clean -outs and inspections where interior area of formwork -- . is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in E.' forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades - providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. December 2017 CAST -IN -PLACE CONCRETE 03300 - 5 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS D1.4. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Sawed Joints a. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during sawing operations. b. Joints shall be cut as shown on the plan. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot of at least 1/8-inch wide and to the depth shown on the plans. When shown on the plans or required by the specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut. c. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to support the saws (no longer than 6 hours after surface finishing) and permit cutting without chipping, spalling, or tearing (per ACI 330R). d. Sawing shall be carried on both during the day and night as required to meet minimum time constraints. The joints shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Engineer. December 2017 CAST -IN -PLACE CONCRETE 03300 - 6 �s B. 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. a. 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. b. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. C. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Place construction joints perpendicular to main reinforcement. Continue reinforcement across construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of work. Field fabricate joints in waterstops according to manufacturer's printed instructions. F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in fmished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. ' December 2017 CAST -IN -PLACE CONCRETE 03300 - 7 kJVA B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. . CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. 1. Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike off. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. December 2017 CAST -IN -PLACE CONCRETE 03300 - 8 ? 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and 4 strength of concrete, place concrete complying with ACI 305R and as specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: 1. Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. 3. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish (FOR 5" CONC RIPRAP IN CHANNEL FLOWLE1 E): Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 3 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. December 2017 CAST -IN -PLACE CONCRETE 03300 - 9 r. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: Apply a nonslip broom finish to concrete pavement, curb and gutter, sidewalks, riprap, platforms, steps, and ramps, and elsewhere as indicated. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply December 2017 CAST -IN -PLACE CONCRETE 03300 - 10 3 according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. 1. Cut out honeycombs, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. December 2017 CAST -IN -PLACE CONCRETE 03300 - 11 ji E C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the P concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. M 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 December 2017 CAST -IN -PLACE CONCRETE 03300 - 12 __i water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed in accordance with TxDOT Guide Schedule of Sampling and Testing 1. Strength level of concrete will be considered satisfactory if averages of sets of three 1 ? consecutive strength test results equal or exceed specified compressive strength and no individual strength test result falls below specified compressive strength by more than 500 psi. B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or c. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the December 2017 CAST -IN -PLACE CONCRETE 03300 - 13 Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. c. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core t .. is greater than 500 psi below specified strength. END OF SECTION 03300 ril December 2017 CAST -IN -PLACE CONCRETE 03300 - 14 Li APPENDIX A APPENDIX A - Items and Pertenant Specifications Item # Description Project Manual TxDOT Item COL Spec Section 1 PREPARING ROW 100 2 REMOVING CONC (RIPRAP) 3 REMOVING CONC (SIDEWALKS) 01576, 02221 4 REMOVING STAB BASE & ASPH PAV (12") 5 REMOVING SM RD SN SUP&AM 6 ABANDON AND CAP EXISTING WELLS 01020 7 EXCAVATION (ROADWAY AND CHANNEL) 8 EXCAVATION (PLAYA LAKE) 110 9 OVER EXCAVATION 10 EMBANKMENT (FINAL)(DENS CONT)(TY A) 132 11 6" FLEX BASE 08.08.02, 10.04 12 4" TYPE B HMAC (BASE) 341 13 2" TYPE C HMAC (SURFACE) 8.09, 10.04 14 4" CONCRETE RIPRAP 15 5" CONCRETE RIPRAP 432 16 GABION MATRESS APPENDIX C 17 CONCRETE CURB AND GUTTER 18 SAWTOOTH CURB AND GUTTER 529 10.04 19 CONCRETE INTERSECTIONS 03300 8.07, 10.04 20 CONCRETE ALLEYS 03300 8.07, 10.04 21 4" CONCRETE SIDEWALK 22 CURB RAMPS 531 10.04 23 WOOD FENCE 01020 24 CONC BOX CULV (3 FTX 3 FT) (EQUALIZER) 25 CONC BOX CULV (4 FTX 4 FT) (QUINCY) 462 26 CONC BOX CULV (5 FT X 2 FT) (ROCHESTER) 27 SET (TY 1) (S= 3 FT) (HW=4 FT) (6:1) (CROSS) 28 SET (TY 1) (S= 4 FT) (HW=6 FT) (3:1) (PARALLEL) 467 29 SET (TY 1) (S= 5 FT) (HW=4 FT) (3:1) (PARALLEL) 30 TOPSOIL (4") 160 31 CELL FBR MLCH SEED (PERM) (URBAN) (SANDY) 32 DRILL SEEDING (TEMP)(WARM) 02900, 02920 33 SOIL RETENTION BLANKETS (CI-1) (TY D) 169 34 ROCK FILTER DAMS (INSTALL) (TY 2) 35 ROCK FILTER DAMS (REMOVE) 36 CONSTRUCTION EXITS (INSTALL) (TY 1) 37 CONSTRUCTION EXITS (REMOVE) 01356 506 38 TEMP SEDMT CONT FENCE (INSTALL) 39 TEMP SEDMT CONT FENCE (REMOVE) 40 ADJUST MANHOLES 479 41 ALUMINUM SIGNS (TY A) 636 42 IN SM RD SN SUP&AM TY10BWG(1)SA(P) 43 IN SM RD SN SUP&AM TY10BWG(1)SA(T) 644 Item # Description Project Manual TxDOT Item COL Spec Section 44 CONDT (PVC) (SCH 40) (4") 618 45 GROUND BOX TY 2 (484860) W/APRON 624 46 REFL PAV MRK TY I (W)8"(SLD)(100MIL) 47 REFL PAV MRK TY I (W)12"(SLD)(100MIL) 48 RE PM W/RET REQTY I (W)4"(BRK)(100MIL) 49 RE PM W/RET REQTY I (W)4"(SLD)(100MIL) 666 50 RE PM W/RET REQTY I (Y)4"(BRK)(100MIL) 51 RE PM W/RET REQTY I (Y)4"(SLD)(100MIL) 52 PREFAB PAV MRKTY B (W)(24")(SLD) 53 PREFAB PAV MRKTY B (W)(ARROW) 668 54 PREFAB PAV MRKTY B (Y)(24")(SLD) 55 REFL PAV MRKR TY I-C 56 REFL PAV MRKR TY II -A -A 672 57 TRAFFIC BUTTON TY W 58 INSTL RDSD FLSH BCN ASSM (SOLAR PWRD) 685 59 16" C-900 DR-18 PVC WATER PIPE 60 12" C-900 DR-18 PVC WATER PIPE 61 10" C-900 DR-18 PVC WATER PIPE 62 8" C-900 DR-18 PVC WATER PIPE 63 6" C-900 DR-18 PVC WATER PIPE 64 16" GATE VALVE AND VAULT SECTION 1 65 12" GATE VALVE AND VAULT SECTION 5 66 10" GATE VALVE AND VAULT SECTION 7 67 8" GATE VALVE AND VAULT 10.02 68 6" GATE VALVE AND VAULT 69 DUCTILE IRON FITTINGS 70 CONNECTION TO EXISTING WATERLINE 71 FIRE HYDRANT ASSEMBLY 72 TRENCH SAFETY 73 IREMOVAL OF EXIST WATERLINE 74 ITRAFFIC CONTROL 01555 75 MOBILIZATION ALTERNATE #1 Al 5" CONCRETE RIPRAP (Remaining slope protection) 432 A2 ISOIL RETENTION BLANKETS (CL 1) (TY A) (Deduct) 169 APPENDIX B �� �" � r �... _ �. .,.. �q ..., GUIDE SCHEDULE OF SAMPLING & TESTING MAY 2016 Texas Department 4j of Transportation Using the Guide Schedule Research of sampling and testing rates listed for project tests in the following Guide Schedule show that the Department's and the Contractor's risk of either rejecting "good" material or accepting "bad" material range from 20% to 40%. To reduce this risk, we recommend that the sampling rate be increased during initial production. A four -fold increase in testing frequency will generally reduce risk to approximately 5%. The intent of increasing testing at the start of production is to insure that the Contractor's processes are in control and to establish acceptability requirements early. There is a need to increase the frequency of testing for high -variability materials and when testing results do not meet specifications. The Engineer may require the Contractor to reimburse the Department for costs resulting from failing test results, in accordance with the specifications. Materials incorporated in TxDOT projects are subjected to various quality assurance procedures such as testing (as outlined in this document), certification, quality monitoring, approved lists, etc. The Engineer and testing staff should familiarize themselves with materials to be used before work begins by reviewing the specifications and this document. Discuss material testing requirements with the Contractor. Other testing required by the specifications, but not shown in the Guide Schedule, should be performed at a frequency necessary to provide adequate confidence that materials meet specifications. NOTE: For projects subject to FHWA construction oversight activities, use the "Letter of Certification of Materials Used" to document reasons for material acceptance when a test fails. For all other projects, document the justification and explanation for acceptance of materials that fail project tests in the project file. Assuring the quality of the product and proper incorporation of materials into the project begins with proper sampling practices. Sampling, testing, and construction inspection must be performed collaboratively to assure the specific attributes of the finished product reflect quality workmanship. Sampling guidance for hot -mixed asphalt is contained in Tex-225-F, "Random Selection of Bituminous Mixture Samples," and the respective specification for that material. All remaining materials are covered by method and materials specifications, to which the following applies. For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned sampling routines. Examples of such sampling practices are as follows: • Soils/flexible base: Vary sampling between stockpiling operations, completed stockpile, windrow, and project site. Vary the time of day sampling is performed. • Aggregates: Sample aggregates nearest the point of incorporation into the work. Vary sampling between stockpiling operations, completed stockpile, belt sampling, and if deemed necessary, railroad cars/trucks. Vary the time of day sampling is performed. • Concrete (structural and miscellaneous: Always sample as near as practicable to the point of placement. For strength testing, vary the time of day or the number of truck from which the concrete is sampled. Tests for slump, air, and temperature should be done often to ensure the consistent control of the concrete production (not applicable to miscellaneous concrete). This Guide Schedule is applicable to all contracts associated with the 2014 Standard Specifications. 1 _ :..� . This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE 1-�zEMBANKMENTS, SUBGRADES,: BACKFILL, AND BASE COURSES ft f 9 ., MATERIALOR, RRQDUCT TE5T FOR TEST.NUMBER LOCATION OR TIME OF FREQUENCY OF REMARKS jD) YS�kMPLINCAl f s ��' .SAMPLINO d For Type A embankment or when required by the Liquid Limit Tex-104-E Materials with plans. This test may be waived for embankment (A) PI <_ 15: 10,000 CY cuts as directed by the Engineer. Determine a new liquid limit and plasticity index for each different Plasticity Index Tex-106-E Materials with material or notable change in material. (A) During stockpiling P1 > 15: 5,000 CY Sample in accordance with Tex-100-E. operations, from When shown on plans. This test may be waived for Gradation Tex-110-E completed stockpile, or Each 10,000 CY embankment cuts, as directed by the Engineer. project site (B) Sample in accordance with Tex-100-E. Not required for ordinary compaction. Determine a new optimum moisture and maximum density for Moisture/Density Tex-114-E As directed by the each different material or notable change in EMBANKMENT En Engineer g material. (CUTS & FILLS) Sample in accordance with Tex-100-E. Not required for ordinary compaction. Determine a Fill: each 5,000 CY new optimum moisture and maximum density min. 1 per lift. according to Tex-114-E for each different material or notable change in material. Correct the moisture contents measured by nuclear In -place Density Tex-115-E As designated by the density gauge in Tex-115-E with the moisture (A) Engineer contents determined in accordance with Tex-103-E, as necessary for control, for each different material Cut: each 6,000 LF or notable change in material and adjust the density accordingly. Materials such as RAP, gypsum, lime, cement, and iron ore tend to bias the counts for nuclear density gauges. RETAINING WALL As shown above for As shown above for As shown above for Embankment Embankment Embankment Sample in accordance with Tex-100-E. (NON -SELECT BACKFILL) (Cuts and Fills) (Cuts and Fills) (Cuts and Fills) During stockpiling operations, from Gradation Tex-110-E completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. project site (B) During stockpiling For material with resistivity between 1,500 and RETAINING WALL Resistivity opfromerations, 3,000 ohm -cm, determine chloride and sulfate (SELECT BACKFILL) (A) Tex-129-E completed stockpile, or Each 5,000 CY content, as specified in Item 423. project site (B) Sample in accordance with Tex 400-A. During stockpiling pH operations, from Tex-128-E completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. (A) project site (B) 2 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE I - EMBANKMENTS, SUBGRADES, BACKFILL,'AND BASE COURSES: "PROJECT TESTS MATERIAL OR PRODUG7 ,- ° TEST„FQR�: ,: ;TEST NUMBER LOCATION ORTIMEOF FREQUENCYOF REMARKS SAMPLING,'(D) ,``�. ' - SAMPLING (F) Test when backfill sources appear to contain During stockpiling 1 per source, per articles such as shale, caliche, or other soft poor - particles I Soundness Tex-411-A operations, or from project y p articles. completed stockpile Sample in accordance with Tex-400-A. RETAINING WALL Not required for rock backfill. For walls greater than (SELECT BACKFILL) 500 ft. in length, perform one test per lift for every (continued) 500 ft. in length. (F) In -place Density Tex 115E As designated by the 1 per backfill lift, Correct the moisture contents measured by nuclear A () Engineer. per wall density y gauge in Tex-115-E with the moisture contents determined in accordance with Tex-103-E for each different material or notable change in material and adjust the density accordingly. During stockpiling Liquid Limit operations, from (A) Tex-104-E completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. windrow (B) During stockpiling Plasticity Index operations, from (A) Tex-106-E completed stockpile, or Each 5,000 CY windrow (B) During stockpiling Gradation operations, from (A) Tex-110-E completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. windrow UNTREATED BASE COURSES (B) From completed Not required for ordinary compaction. Moisture/Density Tex-113-E stockpile at the source Each 20,000 CY Sample in accordance with Tex-400-A. (E) Wet Ball Mill From completed As required by the plans. (A) Tex-116-E stockpile thesource Each 20,000 CY Sample in accordance with Tex-400-A. (Eat As required by the plans. When base material is from a source where the District has a record of satisfactory triaxial results, the frequency of testing Strength From completed may be reduced to one per 30,000 CY. If any one (A) Tex-117-E stockpile at the source Each 20,000 CY test falls below the minimum value required, the (E) frequency of testing will return to the original frequency of 20,000 CY. Sample in accordance with Tex-400-A. 3 ZLLa This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Correct the moisture contents measured by nuclear density gauge in Tex-115-E with the moisture contents determined in accordance with Tex-103-E, In -place Density Tex 115E As designated by the Each 3,000 CY, as necessary for control, for each different material UNTREATED BASE A () Engineer g min. 1 per lift or notable change in material and adjust the g J COURSES density accordingly. Materials such as RAP, gypsum, lime, cement, and iron ore tend to bias the counts for nuclear density gauges. Thickness Tex-140-E As designated by the Each 3,000 CY Not required where survey grade control documents (A) Engineer compliance. Required for existing subgrade material and material imported from a borrow source. Soil survey Organic Content Tex-148-E As designated by the 1 per 5001inear and geologic maps may be used to determine Engineer feet or 5,000 CY sampling locations. SUBGRADE Sample in accordance with Tex-100-E. BEFORE Required for existing subgrade material and TREATMENT material imported from a borrow source. Soil survey Sulfate Content Tex-145-E As designated by the 1 per 500 linear and geologic maps may be used to determine Engineer feet or 5,000 CY sampling locations. Sample in accordance with Tex-100-E. During stockpiling operations, from When central mix site or plant is used, windrow TREATED Liquid Limit (A) Tex-104-E completed stockpile, or Each 5,000 CY sampling may be waived. SUBGRADE AND windrow Sample in accordance with Tex-400-A. BASE COURSES (B) During stockpiling Plasticity Index operations, from (A) Tex-106-E completed stockpile, or Each 5,000 CY NEW BASE windrow MATERIAL (B) During stockpiling Gradation operations, from (A) Tex-110-E completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. windrow (B) Wet Ball Mill From completed As required by the plans. (A) Tex-116-E stockpile source Each 20,000 CY Sample in accordance with Tex-400-A. (E)at 4 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE I -'EMBANKMENTS, SUBGRADES,'BACKFILL, AND BASE COURSES > PROJ ECT TESTS MATERIAL OR PRODUCT TEST FOR -:� TESL NUMBER LOCATION20R TIME OF, FREQUENCY 011F REMARKS , y SAMPLING'(D) ?SAMPLING IF . As required by the plans. When base material is from a source where the District has a record of NEW BASE Strength From completed satisfactory triaxial results, the frequency of testing Tex-117-E stockpile at the source Each 20,000 CY may be reduced to one per 30,000 CY. If any one MATERIAL (A) (E) test falls below the minimum value required, the frequency of testing will return to the original frequency of 20,000 CY. Sample in accordance with Tex-400-A.Verify the source is listed on the current Material Producer Commercial Lime List for Lime. Only materials appearing on the Slurry: each 200 Material Producer List will be accepted. Sample Compliance with tons of lime frequency for Carbide Lime Slur may be increased q y Slurry y LIME DMS-6350 Tex-600-J Duringdelivery to project ry Carbide Lime as directed by the Engineer. Slurry: each 100 tons of lime For Hydrated Lime and Quick Lime project testing is not required but it is encouraged to sample and test the material at a rate of 1 per project as a best practice. Compliance with Railroad car, truck, or Verify the source is listed on the current Material CEMENT DMS-4600 cement bins Producer List for Cement. If not, sample and test in TREATED accordance with DMS-4600. (C) Verify the source is listed on the current Material SUBGRADE AND BASE COURSES Producer List for Fly Ash. Only materials from FLY ASH Compliance with Project samples at CST/M&P approved sources appearing on the MATERIAL DMS-4615 location designated by Material Producer List for Fly Ash will be accepted. the Engineer Project testing is not required but it is encouraged to sample and test the material at a rate of 1 per project as a best practice. (C) At the beginning of the project, one test must be made for each 4,500 CY or 6,000 tons until the Pulverization Gradation Tex-101-E Roadway, after As necessary for Engineer is satisfied that acceptable pulverization Part III pulverization and mixing control results are being obtained. Sample in accordance with Tex-100-E. Not required for ordinary compaction. Determine a COMPLETE new moisture/density curve for each different or MIXTURE notable change in material. Perform Tex-120-E, From roadway windrow Part 11, for Cement Treated Material, and Tex-121-E, Soil -Cement Testing Tex-120-E, Part 11, or after treatment Each 20,000 CY Part 11, for Lime, Lime -Fly Ash, or Fly Ash Treated Soil -Lime Testing Tex-121-E, Part II (E) Material. If Tex-120-E, Part I, Tex-121-E, Part 1, or Tex-127-E is performed prior to the project, this test may be waived. Sample in accordance with Tex-100-E. 5 e '_ 77 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Perform Tex-120-E, Part I, on cement treated material, and Tex-121-E, Part I, for lime -fly ash or fly Soil -Cement Testing Tex-120-E, Part I, From roadway windrow As necessary for ash treated material. Verifies the field strength by Soil -Lime Testing Tex-121-E, Part I, or after treatment control comparing results from the mix design. Performed p g g Tex-127-E at the discretion of Engineer. Sample in accordance with Tex-100-E. Determine the appropriate moisture/density curve for each different material or notable change in TREATED COMPLETE material. Correct the moisture contents measured SUBGRADE AND MIXTURE by nuclear density gauge in Tex-115-E with the BASE COURSES In -place Density As designated by the Each 3,000 CY, moisture contents determined in accordance with (A) Tex-115 E Engineer min 1 per lift Tex-103-E, as necessary for control, for each different material or notable change in material and adjust the density accordingly. Stabilizers and materials such as RAP, gypsum, and iron ore tend to bias the counts for nuclear density gauges. Thickness Tex-140-E As designated by the Each 3,000 CY Not required where survey grade control documents (A) Engineer are used for compliance Required only for contractor furnished recycled material, including crushed concrete. Not required Sulfate Content Tex-145 E During stockpiling Each 5,000 CY for RAP. operations, from Sample in accordance with Tex-400-A. completed stockpile, or Required only for contractor furnished recycled RECLAIMED ASPHALT PAVEMENT windrow (RAP), CRUSHED CONCRETE, and Deleterious Material Tex-413-A Each 5,000 CY material, including crushed concrete. RECYCLED MATERIALS Sample in accordance with Tex-400-A. During stockpiling operations, from Required only for contractor furnished RAP. Decantation Tex 406 A completed stockpile, or Each 5,000 CY Sample in accordance with Tex-400-A. windrow A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B Engineer will select any of these locations or any combinations thereof with the provision that the initial sample will be obtained from the completed stockpile at the source and at least one out of ten consecutive samples will be taken at the project site (from the windrow for treated and untreated bases and embankments when possible). C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. A This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned sampling routines. Examples of such sampling practices are as follows: D • Soils/Flexible Base: For gradation, liquid limit, and plastic limit, vary sampling between stockpiling operations, completed stockpile, windrow, and project site. Varythe time of day sampling is performed. • Aggregates: Sample aggregates nearest the point of incorporation into the work. Vary sampling between stockpiling operations, completed stockpile, belt sampling, and if deemed necessary, railroad cars/trucks. Vary the time of day sampling is performed. E The Engineer will sample from the completed stockpile at the source and test prior to placement. F Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE IA - ASPHALT STABILIZED BASE (Plant Mix) PR0IECTTESTS M TERIAL;OR. TEST T.ES� NUMBE L0C�4TI01� OR i'IME OF � FRE UENCY,OF £ > H !�. PRflDL1Ci ...., y £.✓, , , ,; OR � .. x a. .> .,, �N � kry aS� ,,. m k, V.. as 1 n+ 5 5 z ..'Y. 'vk e d .d. ;.✓i.: 7.,x✓ 5 ,n ..r✓;' w b i r l ,t rc t✓{ 1 b k� jrl / 1 a� i �,u� r d` During stockpiling Gradation Tex-200-F, operations, from Each 5,000 CY Sample in accordance with Tex-400-A. (A) Part I completed stockpile, or prior to mixing During stockpiling Liquid Limit Tex-104-E operations, from Each 5,000 CY Sample in accordance with Tex-400-A. (A) completed stockpile, or prior to mixing During stockpiling Plasticity Index Tex-106 E operations, from Each 5,000 CY (A) completed stockpile, or prior to mixing AGGREGATE When L. A. Abrasion is specified, tests are not required Wet Ball Mill or Durin g stock pilin g when the published value of the source, as listed on L. A. Abrasion Texor operations, from Each 20,000 CY the current Material Producer List for BRS Q C meets (A) x-410- Tex 410 A completed stockpile, or the project specifications. prior to mixing Sample in accordance with Tex-400-A. (B) Coarse Aggregate During stockpiling Tex-460-A, operations, from 1 per project, per Not required for crushed stone sources. Angularity Part I completed stockpile, or source Sample in accordance with Tex-400-A. (A) prior to mixing When designated by the Engineer, test may be run on Sand Equivalent Tex-203-F Hot aggregate bins, 1 per project, per combined aggregates when multiple sources are used. feeder belt, or stockpile source Sample in accordance with Tex-400-A. Hydrated Lime: 1 per project Commercial Lime Slurry: each 200 Compliance with During delivery to the tons of lime (D) On projects requiring less than 50 tons, material from LIME CST/M&P approved sources may be accepted on the DMS-6350 project j Carbide Lime basis of Producer's Certification without sampling. Slurry: each 100 tons of lime (D) Quick Lime: 1 per project RECLAIMED ASPHALT During stockpiling PAVEMENT (RAP), and Decantation Tex-217-F, operations, from Each 10,000 CY Sample in accordance with Tex-400-A. RECYCLED AGGREGATE Part II completed stockpile, or prior to mixing 8 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. ASPHALT BINDER COMPLETE MIXTURE ROADWAY prior to mixing Test at least one sample taken from the project. Sampled, tested and 1 each for binder Sample tack coat at the distributor on the roadway in Compliance with Item preapproved by and tack coat per accordance with Tex-500-C, Part III. Sample binder at 300 - Binder and Tack CST/M&P. Take project project, per grade, hot mix plant in accordance with Tex-500-C, Part II. Coat samples when designated by the Engineer. per source Binder should arrive on the project pre -approved. If not pre -approved, sample binder before use. Laboratory Density Tex-126-E Plant Mix 20,000 CY Sample in accordance with Tex-222-F. (A) (C) (25,000 tons) Each 1,500 CY Determine asphalt content correlation factors for Percent Asphalt Tex-236-F Plant Mix (2,000 tons) or ignition oven at a minimum of one per project. (A) (C) days production Sample in accordance with Tex-222-F. Indirect Tensile Tex-226-F Plant Mix 1 per project, per Sample in accordance with Tex-222-F. Strength - Dry design As designated by the 1 per project, per This test may be waived, when shown on the plans. Moisture Susceptibility Tex-530 C Engineer design Sample in accordance with Tex-222-F. Roadway cores, as Each 2,500 CY Not required for ordinary compaction or when air void In -Place Air Voids Tex-207-F designated by the (3,000 tons) or requirements are waived. (A) Engineer (Ce days production Sample in accordance with Tex-222-F. TABLE IA - FOOTNOTES A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B Engineer will select any of these locations or any combinations thereof with the provision that at least one out of ten consecutive samples will be taken at the project site (from the windrow for treated and untreated bases and embankments when possible). For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned C sampling routines. Examples of such sampling practices are as follows: • Soils/flexible base: Vary sampling between stockpiling operations, completed stockpile, windrow, and project site. Vary the time of day sampling is performed. • Aggregates: Sample aggregates nearest the point of incorporation into the work. Vary sampling between stockpiling operations, completed stockpile, belt sampling, and if deemed necessary, railroad cars/trucks. Vary the time of day sampling is performed. D Each test performed that is based on a quantity of material is considered "or fraction thereof' for calculating number of tests. 9 r... w. A _....k ..... ,I ..,I .. ,. .... __ .. .... . ,, :. ........ This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Gradation (A) Tex-200-F, Part I Stockpile (At source or at point of delivery) One each 1,000 CY L. A. Abrasion Tex-410-A Stockpile 1 per 20,000 CY (A) Magnesium Soundness Tex-411-A Stockpile 1 per 20,000 CY (A) Surface Aggregate Tex-612-J, Classific(A) Tex-411-Aation Stockpile 1 per 20,000 CY Press (rre) Slake I Tex-431-A I Stockpile I 1 per 20,000 CY AGGREGATE I Freeze Thaw Tex-432-A Stockpile 1 per 20,000 CY (A) Unit Weight Tex-404-A Stockpile 1 per 20,000 CY 24 hr Water Absorption Tex-433-A Stockpile 1 per 20,000 CY (A) Coarse Aggregate Tex-460 A Stockpile 1 per 20,000 CY Angularity Deleterious Material Tex-217-F, Stockpile 1 per 10,000 CY (A) Part I Decantation Tex-406-A Stockpile 1 per 10,000 CY (A) Frequency as Flakiness Index Tex-224-F Stockpile directed by the Engineer Rate may be reduced to one each 2,000 CY if the Engineer approves a contractor quality control plan. Sample in accordance with Tex-221-F. Verify the published value of the source, as listed on the current Material Producer List for BRSQC, meets the project specifications. If not, sample and test at 1 per 20,000 CY prior to use. Sample in accordance with Tex-221-F. (B) Verify the published value of the source, as listed on the current Material Producer List for BRSQC, meets the project specifications. If not, sample and test at 1 per 20,000 CY prior to use. Sample in accordance with Tex-221-F. (B) Verify the published value of the source, as listed on the current Material Producer List for BRSQC, meets the project specifications. If not, sample and test at 1 per 20,000 CY prior to use. Sample in accordance with Tex-221-F. (B) Same as above. Required only for lightweight aggregate. Sample in accordance with Tex-221-F. Same as above. Required only for lightweight aggregate. Sample in accordance with Tex-221-F. Same as above. Required only for lightweight aggregate. Sample in accordance with Tex-221-F. Same as above. Required only for lightweight aggregate. Sample in accordance with Tex-221-F. Only required for crushed gravel. Sample in accordance with Tex-221-F. Not required for lightweight aggregate. Sample in accordance with Tex-221-F. Sample in accordance with Tex-221-F. Sample in accordance with Tex-221-F. This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE 11 - SEAL COAT Compare result to published value listed on the current 1 per project as Material Producer List for BRSQC. Submit sample to CST/M&P for Soundness and L.A. Abrasion testing Micro Deval Tex-461 A Stockpile necessary for when results differ by more than 3% points, unless control otherwise directed by the Engineer. Sample in accordance with Tex-221-F. Required only for Limestone Rock Asphalt. Not White Rock Count Tex-220-F Stockpile required when CST/M&P provides inspection at the plant. Sample in accordance with Tex-221-F. Required only for Limestone Rock Asphalt. Not Naturally Impregnated Tex-236-F Stockpile required when CST/M&P provides inspection at the Bitumen Content plant. Sample in accordance with Tex-221-F. Frequency as directed by the PRECOATED AGGREGATE Asphalt Content Tex-236-F Stockpile Engineer when a Sample in accordance with Tex-221-F. target value is specified Sampled, tested, and preapproved by Compliance with CST/M&P. Take project 1 per project, per Sample in accordance with Tex-500-C. Binder should ASPHALT Item 300 samples when grade, per source arrive on the project pre -approved. If not pre -approved, designated by the sample binder before use. Engineer from the distributor or transport. TABLE II - FOOTNOTES A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned C sampling routines. Examples of such sampling practices are as follows: • Aggregates: Sample aggregates nearest the point of incorporation into the work. Vary sampling between stockpiling operations, completed stockpile, belt sampling, and if deemed necessary, railroad cars/trucks. Vary the time of day sampling is performed. D Each test performed that is based on a quantity of material is considered "or fraction thereof' for calculating number of tests. This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE IIt ` HYDRAULIC CEMENT:CONCRETE 'STRUCTURAL K,'IMC, orSS)' PRfJJECT TESTS x, LOCATION, .ORTI x V ;%0 n fti i 54 t- f � .. ., E� Decantation Each 20,000 CY of Tex-406-A concrete (each Sample in accordance with Tex-400-A. (B) source) Sieve Analysis Each 1,000 CY of Sample in accordance with Tex-400-A. Tex-401-A concrete (each (A) (B) source) Test combined aggregate when used. Deleterious Materials 1 per project or as Tex-413-A necessary for Sample in accordance with Tex-400-A. COARSE (B) From stockpile at control AGGREGATE concrete plant Verify the value of the source, as listed on the current Material Producer list for CRSQC, meets the project Los Angeles Abrasion Tex-410-A Two, each source specifications. If not, sample and submit to CST/M&P (A) (B) for testing prior to use in accordance with Tex-499-A. Sample in accordance with Tex-400-A. (C) 5-cycle Magnesium Sulfate Soundness Tex-411-A Two, each source Verify the value of the source, as listed on the current (A) (B) CRSQC, meets the project specifications. (C) Sand Equivalent 1 per project or as Sample in accordance with Tex-400-A. MINERAL (B) Tex-203-F necessary for control Test combined aggregate when used. AGGREGATE Organic Impurities 1 per project, per Tex-408-A Sample in accordance with Tex-400-A. (B) source Sieve Analysis Each 1,000 CY of Tex-401-A concrete (each Sample in accordance with Tex-400-A. (A) (B) source) Sample in accordance with Tex-400-A. FINE Fineness Modulus Tex-402-A From stockpile at 1 per projector as necessary for Test combined aggregate when used. Test to confirm AGGREGATE (B) concrete plant control material variability when strength values are in question. Deleterious Material 1 per project or as Sample in accordance with Tex-400-A. (B) Tex-413-A necessary for Test to confirm material variability when strength control values are in question. Only for concrete subject to direct traffic. Verify the value of the source, as listed on the current CRSQC, Acid Insoluble Residue meets the project specifications. If not, sample and (A) (B) Tex-612-J Two, each source submit to CST/M&P for testing prior to use in accordance with Tex-499-A. Sample in accordance with Tex-400-A. (C) Compliance with 1 per project, per SILICA FUME DMS-4630 Railroad car, truck, bags class of concrete Sample in accordance with Tex-320-D. or silos (For each type and (A) brand) 12 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE III = HYDRAULIC CEMENT CONCRETE -STRUCTURAL (Classes: C, F, H, S, CO, K, LMC, or SS)' PROJECTTESTS�ri" , MATERIAL OR PRODUCT TEST FOR: TESL, NUMBER LOCATION OR11ME OF . FREQUENCY OF REMARKS^ . SAMPLINO�(D)<.. �; SAMPLING (E) Compliance with 1 per project, per METAKAOLIN DMS-4635 Railroad car, truck or class of concrete (A) silos (For each type and brand) Verify if cement, fly ash, slag cement, and chemical admixture sources are listed on the Material Producer Lists. If not, sample and submit to CST/M&P for Compliance with At source (if not Min. 1 design per testing. Water testing is contracted by the concrete MIX DESIGN Standard Specification approved) class, per source supplier su pp (commercial lab report to be reviewed by Item 421.4.A TxDOT). Sample in accordance with Tex-300-D for cement and in accordance with Tex-733-1 for fly ash. Sample in accordance with Tex-500-C. JOINT MATERIAL Compliance with Verify the source is listed on the Material Producer List DMS-6300 for Joint Sealers. If not, sample and test prior to use in accordance with DMS-6310. (C) Only products listed on the Material Producer List for Compliance with Sampled at jobsite; When requested by Concrete Curing Compounds will be allowed. When CURING COMPOUND DMS 4650 tested by CST/M&P. See CST sample is requested by CST, sample in accordance remarks. with Tex-718-1. Ensure container has been agitated and mixed prior to sampling. (C) EVAPORATION RETARDANTS Compliance with Only products listed on the Material Producer list for DMS-4650 Evaporation Retardants will be allowed. (C) Compliance with the Only materials from CST/M&P approved sources listed REINFORCING STEEL Std. Specifications & As Specified on the Material Producer Lists for Reinforcing Steel Spec. Provisions Mills and Seven Wire Steel Strand will be allowed. (C) Compliance with Sampled at jobsite; 3 couplers per lot (500 couplers) for Only materials from CST/M&P approved sources listed MECHANICAL COUPLERS DMS-4510 Tex-743-1 Tested by CST/M&P each type, model, on the Material Producer List for Mechanical Couplers bar size and grade will be allowed. (C) Compliance with Min. of 1 test per LATEX DMS-4640 for concrete Sampled at jobsite. project Sample in accordance with Tex-321-E. chemical admixtures Verify the source is listed on the Material Producer List Compliance with Sampled at jobsite if not 1 per batch or for Epoxies and Adhesives. If not, sample and test prior EPDXY DMS-6100, unless pre -approved by shipment to use in accordance with DMS-6100. otherwise specified CST/M&P. Sample in accordance with Tex-734-I. (C) 13 . ...,. a This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. 4 cylinders for each 60 CY per class, Sampling must be in accordance with Tex-407-A. per day Test two cylinders at 7 days, and if the average value is (For bridge railing below the design strength as defined in Item 421 CONCRETE Compressive Strength Tex-418-A and traffic railing, Table 8, test the remaining 2 cylinders at 28 days. If (A) testing may be the average value of the 2 cylinders tested at 7 days reduced to 4 meets the minimum design strength listed in Item 421 cylinders per 180 Table 8, the 2 remaining cylinders are not required to CY per class be tested. At point of concrete regardless of days) Sample in accordance with Tex-407-A. placement Slump Tex-415-A Perform slump and temperature tests on the same load from which strength test specimens are made. Perform entrained air test only when entrained air 1 test per 4 concrete is specified in the plans. Entrained Air Tex-416-A or strength specimens Check temperature of every load for bridge slabs and CONCRETE (A) Tex-414-A mass concrete placements. Contractor's required testing will be in accordance with Temperature of Concrete Tex-422-A specification requirements for the appropriate (A) specification Item #. During dry run and during Slab Thickness and Tex-423-A, concrete placement 1 per span Min 6-Max 18 locations per span Depth of Reinforcement Part II (Bridge decks and direct traffic culverts) �TABLE 111- FOOTNOTES A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B These Project Tests may be used for one or more projects being furnished concrete from the same plant during the same period. C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned sampling routines. Examples of such sampling practices are as follows: D • Aggregates: Sample aggregates nearest the point of incorporation into the work. Vary sampling between stockpiling operations, completed stockpile, and if deemed necessary, railroad cars/trucks. Vary the time of day sampling is performed. • Concrete (structural): Always sample as near as practicable to the point of placement. For strength testing, vary the time of day or the number of truck from which the concrete is sampled. Test often for slump, air, and temperature to ensure the consistent control of the concrete production. E Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. 14 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE IV- HYDRAULIC CEMENT CONCRETE— NON-STRUCTURAL CONCRETE (Classes: A, B or E) CONCRETE Compressive Strength (A) Tex-418-A At point of concrete placement 2 cylinders per 180 CY, per class Sampling must be in accordance with Tex-407-A. Strength will be determined by 7-day specimens. Verify if cement, fly ash, slag cement, and chemical admixture sources are listed on the Material Producer Compliance with At source if not Min. 1 design per class, Lists. If not, sample and submit to CST/M&P for testing. MIX DESIGN the Standard approved. source Sample in accordance with Tex-300-D for cement and in Specification per accordance with Tex-733-1 for fly ash. Water testing is contracted by the concrete supplier (commercial lab report to be reviewed by TxDOT). SILICA FUME METAKAOLIN Compliance with DMS-4630 Compliance with DMS-4635 Railroad car, truck, bags or silos Railroad car, truck or silos 1 test per project, per class (for each type and brand) 1 test per project, per class (for each type and brand) Sample in accordance with Tex-320-D. '' TABLE V - f00TN4TES A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. For acceptance testing, especially that which directly determines payment for the Contractor, sampling personnel should provide randomness in sampling by avoiding patterned B sampling routines. Examples of such sampling practices are as follows: • Concrete (miscellaneous): Always sample as near as practicable to the point of placement. For strength testing, vary the time of day or the number of truck from which the concrete is sampled. C Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. _, .. _ _.e _,,. 4._.. rt a ... - L. __ This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. MINERAL AGGREGATE COARSE AGGREGATE FINE AGGREGATE MIX DESIGN Decantation Tex-406-A Sieve Analysis Tex-401-A (A) Deleterious Tex-413-A Materials L.A. Abrasion Tex-410-A (A) 5-Cycle Magnesium Sulfate Tex-411-A Soundness (A) Sand Equivalent Organic Impurities Sieve Analysis A Fineness Modulus (B) Deleterious Material (B) Acid Insoluble (A) Compliance with the Standard Specifications Item 421.4.A Each 20,000 CY of Sample in accordance with Tex-400-A. concrete (each source) Sample in accordance with Tex-400-A. As necessary for control Test combined aggregate when used. Each 20,000 CY of Sample in accordance with Tex-400-A. From stockpile at concrete (each source) concrete plant Verify the value of the source, as listed on the current CRSQC, meets the project specifications. If not, sample Two, each source and submit to CST/M&P for testing prior to use in accordance with Tex-499-A. Sample in accordance with Tex-400-A. (C) Each 3,000 CY of Sample in accordance with Tex-400-A. Tex-203-17 concrete (Each source or combination of Test combined aggregate when used. No less than one per sources) week's production. Tex-408-A 1 per project, per Sample in accordance with Tex-400-A. From stockpile at source Tex-401-A As necessary for control Sample in accordance with Tex-400-A. Test combined aggregate when used. Tex 402 A concrete plant Tex 413 A Each 20,000 CY of Sample in accordance with Tex 400 A. concrete (each source) Verify the value of the source, as listed on the current CRSQC, meets the project specifications. If not, sample Tex-612-J 1 per project, per and submit to CST/M&P for testing prior to use in source accordance with Tex-499-A. Sample in accordance with Tex-400-A. (C) Verify if cement, fly ash, ground granulated blast furnace slag, and admixture sources are listed on the Material Producer List. If not, sample and submit to CST/M&P for At source, if not Min. 1 design, per class, testing. Sample in accordance with Tex-300-D for cement approved per source and in accordance with Tex-733-1 for fly ash. Water testing is contracted by the concrete supplier (commercial lab report to be reviewed by TxDOT). 16 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE V - HYDRAULIC CEMENT CONCRETEPAVEMENT (Glasses: P or HES) 1 per project per class SILICA FUME Compliance with Railroad car, truck, of concrete Sample in accordance with Tex-320-D. DMS-4630 bags or silos (For each type and brand) 1 per project per class METAKAOLIN Compliance with Railroad car, truck or of concrete Sample in accordance with Tex-320-D. DMS-4635 silos (For each type and brand) Sampled at jobsite if Compliance with not sampled at source Sample in accordance with Tex-500-C. JOINT MATERIAL DMS-6310 by CST/M&P; tested by 1 per batch or shipment Sampling may be waived when the source is listed on the CST/M&P. See Material Producer List for Joint Sealers. (C) remarks. Only products listed on the Material Producer List for Compliance with Sampled at jobsite; Concrete Curing Compounds will be allowed. When sample CURING COMPOUND tested by CST/M&P. When requested by CST is requested by CST, sample in accordance with Tex-718-I. DMS-4650 See remarks. Ensure container has been agitated and mixed prior to sampling. (C) RET RDANTS I Co DMS-4650ith I I I I EEvaporationtRetardants wOnly producs listed on ell betallowed. (Maerial �)er List for REINFORCING STEEL Compliance with the Std. Specifications & Spec. Provisions As Specified Only materials from CST/M&P approved sources listed on the Material Producer List for Reinforcing Steel Mills and Seven Wire Steel Strand will be accepted. (C) Sampled at jobsite if Only materials from CST/M&P approved sources listed on MULTIPLE PIECE TIE BARS Compliance with Tex-712-1 not sampled at source by CST/M&P; tested by Refer to Tex-711-I for the Material Producer List for Multiple Piece Tie -bars for DMS-4515 CST/M&P. See sampling rates Concrete Pavements will be allowed. Sample in accordance with Tex-734-1. remarks. Sampled atjobsite if Verify the source is listed on the Material Producer List for EPDXY Compliance with not pre -approved by 1 batch per shipment Epoxies and Adhesives. If not, sample and test prior to use DMS-6100 CST/M&P. See in accordance with DMS-6100. Sample in accordance with remarks. Tex-734-I. (C) 17 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Sample in accordance with Tex-407-A. When the contract requires the project testing to be by the Engineer, the frequency and job control testing will be in accordance with the item of work. Split sample verification testing used when contractor performs job control testing. Strength Tex-448-A or At point of concrete 2 cylinders for every 10 contractor job When job control testing by the contractor is waived by the A B ( ) () Tex-418-A placement p control tests plans, the frequency of sampling will be one test (2 specimens) for each 3,000 SY of concrete or fraction thereof or per day and split sample verification testing will be waived. Contractor's required testing will be in accordance with specification requirements for the appropriate specification Item #. Slump Tex-415-A Sample in accordance with Tex-407-A. Slump is not required for slip -formed pavement. CONCRETE Perform slump and temperature tests on the same load At time and location 1 test for every from which the strength specimens are made. Entrained Air Tex-416-A or strength specimens 10 contractor job Perform entrained air test only when entrained air (A) Tex-414-A are made control tests. concrete is specified in the plans. Contractor's required testing will be in accordance with specification requirements for the appropriate Temperature Tex-422-A specification Item #. Thickness Tex-423-A Center of paving Every 500 feet Methods other than Tex-423-A may be shown on the machine plans. Engineer may verify contractor's results for surface test Ride Quality Type B. For traditional design -bid -build TxDOT projects, Surface Test Final riding surface of CST has contracted with TTI to perform random ride Type B Tex-1001-S travel lanes verification at 10%frequency. (A) Results from surface test Type A are not required to be reported. 18 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE V - FOOTNOTES A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B When a project test does not meet the specified strength requirements and a reduced pay factor is assigned, document the analysis on the Letter of Certification of Materials Used. C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. D Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. 19 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. L. A. Abrasion Tex-410-A (A) 1 J per , ro per project, P P Verify the published value of the source, as listed on the current Magnesium Sulfate source Material Producer list for BRSQC, meets the project Soundness Tex-411-A specifications. If not, sample in accordance with Tex-221-F and (A) Stockpile submit to CST/M&P for testing prior to use in accordance with COARSE AGGREGATE (B) Tex-499-A. (C) Surface Aggregate Classification Tex-499-A 1 per project, per (A) source Not required when the Rated Source Soundness Magnesium Micro Deval Tex-461-A 1 per project, per loss is 15 or less as listed on the current published BRSQC. If aggregate source testing is required, sample in accordance with Tex-221-F. Stockpiles, hot Does not apply to Item 342. COMBINED AGGREGATE Sand Equivalent Tex-203-F bins or feeder 1 per project, per source, per design Sample in accordance with Tex-221-F. The timing of when the belts test is performed is at the discretion of the Engineer. Sampled, tested Compliance with Item and pre -approved 1 each for binder Test a minimum of one sample taken from the project. Sample 300 by CST/M&P. and tack coat per tack coat at the distributor on the roadway in accordance with ASPHALT BINDER Binder &Tack Coat Project test Project, per grade, Tex-500C, Part III. Sample binder at hot mix plant in accordance (A) sampled at the per source with Tex-500-C, Part II. Binder should arrive on the project pre - Plant for Binder & pp p pproved, sample binder before use. approved. If not pre -approved, Road for Tack Coat Verify that aggregates, recycled asphalt pavement, recycled Compliance with Min 1 design per asphalt shingles, mineral filler, asphalt binder, anti -stripping MIX DESIGN applicable Tex-204-F At source (if not Mix Type and additives, and warm mix systems are on the Material Producer specification approved) Asphalt Grade List where applicable and that they meet project specification requirements. Project sampling and testing may be conducted on individual materials as necessary for control. 20 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE VI - ASPHALT CONCRETE PAVEMENT (items 341 342, 344, 346,347 and 348) (All testing as noted in Table VI maybe waived for exempt -production as defined byspecification.) v PROJECT.INDEPENQENT, PROJECT TESTS �t�ASSU.RANC�TESTS MATERIAL 0R - �_ TEST FOR TEST - ' LOCATION FREQUENCY ;` LOCAi70N FREQUENCY REMARKS PRODk3CT. ;=.; �IVUMBER (Per.Design ) Sample in accordance with Tex-222-F. Asphalt Content (%) Tex-236-F Engineer Truck Sample Minimum 1 per Lot Determine correlation factors for ignition oven (A) (D) using Tex-236-F at a minimum of one per project. 1 per 10 Lots Sample in accordance with Tex-222-F. only if Does not apply to Item 342, "Permeable Voids in Mineral Tex-207-F Truck Sample Plant Produced 1 per Sublot Truck compactor is Friction Course." Aggregates VMA ( ) (D) shared b y Contractor's required testing will be in Contractor and accordance with specification requirements for State the appropriate specification Item #. Sample in accordance with Tex-222-F. Gradation Engineer Truck Minimum 1 per 12 Determine correlation factors for ignition oven (A) Tex-236-F Sample Sublots using Tex-236-F at a minimum of one per (D) (E) project. Sample in accordance with Tex-222-F. Boil Test Tex-530-C Truck Sample Unless waived by the Engineer. Sample in accordance with Tex-222-F. COMPLETE Indirect Tensile Strength -Dry Tex-226-F 1 per project Unless waived b the Engineer. y g MIXTURE Does not apply to Items 342, 346, and 348. Moisture Content Tex-212-F, Engineer Truck Sample in accordance with Tex-222-F. Part II Sample 1 per 10 Lots only if Sample in accordance with Tex-222-F. Lab Molded Density Tex-207-F Truck Sample 1 per Sublot 1 per Lot for Item Truck compactor is Contractor's required testing will be in (A) (D) 347 shared by accordance with specification requirements for Contractor and the appropriate specification Item #. State Drain Down Test Engineer Truck 1 per project Sample in accordance with Tex-222-F. p (A) Tex-235-F Sample 1 per L3ot for Item Not required for Item 341 and Item 344. Sample in accordance with Tex-222-F. Sample Hamburg Wheel Test Tex-242-F Engineer Truck 1 per project during production. (A) Sample Does not apply to Item 348. Overlay Test Tex 248 F Engineer Truck 1 per project Sample in accordance with Tex-222-F. Sample Does not apply to Items 341, 344, and 348. �:� ,...:_. _... _ �. - �. _r.. �.��_. �- �.—_ This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Two cores taken per Sublot and averaged. Sample in accordance ROADWAY In -Place Air Voids Tex-207-F Roadway 2 cores per Sublot with Tex-222-F. (A) (D) Does not apply to Items 342, 347, and 348. Segregation Tex-207-F, Profile Part V Roadway 1 per project (A) Not required when Contractor uses thermal imaging system. Does not apply to Items 342, 347, and 348. Joint Density Tex-207 F, Roadway 1 per project (A) Part VII Thermal Profile Tex-244-F Immediately behind 1 per project Not required when Contractor uses thermal imaging system. ROADWAY paver Engineer may verify Contractor's results for surface test Type B. For Ride Quality Test Final riding surface of traditional design -bid -build TxDOT projects, CST has contracted with Type B Tex-1001-S travel lanes 1 per project TTI to perform random ride verification at 10% frequency. (A) Results for surface test Type A are not required to be reported. Permeability Tex-246-F Roadway 1 per project Only applies to Items 342, 347, and 348. and tested, , Sampling must be in accordance with Tex-735-I. Compliance with Verify the source is listed on the current Material Producer List for FABRIC UNDERSEAL DMS-6220 approved by Silt Fence, Filter Fabric, and Fabric Underseals. If not, sample and CST/M&P test prior to use in accordance with DMS-6220. TABLE VI F..00TNOTES n k A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. This letter is required only for Asphalt Content and/or Gradation when production of complete mixture is suspended as required by QC/QA specifications. B Sampling may be performed at the plant, quarry, or both. Aggregate properties may be re -tested at any time during the project. These project tests may be used for one or more projects furnishing hot mix with the same aggregate source. C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. D Perform random sampling as specified in Tex-225-F, "Random Selection of Bituminous Mixture Samples." E Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. 22 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. COARSE AGGREGATE Micro Deval Tex 461-A Sample in accordance with Tex-221-F. Testing frequency may be reduced or eliminated based on a satisfactory test history. Verify the published value of the source, as listed on the current Surface Material Producer List for BRSQC, meets the project specifications. Aggregate Stockpile 1 per project, per If not, sample in accordance with Tex-221-F and submit to Classification Tex 499 A (B) source CST/M&P for testing prior to use in accordance with Tex-499-A. (A) SiteManager Quality Monitoring test documentation is accomplished by attaching an approved mix design. Stockpiles, hot bins 1 per project, Sample in accordance with Tex-221-F. The timing of when the test COMBINED AGGREGATE Sand Equivalent Tex-203-F or feeder belts per source is performed is at the discretion of the Engineer. Compliance with Sampled, tested and Test a minimum of one sample from production. Sample tack coat Item 300 pre -approved by 1 each for binder at the distributor on the roadway in accordance with Tex-500-C, ASPHALT BINDER Binder &Tack CST/M&P. Project and tack coat per Part III. Sample binder at hot mix plant in accordance with Coat test sampled at the project, per grade, Tex-500-C, Part II. Binder should arrive on the project pre - (A) (C) Plant for Binder & per source approved. If not pre -approved, sample binder before use. Road for Tack Coat Verify that aggregates, recycled asphalt pavement, recycled asphalt shingles, mineral filler, asphalt binder, anti -stripping Compliance with At source (if not Min 1 design per additives, and warm mix systems are on the Material Producer List MIX DESIGN applicable Tex 204-F approved) Mix Type and where applicable and that they meet project specification specification Asphalt Grade requirements. Project sampling and testing may be conducted in individual materials as necessary for control. . Asphalt Content Engineer Truck Sample in accordance with Tex-222-F. Determine correlation M Tex-236-F Sample Minimum factors for ignition oven using Tex-236-F at a minimum of one per (A) (E) to 1 per 5,000 tons project. Voids in Mineral Truck Sample Aggregates (VMA) Tex-207-F Plant Produced 1 per 5,000 tons Sample in accordance with Tex-222-F. COMPLETE MIXTURE (E) Sample in accordance with Tex-222-F. Determine correlation Gradation Tex-236-F Truck Sample Minimum 1 per factors for ignition oven using Tex-236-F at a minimum of one per (A) 5,000 tons project. Sample in accordance with Tex-222-F. The timing of when the test Boil Test Tex-530-C 1 per project is performed is at the discretion of the Engineer. 23 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Tex-212-F, Moisture Content Part II Hydrocarbon- Tex-213-F Volatile Content COMPLETE MIXTURE Truck Sample Lab Molded Density Tex-207-F (A) Hveem Stability Tex-208-F (A) Ride Quality Test ROADWAY Type B Tex-1001-S Final riding surface of (A) travel lanes 1 per 5,000 tons Sample in accordance with Tex-222-F. Performed by CST/M&P at the point of production for payment calculations. 1 per 5,000 tons Sample in accordance with Tex-222-F. The timing of when the test is performed is at the discretion of the Engineer. 1 per 5,000 tons I Sample in accordance with Tex-222-F. 1 per 5,000 tons Sample in accordance with Tex-222-F. The timing of when the test is performed is at the discretion of the Engineer. Engineer may verify Contractor's results for surface test Type B. For traditional design -bid -build TxDOT projects, CST has contracted with TTI to perform random ride verification at 10% frequency. Results from surface test Type A are not required to be reported. i y r< ;:'ABLE VJF- FOOTNOTES , A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. B Sampling may be performed at the plant, quarry, or both. Aggregate properties may be re -tested at any time during the project. C Or as called for in the Specifications. D Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. E Perform random sampling as specified in Tex-225-F, "Random Selection of Bituminous Mixture Samples." F Each test performed that is based on a quantity of material is considered "or fraction thereof" for calculating number of tests. 24 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE VIII - ASPHALT CONCRETE PAVEMENT (Item 340) PROJECT TESTS MATERIAL^Qt T&ST"F01_ TES1`NUMBERK . LOCATION = " ; " N FREQUENCY' REMARKS ' L. A. Abrasion (A) Tex-410-A Verify the published value of the source, as listed on the current Stockpile 1 per project, Material Producer List for BRSQC, meets the project Magnesium specifications. If not, sample in accordance with Tex-221-F and Sulfate Tex-411-A (B) per source submit to CST/M&P for testing prior to use in accordance with Soundness Tex-499-A. (C) (A) Micro Deval Tex 461-A Stockpile 1 per project, per Sample in accordance with Tex-221-F. Testing frequency may COARSE AGGREGATE (B) source be reduced or eliminated based on a satisfactory test history. Verify the published value of the source, as listed on the current Surface Aggregate Stockpile 1 per project, per Material Producer list for BRSQC, meets the project Classification Tex-499-A specifications. If not, sample in accordance with Tex-221-F and (A) (B) source submit to CST/M&P for testing prior to use in accordance with Tex-499-A. (C) COMBINED AGGREGATE Sand Equivalent Tex-203-F Stockpiles, hot bins 1 per project, Sample in accordance with Tex-221-F. or feeder belts per design Compliance with Sampled, tested and Test a minimum of 1 sample taken from the project. Sample Item 300 pre approved by 1 each for binder and tack coat at the distributor on the roadway in accordance with Tex-500-C, Part III. Sample binder at hot mix plant in ASPHALT BINDER Binder & Tack CST/M&P. Plant for tack coat per project, accordance with Tex-500-C, Part ll. Binder should arrive on the Coat Binder & Road for per grade, per source project pre -approved. If not pre -approved, sample binder before (A) Tack Coat use. Verify that aggregates, recycled asphalt pavement, recycled Compliance with Min. 1 design per Mix asphalt shingles, mineral filler, asphalt binder, anti -stripping MIX DESIGN applicable Tex-204-F At source (if not Type and Asphalt additives, and warm mix systems are on the Material Producer specification approved) Grade List where applicable and that they meet project specification requirements. Project sampling and testing may be conducted in individual materials as necessary for control. Asphalt Content Truck Sample Minimum of 1 per Sample in accordance with Tex-222-F. Determine correlation N Tex-236-F (D) day factors for ignition oven using Tex-236-F at a minimum of one per project. Voids in Mineral Truck Sample Aggregates (VMA) Tex-207-F Plant Produced 1 per day Sample in accordance with Tex-222-F. (D) COMPLETE MIXTURE Gradation Sample in accordance with Tex-222-F. Determine correlation (A) Tex-236-F Minimum 1 per day factors for ignition oven using Tex-236-F at a minimum of one Truck Sample per project. Boil Test Tex 530 C 1 per project Sample in accordance with Tex-222-F. Unless waived by the Engineer. Indirect Tensile Tex-226-F 1 per project, per Sample in accordance with Tex-222-F. Unless waived by the Strength - Dry design Engineer. 25 7=7 _; ..'If This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. Lab Molded Density Tex-207-F 1 per day Sample in accordance with Tex-222-F. (A) COMPLETE MIXTURE Truck Sample Hamburg Wheel Tracker Tex-242-F 1 per project Sample in accordance with Tex-222-F. Sample during (A) production. Air Voids Selected by the 1 per day (A) Tex-207-F Engineer (2 Cores) Sample in accordance with Tex-222-F. (D) Engineer may verify Contractor's results for surface test Type B. ROADWAY For traditional design -bid -build TxDOT projects, CST has Ride Quality Test Final riding surface of contracted with TTI to perform random ride verification at 10% Type B Tex-1001-S travel lanes frequency. (A) Results from surface test Type A are not required to be reported. Sample in accordance with Tex-735-1. Compliance with Sampled, tested, and Verify the source is listed on the current Material Producer List FABRIC UNDERSEAL DMS-6220 approved by for Silt Fence, Filter Fabric, and Fabric Underseals. If not sample CST/M&P and submit to CST/M&P for testing prior to use in accordance with DMS-6220. A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. This letter is required only for Asphalt Content and/or Gradation when production of complete mixture is suspended as required by QC/QA specifications. B Sampling may be performed at the plant, quarry, or both. Aggregate properties may be re -tested at any time during the project. These project tests may be used for one or more projects furnishing hot mix with the same aggregate source. C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. D Perform random sampling as specified in Tex-225-F, "Random Selection of Bituminous Mixture Samples." 26 This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE IX'- MICROSURFACING (Item WO) :PROJECTTESTS NV4TERIAL OR DUCT,,:TEST FOR "z TES7 NUMBER LOCATlQN OF .- FREQIiENC1K REMARKS 5 :k 5-Cycle Verify the published value of the source, as listed on the current Magnesium 1 per project, per Material Producer list for BRSQC meets the project Sulfate Soundness Tex 411 A source specifications. If not, sample in accordance with Tex-221-F and (A) submit to CST/M&P for testing at 1 per project, per source. (C) Gradation Tex-200-F, 1 per project, per Sample in accordance with Tex-221-F. Part II Stockpile source (B) Crushed Face Tex-460-A 1 per project, per Sample in accordance with Tex-221-F. AGGREGATE Count source Verify the value of the source, as listed on the current BRSQC, Acid Insoluble 1 per project, per meets the project specifications. If not, sample and submit to (A) Tex-612-J source CST/M&P for testing prior to use in accordance with Tex-499-A. Sample in accordance with Tex-221-F. (C) Verify the published value of the source, as listed on the current Surface Stockpile, or BRSQC 1 per project, per Material Producer list for BRSQC meets the project Aggregate Tex-499-A (B) source specifications. If not, sample in accordance with Tex-221-F and Classification submit to CST/M&P for testing at 1 per project, per source. (C) COMBINED BLEND Sand Equivalent Tex-203-F Stockpile 1 per project, per Sample in accordance with Tex-221-F. (B) source Sampled, tested, and Test a minimum of one sample during production. Sample tack Compliance with pre -approved by 1 each for binder and coat at the distributor on the roadway in accordance with Item 300 Binder CST/M&P. Project Tex-500-C, Part III. Sample binder at microsurfacing machine in ASPHALT BINDER & Tack Coat test sampled at the tack coat per project, accordance with Tex-500-C, Part III. Binder should arrive on the (A) Plant for Binder & per grade, per source project pre -approved. If not pre -approved, sample binder before Road for Tack Coat use. Verify the source is listed on the current Material Producer List CEMENT Compliance with for Cement. If not, sample and submit to CST/M&P for testing DMS-4600 prior to use in accordance with DMS-4600. Sample in accordance with Tex-222-F. Determine correlation Asphalt Content Tex-236-F factors for ignition oven using Tex-236-F at a minimum of one per project. COMPLETE MIX During production 1 per day Tex-200-F, Part II Sample in accordance with Tex-222-F. Determine correlation Gradation Tex-236-F factors for ignition oven use at a minimum of one per project. This is a guide for minimum sampling and testing. Testing frequency may need to be increased for high material variability or when test results approach specification limits. TABLE IX, -,FOOTNOTES' A When this project acceptance test fails but the product is accepted, document the reasons for acceptance on the Letter of Certification of Materials Used or in the SiteManager Remarks field. This letter is required only for Asphalt Content and/or Gradation when production of complete mixture is suspended as required by QC/QA specifications. B Sampling may be performed at the plant, quarry, or both. Aggregate properties may be re -tested at any time during the project. These project tests may be used for one or more projects furnishing hot mix with the same aggregate source. C Attach the corresponding QM test report for SiteManager projects to satisfy project sampling and testing requirements. D Each test performed that is based on a quantity of material is considered "or fraction thereof' for calculating number of tests. 28 APPENDIX C '.®,.�..: ...�-.a; '��,.� M�-�-� �d n�«.�.,®c:�.,,.,a:.�w.r � '�,��e ,a.�a �e `.moo ;, "^, __ I PRODUCT STANDARD SPECIFICATIONS Rev: 01, Issue Date 05.01.2005 RENO MATTRESS GALVANIZED FORWARD This document has been issued by MACCAFERRI INC. in response to requests by customers for standard specifications and methods of measurement and payment and is intended as a guide only. These notes cover standard materials only. Certain clauses may not apply in their entirety to special materials. Maccaferd reserves the right to amend product specifications without notice and specifiers are requested to check as to the validity of the specifications they are using. NOTES: The following items have been changed or updated from previous versions. The current date of this specification is May 2005. The following ASTM standards and specifications have been added or updated: ASTM A975-97 Standard Specification for Double -Twisted Hexagonal Mesh Gablons and Revet Mattresses (Metallic -Coated Steel Wire or Metalllo-Coated Steel Wire with Polyvinyl Chloride (PVC) Coating) ASTM A641/A641 M-03 Specification for Zinc Coated (Galvanized) Carbon Steel Wire ASTM A370-97a Test Methods and Definitions for Mechanical Testing of Steel Products ASTM A313/A313M-98 Specification for Chromium -Nickel Stainless and Heat -Resisting Steel Spring Wire ASTM A764-95(2001) Specification for Steel Wire, Carbon, Drawn Galvanized and Galvanized at Size for Mechanical Springs Maccafeni reserves the right to amend product specifications without notice and specNers are requested to check as to the vaHdlty of the spedRcations they are using. Reno Mattress-Gatvanized-Page 2 REND MATTRESS — Galvanized May 2005 1.0 Description This work shall consist of furnishing, assembling, and filling woven wire mesh Reno mattresses with rock as specified in the contract to the dimensions, lines and grades shown on the plans, or as determined by the engineer. These specifications are in accordance with ASTM A975-97 and include Reno mattresses as manufactured by Maccaferri, Inc. 2.0 Materials 2.1 Woven Mesh Reno Mattresses 2.1.1 Wire (Zinc Coated): All tests on the wire mesh must be performed prior to manufacturing the mesh. • Tensile strength: both the wire used for the manufacture of gablons and the lacing wire, shall have a maximum tensile strength of 75,000 psi (515 MPa), in accordance with ASTM A641/A641 M-03. • Elongation: the test must be carried out on a sample at least 12 in. (30 cm) long. Elongation shall not be less than 12%, in accordance with ASTM A370-97a. • Zinc coating: minimum quantities of zinc according to ASTM A641 /A641 M-03, Class III soft temper coating. • Adhesion of zinc coating: the adhesion of the zinc coating to the wire shall be such that, when the wire is wrapped six turns around a mandrel having four times the diameter of the wire, it does not flake or crack when rubbing it with the bare fingers, in accordance with ASTM A641 /A641 M-03. 2.1.2 Galvanized (zinc coated) woven wire mesh Reno mattresses (6 x 8 mesh type): • Mesh Wire: Diameter- 0.087 in. (2.20 mm) • Selvedge Wire: Diameter - 0.120 in. (3.00 mm) • Mesh Opening., Nominal Dimension D 2.5 in. as per Fig.1. 2.1.3 Galvanized (zinc coated) lacing wire: Lacing wire: Diameter - 0.087 in. (2.20 mm) 2.1.4 Steel Mesh Properties Mesh Tensile Strength shall have a minimum strength of 2300 Iblft (33.6 kN/m) when tested in accordance with ASTM A975 section 13.1.1 Punch Test Resistance shall have a minimum resistance of 4000 lb (17.8 kN) when tested in accordance with ASTM A975 section 13.1.4 Connection to selvedges shall have a minimum resistance of 7001b/ft (10.2 kN/m) when tested in accordance with ASTM A975. 2.1.5 Spenax Fasteners (Overlapping Fasteners): Overlapping fasteners may be used in lieu of, or to complement, lacing wire for basket assembly and installation. The spacing of the fasteners during all phases of assembly and installation shall be in accordance with spacing based on 700 Iblft (10.2 kN/m) pull apart resistance for galvanized mesh and with a nominal spacing of 6 in. (150 mm), and not to exceed 8 in. (200 mm) max. • Galvanized Fasteners. Diameter = 0.120 in. (3.05 mm), according to ASTM A313/A313M-98, Type 302, Class I. • Tensile strength: 230,000 to 273,000 psi (1586-1882 MPa) in accordance with ASTM A764-95(2001). • Proper Installation of rings: A property formed Spenax fastener shall have a nominal overlap of 1 in. after closure (Fig. 2). D Maccafeni Reserves the right to amend product specNkatlons win►out nonce and specfkers are requested to check as to the va0dity of the specdcanons they are using. Reno Mattress-Gahvanhed-Page 3 21 Tolerances Wire: Zinc coating, in accordance with ASTM A641/A641 M-03, Class III soft temper coating. • Reno mattress sizes: t 5 % on the length, width, and 10% on the height • Mesh opening Tolerances on the hexagonal, double twisted wire mesh opening shall not exceed t 10% on the nominal dimension D values (see Fig.1): Fig. 1 Mesh Type Nominal Dimension D 6 x 8 2.50 in. (64 mm) 2.3 Standard Unit Size Fig. 2 Close Open 5 (0107in 19 mm) Normal overlap 1-r5 in of 1 in_ after (44 mm) closure Table of sizes for ;L�l fit(} Reno mattresses W�Wisif (m) . �eigl�tn �mm� �c�#his r� 2.4 Fabrication Reno mattresses shall be manufactured with all components mechanically connected at the production facility with the exception of the mattress lid, which is produced separately from the base. The ends and diaphragm(s) shall be formed in oonjunction with the base. The lid shall be a separate piece made of the same type mesh as the basket. All perimeter edges of the mesh forming the basket and top, or lid, shall be selvedged with wire having a larger diameter. The Reno mattress Is uniformly partitioned Into intemal cells. The diaphragms shall be secured in position to the base so that no additional tying is necessary at the jobsite. Material Delivery Reno mattresses are manufactured with all components mechanically connected at the production facility with the exception of the lid, which is produced separately from the base. All Reno mattresses are supplied in a collapsed form, either folded and bundled or rolled, for shipping. The bundles are banded together at the factory for shipping and handling. Reno mattress bases and lids may be packed in separate bundles. Lacing wire is shipped in coils. Ring fasteners are shipped in boxes. All Reno mattresses are labelled to show their dimensions and the number of pieces per bundle. Assembly The folded units shall be taken out from the bundle and placed on a hard flat surface. Reno mattresses shall be opened, unfolded, and pressed out to their original shape. Front, back and end panels shall be lifted to a vertical position to form an open box shape. End flaps shall be folded and/or overlapped, as appropriate. All edges of the diaphragms and end panels shall be fled or fastened to the front and back of the mattress. The mattresses should be assembled individually, by erecting the sides, ends and diaphragms, ensuring that all creases are in the correct position and the tops of all sides are level. Fastening Procedure Connect the edges of the mattress by using either lacing wire or ring fasteners. When steel ring fasteners are used, the use of either a mechanical or a pneumatic fastening tool is required. Spacing of the rings shall be in accordance with ASTM A975-97 Table 2, Panel to Panel connection, Pull -Apart Resistance. In any case, ring fasteners spacing shall not exceed 6 in (150 mm). Rings shall be installed at the top and the bottom connections of the end and center diaphragms and along all edges. Care should be taken to ensure the steel ring fastener is completely closed after installation (Fig. 3). When this is not possible, fixing rings must be complemented or replaced with lacing wire. The procedure for using lacing wire consists of cutting a sufficient length of wire, and first looping and/or twisting the lacing wire to the wire mesh. Proceed to lace with alternating double and single loops through every mesh opening approximately every 6 in (150 mm) pulling each loop tight and finally securing the end of the lacing wire to the wire mesh by looping and/or twisting. The use of pliers to aid assembly and wiring of the units using the binding wire supplied with the mattresses is normally recommended. Foundation Preparation The foundation on which the Reno mattresses are to be placed shall be level, and graded to the elevations as shown on the project construction drawings.- The foundation for Reno mattresses shall be free of surface irregularities, loose material, and vegetation in accordance with the project specifications. Appropriate measures shall be taken for filtering and drainage of the foundation, as per the project specifications (filter cloth, drain works, etc.). Geotextiles required to be installed behind or underneath Reno mattress structures shall comply with the requirements for subsurface drainage applications. PRODUCT INSTALLATION GUIDE Rev. • 01, Issue Date 04.01.2005 RENO MATTRESS c E Open Closed EE L rl� C, ov (01 44 (1:15 im _� Nominal overlap of 1 in. (25 mm) after closure Maccaferri reserves the right to amend product specifications without notice and specifiers are requested to check as to the validity of the specifications they are using. Installation and Filling After assembly, the mattresses are placed in their proper location and securely attached to adjacent units. For structural integrity, all adjoining empty units should be connected by means of lacing wire or ring fasteners along all the edges of their contact surfaces, in order to form a monolithic structure. On slopes, the mattress should be laid with the width perpendicular to the slope, except for very small ditches. Mattresses should be placed and securely attached while empty. Where mattresses are to be placed on steep slopes, the unit should be secured by hardwood or steel pegs driven into the ground just below the upper end panel, at 6 ft (2 m) centers or as specified in the project requirements. Mattresses can conform to bends up to a radius of 60-70 ft. (18 - 21 m) without alteration, and placed to the required curvature for filling. Mattresses may be cut to form curves or bevels. Rocks for mattresses may be produced by any suitable quarrying method, and by the use of any device that yields the required sizes within the gradation limits chosen. Rocks shall be hard, angular to round, durable and of such quality that they shall not disintegrate on exposure to water or weathering during the fife of the structure. Reno mattress rocks shall range between 3-6 in (75-150 mm). The range in sizes may allow for a variation of 5% oversize and/ or 5% undersize rock, provided it is not placed on the mattress exposed surface. In all cases, any oversize rock for mattresses shall allow for a placement of a minimum two layers of mixed rock sizes, dependent upon the height/thickness of the mattress. When using PVC coated Reno mattresses, care should be taken when placing the stone to ensure that the PVC coating on the mattress will not be damaged. Some hand placing is necessary to ensure the void ratio is kept to a minimum. If Installing on a slope, start at the bottom of the slope. Filling should be done unit by unit, but several units should be ready for filling at any one time. Ensure that the diaphragm tops are accessible for lacing to the mattress lids when required. Closing To allow for settlement, level off the fill 1 in (25 mm) above the top of the mesh. In aprons downstream of weirs and similar places where water will fall directly onto the Reno mattresses, install bracing wires vertically between the top and bottom mesh. Make sure the top edges of the diaphragms are exposed. Lay the lid down, pull the edges of the panels to be connected together where necessary using an appropriate tool as a lid closer. The lids shall be tightly laced along all edges, ends and diaphragms in the same manner as described for assembling. Adjacent lids may be securely attached simultaneously. Securely attach the lids to the ends of the mattresses and then securely attach them to the sides, and diaphragms, using aitemate double and single loops, or steel wire ring fasteners. Adjacent lids can securely be attached in one operation. In cases where a number of adjacent bases are to be covered at one time, rolls of mesh can be used in place of individual unit size lids. 10303 Governor Lane Boulevard MACCAFERRI INC. 3650 Seaport Boulevard Williamsport, MD 21795-3116 West Sacramento, CA 95691-3400 Tel: 301-223-6910 email: hdgtrsQmaccaferri-usa.com Tel: 916-371-5805 Fax: 301-223-6134 website: www.macGaferti.com Fax: 916-371-0764 0 2005 ram« MaM nc. Rated in usn APPENDIX D PA VE TEX, GEOTECHNICAL ENGINEERING STUDY 98t" STREET PAVING IMPROVEMENTS BETWEEN MILWAUKEE AVE. AND UPLAND AVE. LUBBOCK, TEXAS Prepared For. KIMLEY- HORN AND ASSOCIATES, INC. Lubbock,Texas Prepared by. PAVETEX Lubbock,Texas Report No. CMT16-017 November 30th 2017 November 30th, 2017 Project No. CMT16-017 Sean Cudnoski, P.E., CFM Kimley-Horn and Associates, Inc. 4411 981h Street, Suite 300 Lubbock, Texas 79424 Subject: Geotechnical Engineering Study 98th Street Paving Improvements Between Milwaukee Ave. and Upland Ave. Lubbock,Texas Dear Mr. Cudnoski, This report presents the results of a geotechnical study performed for the referenced project in Lubbock, Texas. This study was performed in accordance with our Proposal dated November 11, 2016. Since the proposed pavement section was provided, the analysis included in this report includes a design check for the proposed roadway. Our engineering analyses as well as the results of the field exploration and laboratory testing are included in this report. Our firm is interested in providing the professional material testing that will be required during the construction phase of the project. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, PaveTex Engineering, LLC TBPE Firm Registration No. 961 V17 Cole Hutson, P.E. Project Manager Copies Submitted: 1 (via email) rrvyanilson, P.E. Vice President H TABLE OF CONTENTS PAGE 1 INTRODUCTION............................................................................................................... I 1.1 PROJECT AND SITE DESCRIPTION...................................................................1 1.2 PURPOSE AND SCOPE OF WORK.....................................................................1 2 FIELD EXPLORATION.....................................................................................................2 3 LABORATORY TESTING................................................................................................ 3 4 SUBSURFACE CONDITIONS..........................................................................................3 4.1 GEOLOGY............................................................................................................3 4.2 SUBSURFACE CONDITIONS..............................................................................4 4.3 GROUNDWATER CONDITIONS..........................................................................4 5 ANALYSIS AND ENGINEERING RECOMMENDATIONS...............................................5 5.1 POTENTIAL VERTICAL SOIL MOVEMENT.........................................................5 5.2 SITE AND SURFACE DRAINAGE........................................................................6 6 EARTHWORK RECOMMENDATIONS............................................................................6 6.1 SITE PREPARATION AND PROOFROLLING......................................................6 6.2 SELECT FILL CRITERIA.......................................................................................7 7 PAVEMENT ANALYSIS................................................................................................... 7 7.1 PAVEMENT SUBGRADES................................................................................... 7 7.2 PAVEMENT SECTIONS....................................................................................... 8 7.3 PREVENTATIVE MAINTENANCE........................................................................9 8 LIMITATIONS...................................................................................................................9 APPENDIX A FIGURE VicinityMap........................................................................................................................ Figure 1 Plan of Borings East (POB)............................................................................................... Figure 2 Plan of Borings West (POB)............................................................................................. Figure 3 APPENDIX B Logs of Borings (131 through B6, C1 through C3) CBR Report Soil Classification Chart Sampler Graphics Legend Project No. CMT16-017 PaveTex GEOTECHNICAL ENGINEERING STUDY 98TH STREET PAVING IMPROVEMENTS BETWEEN MILWAUKEE AVE. AND UPLAND AVE. LUBBOCK,TEXAS 1 INTRODUCTION 1.1 PROJECT AND SITE DESCRIPTION This report presents the results of the geotechnical study for the 98th Street Paving Improvements project between Milwaukee Avenue and Upland Avenue in Lubbock, Texas. The site is located on the southwest side of Lubbock as shown on the Vicinity Map, Figure 1 included in Appendix A. The project consists of bringing the existing dirt roadway to grade and placing new hot mixed asphalt concrete (HMAC) pavement. Our understanding is that the new roadway will consist of a three -lane roadway with a turning lane. Based on information provided by you, the proposed pavement structure for this roadway will consist of 2 inches of Type D HMAC, over 4 inches of Type B HMAC, over 6 inches of flexible base, over 12 inches of compacted subgrade. 1.2 PURPOSE AND SCOPE OF WORK The purpose of this study was to evaluate the subsurface conditions at the site and to validate the design of the proposed pavement structure. To accomplish its intended purposes, the study has been conducted based on the following scope: • Exploration and evaluation of the soil and rock strata at the boring locations; • Evaluation of soil swell potential; • Perform laboratory tests on selected samples to determine classification and engineering properties of the subsurface soil; • Analysis of provided pavement sections; and • Discussion of construction considerations. Project No. CMT16-017 Page 1 of 10 PaveTex 2 FIELD EXPLORATION The subsurface material at the project site was explored by drilling 14 borings on January 27, 2017 and November 6, 2017. Three (3) cores were taken along the roadway to determine the existing pavement structure at areas that will tie in to this project. The borings were drilled to a depth of 6.5 to 10 feet below the existing grade at the approximate location as shown on the Plans of Borings (POB's), Figure 2 and Figure 3 in Appendix A. The Logs of Borings and a key to terms and descriptions on the logs are provided in Appendix B of this report. At selected depths, disturbed samples of non -cohesive soils, and/or hard cohesive materials were collected by driving a split -spoon sampler in conjunction with the Standard Penetration Test (SPT). This technique involves driving the spoon sampler a distance into the soil using a free -falling hammer (based upon ASTM D 1586). During the test, the logger records the number of blows required to drive the spoon sampler -- over three successive 6-inch increments. The first 6 inches is the "seating drive," while the number of blows required to drive the sampler the last two 6-inch increments is the "penetration" in blows per foot. Where resistance was high, the number of inches of penetration for 50 blows of the hammer is recorded. When less than 6 inches of penetration is obtained, the test is terminated regardless of the drive increment. The results of the penetration test are reported on the boring log at the corresponding depth. Materials recovered from the split -spoon sampler are then placed in a plastic bag to protect the sample and to reduce moisture loss. The boreholes were backfilled with soil cuttings and cold patch upon completion of drilling. Field boring logs were prepared by a soils technician as part of the drilling operations. The boring logs include visual classifications of the materials encountered during drilling and the technicians' interpretation of the subsurface conditions between samples. The final boring logs included in this report represent the engineer's interpretation of the field logs and include modifications based on observations and testing of the samples in the laboratory. Soil strata boundaries shown on the boring logs are approximate. The stratification boundaries shown on the boring logs represent the approximate locations of Project No. CMT16-017 Page 2 of 10 PaveTex r the changes in the soil and rock types; in situ, the transition between material types may be gradual and indistinct. V -, The boring locations should be considered accurate only to the degree implied by the method used in its determination. If a greater degree of accuracy is required or desired, then a licensed land surveyor should be retained to record the coordinates of the borings. 3 LABORATORY TESTING Samples were examined at our laboratory by the project manager. Classification tests performed for this study included liquid and plastic limits, moisture contents, percent fines passing #200 Sieve and California Bearing Ratio. Results of these tests are presented on the boring logs or as an attachment in Appendix B of this report. All tests were performed in accordance with the applicable ASTM methods. 4 SUBSURFACE CONDITIONS 4.1 GEOLOGY Atlas maps published by the Bureau of Economic Geology at the University of Texas, Austin indicated that the site is located within the Blackwater Draw Formation overlying the Ogallala Formation with potential Playa deposits scattered intermittently throughout the area. The Blackwater Draw Formation consists predominantly of Aeolian sediments comprised mainly of grayish red sands with silts and caliche nodules. Due to the sporadic depositional characteristics it is not uncommon to find clay deposits as well. The Ogallala Formation is a fluviatile deposition comprised of sand, silt, clay and gravel commonly capped with caliche. The Playa deposits are formed by the formation of small lakes formed on the surface of the Blackwater Draw Formation. The Playa deposits consist of clay and silt and are typically light gray in color. f Project No. CMT16-017 Page 3 of 10 PaveTex I 4.2 SUBSURFACE CONDITIONS Based on the borings, the soils encountered to the termination depth of the borings generally consisted of alternating layers of clayey sand and sandy clay generally reddish brown to tan in color. Exceptions were found in Boring B1 where approximately 7 feet of grayish brown to gray clay was encountered to the termination depth of the boring and in B2 where 0.5 feet of gray clay was encountered at the surface. Generally, the soils encountered to the termination depth in the borings were medium dense clayey sands or very stiff sandy clays. Based on Atterberg Limits (Liquid Limit and Plastic Limit) test results, the clayey soils encountered in the borings are considered to be moderately expansive. Refer to the Logs of Borings in Appendix B for detailed subsurface descriptions. Note that demarcation lines between the strata are interpretive of the field conditions, and that actual strata transitions in the field may be gradual. 4.3 GROUNDWATER CONDITIONS The borings were advanced with an air rotary drilling rig. These methods allow relatively accurate groundwater observations to be made while drilling. Groundwater was not encountered during drilling. The borings were dry during and upon completion of drilling. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The occurrence and variation of groundwater can vary due to many factors. These factors include seasonal changes, site topography, surface runoff, the layering and permeability of subsurface strata; water levels in waterways, utilities, and other factors not evident at the time of this study. The possibility of groundwater and its fluctuation should be considered when developing this project. Project No. CMT16-017 Page 4 of 10 PaveTex 5 ANALYSIS AND ENGINEERING RECOMMENDATIONS - 1- At the time this report was written, the traffic data and finished grades were not available. We estimated the maximum traffic volume of 300,000 ESAL's to perform the pavement analysis. Based on information provided by you, the finished grade of the roadway will require approximately 8 feet of fill to get to grade. 5.1 POTENTIAL VERTICAL SOIL MOVEMENT The subgrade at this site includes moderately expansive soil that may exhibit moderate shrink and swell behavior. The amount of shrink/swell behavior that can occur will depend upon moisture fluctuations of the subgrade soils that occur over the design life of the structure. Usually, the magnitude of soil potential vertical movements (PVM's) are dependent upon the moisture content, thickness and nature of the clayey soils present below finished grade at the time of construction, the preceding and prevailing atmospheric conditions, the overall drainage characteristics of the site surface, and the depth of the active moisture zone. The PVM calculations for the proposed 98'h Street Improvements Project were performed using the Texas Department of Transportation (TxDOT) Method 124-E assuming 8 feet of select fill over the existing grade. The TxDOT method is empirical and is based on the Liquid and Plastic limits and moisture content of the subsurface soils. Using the TxDOT method, the PVM on the order of 1 '/4 inches is estimated for dry soil moisture condition, which also represents the existing soil moisture condition. The subsurface soil conditions encountered in the borings and results of the laboratory tests performed during this study indicate that the soils were at dry to average moisture states at the time the borings were advanced. It should be noted that the amount of PVM is dependent on the moisture condition of the soil sample at the time it is sampled and tested. The higher the initial moisture content, the lower the PVM and vice -versa. However, considerably more movement may occur in areas where the subgrade soils are allowed to dry and where water ponding is allowed to occur during or after construction. Project No. CMT16-017 Page 5 of 10 PaveTex 4 ` i 5.2 SITE AND SURFACE DRAINAGE All grades must be adjusted to provide positive drainage. Water permitted to pond near or adjacent to the roadway can result in soil movements which exceed those discussed in this report. Maximum grades practical should be used for paving and flatwork to prevent areas where water can pond. Irrigation systems should be carefully designed and constructed to prevent saturation of the subgrade soil below the pavement section. 6 EARTHWORK RECOMMENDATIONS 6.1 SITE PREPARATION AND PROOFROLLING All existing pavement, surface vegetation, organic topsoil, gravel surface, loose materials, loose fill, and/or any debris or deleterious matter should be removed. Following excavation, the exposed soil should be proofrolled to expose any weak, soft, wet, or otherwise unsuitable soils. The exposed subgrade should be proofrolled (under the observation of qualified personnel) with a loaded, tandem -axle dump truck weighing a minimum of 25 tons, or other heavy, rubber -tired construction vehicle, to locate any zones that are soft, loose or unstable. The proofrolling should consist of several overlapping passes in mutually perpendicular directions over a given area. The subgrade in areas where rutting or pumping occurs during proofrolling should be removed to hard ground and replaced with suitable fill, as described below, if it cannot be compacted in place. Following proofrolling, all exposed surfaces should then be scarified to a depth of 12 inches, watered as required and re -compacted to a minimum of 95 percent of the maximum dry density as defined by ASTM D 1557 (Modified Proctor Test) at a moisture content within two (2) percent of optimum moisture. The site may then be filled to grade using on -site soils, borrow materials or select fill meeting the requirements presented below, free from deleterious matter and no rock larger than 4 inches in size. Fill materials should be placed in six (6) to eight (8)-inch loose lifts at moisture contents within two (2) percent of optimum and each lift compacted to a minimum of 95 percent of its maximum dry density as defined by ASTM D 1557. Field density tests should be q Project No. CMT16-017 Page 6 of 10 PaveTex S taken at the rate of one test per each 2,500 square feet or a minimum of three per lift in the area of all compacted fills. For areas where hand tamping is required, the testing frequency should be increased to approximately one test, per lift, per 100 linear feet of area. 6.2 SELECT FILL CRITERIA The non -expansive select fill material should be very sandy lean clay to clayey sand with a Liquid Limit (LL) of less than 35 percent and a Plasticity Index (PI) between 6 and 15. The select fill should be spread in loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95 percent of ASTM D 1557 within t 2 percentage points of the soil's optimum moisture content. The first lift of select fill should be placed wet of optimum to prevent drying the underlying subgrade. Positive drainage must be provided away from the structure to prevent the ponding of water in the select fill, during and following construction. If flexible base materials (crushed limestone) is used as non -expansive select fill it should follow Item 247, Type D, Grade 3 or better as outlined in the Texas Department of Transportation, 2014 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. The material should be placed in 6-inch lifts and compacted to a minimum of 95 percent of Modified Proctor (ASTM D 1557), within 2 percent of optimum moisture. 7 PAVEMENT ANALYSIS 7.1 PAVEMENT SUBGRADES Subsurface soil conditions encountered in the borings indicated that subgrade material beneath the pavement at this site is anticipated to be clayey sand or sandy clay. The subgrade is subject to loss of support with the moisture increases that can occur beneath paving. Pavement subgrade should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement subgrade surface. Project No. CMT16-017 Page 7 of 10 PaveTex I, 7.2 PAVEMENT SECTIONS Based on the information provided by Kimley-Horn and Associates, the proposed pavement sections used in this design check can be found in Table 7.1. We have estimated the maximum traffic volume of 300,000 ESAL's to perform the pavement analysis using the following parameters that were developed based on assumed traffic data and the procedures outlined by the American Association of State Highway and Transportation Officials (AASHTO). When appropriate, the item listed in the parenthesis at the end of each bullet item refers to the source of the value. Table 7.1 — Provided Pavement Thickness : sii'kb01 WIN, 9.0 inches Portland Cement 2.0 inches Asphalt Cement Concrete Concrete 4.0 inches Asphalt Treated Base Heavy Duty 12 inches Compacted Subgrade 6.0 inches Crushed Stone Base e 4,000 Average Daily Traffic (Assumed) e 2% Trucks (Assumed) e 2% Growth Factor (Assumed) e 80% Reliability (assumed, AASHTO) e 0.45 Overall Deviation for flexible, and 0.35 Overall Deviation for rigid (AASHTO) e 11,153 psi Subgrade Resilient Modulus (based on assumed CBR of 10 for fill) e Drainage Coefficient (AASHTO) = 1.0 (assumed, AASHTO) e 4.2 Initial Serviceability (AASHTO) e 2.0 Terminal Serviceability (AASHTO) • Layer Coefficients of 0.40 for Asphalt Cement Concrete, and 0.12 for Crushed Stone Base (assumed) e 3,600 psi concrete strength at 28 days (assumed) e 3,420,000 psi Concrete Elasticity Modulus (extrapolated from concrete strength) e 3.2 Load Transfer Coefficient (based on edge support, AASHTO) The design check for the provided roadway sections in Table 7.2 will provide the required load carrying capacity for both the rigid and flexible sections. This assumes the materials used meet the current City P of Lubbock specifications. if traffic data indicates ESAL's different than that listed, we should be contacted to revise/verify the analysis. Project No. CMT16-017 Page 8 of 10 PaveTex i { "l The pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to soil movements below the section. Therefore, moisture changes in the subgrade should be minimized. The pavement and adjacent _ _r areas should be well drained. Proper and regular maintenance should be performed on cracks in the pavement surface to prevent water passing through to the base or sub- base material. Even with these precautions, some movements and cracking may still occur, which will require periodic maintenance. 7.3 PREVENTATIVE MAINTENANCE Preventative maintenance should be planned because of the presence of active nature of clayey soils at this site. Differential soil movements can occur that can cause pavement cracking and opening of joints. Water entering joints can reduce the service life of the pavement. Preventative maintenance should be provided for through and on- going pavement management program to enhance future pavement performance. Preventative maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Preventative maintenance consists of both localized maintenance (e.g. crack and joint sealing and patching) and global maintenance (e.g. surface sealing). Preventative maintenance is usually the first priority when implementing a planned pavement maintenance program and provides the highest return on investment for pavements. Also, thicker pavement sections could be used to reduce the required maintenance and extend the service life of the pavement. Prior to implementing any maintenance, additional engineering observation is recommended to determine the type and extent of preventative maintenance. 8 LIMITATIONS In preparation of this report, we have strived to perform our services in a manner consistent with that level of care and skill ordinarily exercised by other members of our profession currently practicing in the same locality under similar conditions and at the time the services are provided. The results, conclusions, opinions and recommendations provided in this report are directed at, and intended to be utilized Project No. CMT16-017 Page 9 of 10 PaveTex F within, the scope of work contained in the proposal and agreement executed by PaveTex Engineering and the client. These are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. PaveTex makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report may be used only by the client and the registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. The scope of services was limited to the borings completed at the site. It should be recognized that definition and evaluation of subsurface conditions are difficult. Since some variation was found in subsurface conditions at the specific boring locations for this study, all readers should be aware that a greater variation could occur between the boring locations. Statements in the report as to subsurface variations across the site are intended only as estimations from the data obtained at specific boring locations. The scope of services did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. Project No. CMT16-017 Page 10 of 10 PaveTex APPENDIX A No Text > M 'NV PAVETEXAr 98th Street Lubbock, Texas 7-- r- �----1 '----... � r-�----�, ---ten '--�--�--� ,7-7 r. 7 MM=* APPENDIX B BORING NUMBER 131 PaveTex - 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock, Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING — Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING NOTES AFTER DRILLING — ATTERBERG w a o } w w= LIMITS W _ U �w ao rn w ��5 a �-�� z QO MATERIAL DESCRIPTION a CO O W m Z)> Y Y ? o. W 0 ~ H w OV o 2z w c)z o �o 35 �z w o a o U a g- z 0.0 a LL SANDY LEAN CLAY, (CL) dark grayish brown, medium stiff to very stiff, moist SPT 4-4-3 20 35 13 22 54 5-11-18 SPT 2.5 (29) SPT 7(12- 3 28 76 18 58 93 �I 5.0 FAT CLAY, (CH) gray, very stiff, moist SPT 13-15-11 (26) Bottom of borehole at 7.0 feet. i i i i i S i i PaveTex BORING NUMBER B2 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1127117 COMPLETED 1127117 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING -- NOTES AFTER DRILLING — ATTERBERG H a o z w o LIMITS w m w o z< w ~ Z ? z z0 U a w a 0 MATERIAL DESCRIPTION W �� >� _j�C v, w.. C a cn� o �� �� x Uw U' o 2z w_ m0Z ov 0z v zi g �z w vi rr 0- o U o g— z 0.0 a ri SANDY CLAY, (CL) dark gray, stiff, dry 8-8-9 CLAYEY SAND, (SC) reddish brown, medium dense, dry SPT (17) 11 25 13 12 34 7-9-11 SPT 2.5 (20) SPT 5-7-11 (18) 5.0 SANDY CLAY, (CL) dark gray, very stiff, moist SPT 7-8-13 (21) 24 43 14 29 77 Bottom of borehole at 6.5 feet. �a l.� F� F H is H I f BORING NUMBER B3 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING NOTES AFTER DRILLING — ATTERBERG a o w w a LIMITS w Uw ~� U _ } rn w �~ ~ a0 9J MATERIAL DESCRIPTION �g >a Oj¢ m0> w� Yez' z o 2 - �w OF 5� L) o0 p- (g 0 2z �� W Uz oz dJ �� gJ Hp �z fn w r¢A O o- a' 0 �O U o- a 0.0 LL CLAYEY SAND, (SC-SM) reddish brown, medium dense, dry SPT 5-5-9 (14) 14-16-14 12 20 14 6 43 SPT 2.5 (30) CLAYEY SAND, (SC) dark reddish brown, dense, dry SPT 17(36)21 14 23 14 9 44 5.0 28-28-22 SANDY CLAY, (CL) dark gray, very stiff, dry SPT (50) Bottom of borehole at 6.5 feet. i i i i i BORING NUMBER B4 PaveTex 12804 CR 2500 PAGE -1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING -- NOTES AFTER DRILLING ATTERBERG f- a z w o LIMITS w _ v s �w cn w w a z w a. MATERIAL DESCRIPTION^O w jO J w o c� 2z (m 0zo Y — Ooa Z w a a o U a a z 0.0 CLAYEY SAND, (SC) reddish brown, medium dense, dry SPT 7-9-11 17 45 16 29 47 (20) CLAYEY SAND, (SC) light reddish yellow caliche nodules, medium dense to dense, dry SPT 11-11-13 2.5 (24) -21- -21- 16 17 CLAYEY SAND, (SC) light red with caliche nodules, dense to very dense, dry SPT 5.0 SPT 20.32-31 15 46 15 31 28 (63) Bottom of borehole at 7.0 feet. it kil 1' Fj 11 H H BORING NUMBER B5 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates. Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING NOTES AFTER DRILLING -- ATTERBERG a a w w a LIMITS w �m wo �z� F� �^ �z z a o O O MATERIAL DESCRIPTION _j2 > C� �DQ ww Zn ci w U � �_ U w 0U-- o pv �J (� a5 2z 0S W m0> Uz Y` D� h D� M J cog gJ U)Z uai o 0 0 W o 20 U o a w 0.0 LL CLAYEY SAND, (SC) reddish brown, medium dense to dense, dry SPT 6-5-10 (15) 14-15-17 8 28 11 17 44 SPT 2.5 (32) SANDY LEAN CLAY, (CL) light red with caliche, very stiff, dry SPT 14-14-10 9 26 11 15 58 (24) 5.0 CLAYEY SAND, (SC) reddish brown, medium dense, dry SPT 8-14-12 i (26) Bottom of borehole at 7.0 feet. I I I I r i 1 1 1 1 1 1 PaveTex BORING NUMBER B6 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street -Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING — Not Encountered LOGGED BY JP CHECKED BY AT END OF DRILLING -- NOTES AFTER DRILLING -- ATTERBERG f- w iz W o_ LIMITS W v }a } w O MATERIAL DESCRIPTION a? O m O Y.4 ? Q H W VO o 0 Mz Uz �z CO a Q gp a g- Z 0.0 0 LL - Nzz CLAYEY SAND, (SC) red, medium dense, dry SPT 4-10-15 11 26 14 12 39 (25) 12-10-8 11 25 12 13 42 SPT 2.5 (18) CLAYEY SAND, (SC) reddish brown, medium dense, dry SPT 7-7-7 (14) 5.0 SPT 12-12-13 (25) Bottom of borehole at 7.0 feet. �l [i H H 8 N PaveTex BORING NUMBER B7 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING NOTES AFTER DRILLING — ATTERBERG U } w w w o LIMITS w H o— UH Ux a- w a(9 O MATERIAL DESCRIPTION J jCy o ��¢ m ww v HC a �w z 0: o o- 2 O O Uz Y uj oz Cy — w ~z w O az W a o 2O J g� o a- 0.0 w SANDY LEAN CLAY, (CL) brown, medium stiff to stiff, dry SPT 5(6)3 12 29 12 17 53 5-7-5 SPT 2.5 (12) SPT 4-4-4 (8) 5.0 CLAYEY SAND, (SC) tan with caliche, medium dense to dense, dry SPT �12� 9 47 22 25 21 7.5 SPT 4-18-23 (41) 10.0 Bottom of borehole at 10.0 feet. PaveTex BORING NUMBER B8 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates. Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING --Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING -- NOTES AFTER DRILLING -- ATTERBERG U w w w w o LIMITS w o w �_ _ a-^ = O MATERIAL DESCRIPTION w Co a^ > Cc'1 co �� O z Q a r �_;i. z a �� w z o OU� c000§ u~j �2 U w p VO p � �Z U" }" Oz �O O� g� �z w r¢n ° o J a g- z 0.0 o_ u- CLAYEY SAND, (SC) brown, loose to medium dense, dry SPT 5-4-5 (9) 6-9-14 8 33 14 19 41 SPT 2.5 CLAYEY SAND, (SC) tan with caliche, medium dense to dense, dry SPT 12�23�10 10 38 14 24 29 5.0 SPT 8-8-10 (18) 7.5 SPT 7 �� 9 11 42 20 22 23 10.0 : ' : `• r �Tl 3 1.1 r- H fl- I Bottom of borehole at 10.0 feet. f PaveTex BORING NUMBER B9 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING — NOTES AFTER DRILLING -- ATTERBERG v r w w Lu LIMITS w 0 U X a� a 0 MATERIAL DESCRIPTION 00 j U' rn ¢ w Z a �" w z O o 0 �z OVA m0? Ue }� Oz �� U) �p rU� < Lu 0 20 :izi aJ z o gZ 0.0 a LL CLAYEY SAND, (SC) tan with caliche, medium dense, dry SPT 6-8--1)1 (19 12 37 13 24 46 6-10-17 SPT 2.5 (27) SANDY CLAY, (CL) tan with caliche, very stiff to hard, moist SPT 710-8 16 37 13 24 63 5.0 SPT 13-19-25 (44) 7.5 SPT 10-16-21 (37) 10.0 Bottom of borehole at 10.0 feet. BORING NUMBER B10 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING — NOTES AFTER DRILLING -- ATTERBERG } z w o LIMITS W _ ~^ = w a^ aU' w �H5 w a H^�� z^ EL a 0 MATERIAL DESCRIPTION g > D Q w z Q W U W OV o W �'� (� a� �z O� W mp> UZ Yv �-- �g U—JJ v�g gJ Z W O or 20 z 0.0 a u. CLAYEY SAND, (SC) tan, loose to medium dense, moist SPT 7-3-3 (6) 3(19)4 17 35 14 21 28 SPT 2.5 CLAYEY SAND, (SC-SM) tan with caliche, very dense SPT 16-25-34 (59) 5.0 SPT 20-27 43 15 43 27 16 14 (70) 7.5 SPT 25-31- 50/5" 10.0 �1 1 Ij i H n H H 11 l] Bottom of borehole at 10.0 feet. r PaveTex BORING NUMBER B11 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock, Texas DATE STARTED 11/6117 COMPLETED 1116/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUNDWATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING — Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING -- NOTES AFTER DRILLING -- ATTERBERG v EL w >- z w w LIMITS w o ° O MATERIAL DESCRIPTION � Co U) O ow Oa ow m ?aH w z w0Zo�Oz gU a U ) - w z 0.0 � a o a LL CLAYEY SAND, (SC) tan, loose to medium dense, dry SPT (10) 5 21 11 10 41 6-6-7 SPT 2.5 (13) SPT 5-6-5 (11) 5.0 SPT 12(25)13 6 25 11 14 41 7.5 Bottom of borehole at 7.5 feet. BORING NUMBER B12 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock, Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING -- NOTES AFTER DRILLING -- ATTERBERG Lu o- w z w w o LIMITS w H U _ =C7 �w } �� �H❑ o H. =) z� w O MATERIAL DESCRIPTION w > 0 ¢ w w Y" a H j U w o ❑ C7 (L 2Z m0> UZ dJ �� gJ H❑ �z w cn wv 0 o- >_ ❑ 0O U (L a z 0.0 LL CLAYEY SAND, (SC) tan, medium dense, dry SPT 5-5-7 (12) 10-8-9 8 26 11 15 49 SPT 2.5 (17) SPT 8-8-11 (19) 5.0 SPT 12-12-12 6 22 12 10 49 7.5 Bottom of borehole at 7.5 feet. �.J Ij f 11 H U_ i_l PaveTex BORING NUMBER B13 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11/6/17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING — NOTES AFTER DRILLING — ATTERBERG w w w o LIMITS w w U w } of U) w " v aQ.0 MATERIAL DESCRIPTION a? o o m o j w v? a r j W o �~ w 0 o �z w Uz o CY� g �z w rr a o 2z v a g- z 0.0 a u- CLAYEY SAND, (SC) tan, loose to medium dense, dry SPT 4-2-4 (6) 6-7-6 SPT 2.5 (13) SPT (13) 9 26 12 14 49 5.0 SANDY LEAN CLAY, (CL) tan with caliche, very stiff, dry SPT 14-15-14 6 24 12 12 62 7.5 Bottom of borehole at 7.5 feet. BORING NUMBER B14 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 11l6l17 COMPLETED 11/6/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING -- Not Encountered LOGGED BY DR CHECKED BY CTH AT END OF DRILLING -- NOTES AFTER DRILLING ATTERBERGuj H w w LIMITS wa U s} 0 U) a It ) z MATERIAL DESCRIPTION -1 CO § O aw ?(n w� Hr w O�O a V 0 m0 " 0}Oz g�2z a �Z U) w Q co w o O a o dO U JJ a 0.0 a K CLAYEY SAND, (SC-SM) tan, loose to medium dense, dry SPT 5 (8) 7 19 12 7 37 6-6-5 SPT 2.5 (11) SPT 5-5- 6 7 23 13 10 43 5.0 SANDY LEAN CLAY, (CL) tan with caliche, very stiff, dry SPT 9-8-15 (23) 7.5 Bottom of borehole at 7.5 feet. r r, U, H I 11 [1, 1� Ll BORING NUMBER C1 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING - LOGGED BY JP CHECKED BY AT END OF DRILLING NOTES AFTER DRILLING -- ATTERBERG f— a z w o LIMITS w ~ = 0O w w" ~ a 0 MATERIAL DESCRIPTION g > 0 Q w z a� w f— f— U w OV o �J 2z L) mC)z >- 0zi 5g U)z vai rr Ov o o 5O v a 3- w z 0.0 a U- 7.5" of HAMC J Bottom of borehole at 0.6 feet. w U) U) x U 0 O w 2 J U z O U 5 w J LL Ww Y C J A 0 n. i 0 U_ U lV r O F fmQi J N QD F U U z 2 D U 2 U 0 O w 0 PaveTex BORING NUMBER C2 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806) 771-7283 CLIENT _Kimley-Horn and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING - LOGGED BY JP CHECKED BY AT END OF DRILLING NOTES AFTER DRILLING ATTERBERG F- U w w w a LIMITS w I=-. C� w w } Wp rn 3: a Hr w Z w O MATERIAL DESCRIPTION a CO o cy m o j w v ° w o F H U W V av aZwUZ0 o >- o �g z wO Bottom of borehole at 0.7 BORING NUMBER C3 PaveTex 12804 CR 2500 PAGE 1 OF 1 Lubbock, Texas 79404 Telephone: (806)771-7283 CLIENT Kimley-Hom and Associates, Inc. PROJECT NAME 98th Street - Milwaukee Ave. to Upland Ave. PROJECT NUMBER CMT16-017 PROJECT LOCATION Lubbock Texas DATE STARTED 1/27/17 COMPLETED 1/27/17 GROUND ELEVATION HOLE SIZE 4 inches DRILLING CONTRACTOR White Drilling GROUND WATER LEVELS: DRILLING METHOD Air Rotary AT TIME OF DRILLING LOGGED BY JP CHECKED BY AT END OF DRILLING -- NOTES AFTER DRILLING — ATTERBERG U a } z w w o LIMITS w O MATERIAL DESCRIPTION Co j m ¢ w oQ. $ w U w o O QZ wv m0Z Ov OO (3 J _ Hp m U) a 0 U zi EL aZ nn K 1.25' of HAMC 6.5' of Flexible Base Bottom of borehole at 0.6 feet. 0E wI 7 ; Client: Kimley-Horn and Associates, Inc. 12804 CR 2500 Lubbock, Tx79404 (806) 771-7283 Date: 11 /30/2017 Project Name: 98th St.- Milwaukee Ave. to Upland Ave. Sample Date: 2/14/2017 Project Location: Lubbock, Texas Date Tested: 2/17/17 Sample Number: 1 Tested By: Roy Lopez Sample Location: B1 Sample Depth, ft: 1ft BG Material Description: Dark Brown Sandy Silt Report of: California Bearing Ratio (CBR) Report Time soaked, hrs: 72 Compaction Method: ASTM D1557 Surcharge Used, Ibs: 10 Proctor Density, pcf: 126.4 CBR Test Data Optimum Moisture, W 10.2 Point 1 2 3 Specific Gravity: 2.55 assumed As Molded Density 113.6 122.0 126.5 Liquid Limit: N/A Moisture 9.7 9.4 9.5 Before Density 114.6 122.5 126.3 Plastic Limit: N/A Testing To 1" Moisture 16.2 12.9 11.7 Plastic Index: N/A Total Moisture 13.4 1 11.1 1 10.6 Retained 3/4" Sieve: N/A Swell Data 1 4.9 1 3.0 1 1.9 Passing No. 200 Sieve: N/A Moisture -Density Relationship (D 698) 129 127 C y 125 t a 123 r 121 it 119 117 115 5 7 9 11 13 15 Moisture Content (%) o PlDtt« Points ---------- Zao Air Void -----• 95%0l Maumum Densely ••. Dry Density vs. CBR 70.0 �0- CBR Dale 65.0 points 60.0 ----9s% �y 55.0 --- --- ---- --- ---- --- ---- --- so.o 45.0 _ _.,00% _ Density z 40.0 > r 35.0 m 30.0 V25.0 � _ _ _ ____ ___ ____ __ 20.0 15.0 10.0 5.0 0.0 110.0 112.0 114.0 116.0 118.0 120.0 122.0 124.0 126.0 128.0 130.0 Density (pcf) as Molded Penetration Used for Bearing Ratio: 0.2 CBR at 95°/D of Modified Proctor: 23.8 CBR at 100°/D of Modified Proctor: 51.9 Reviewed By: PaveTex - 12804 CR 2500 Lubbock, TX 79404 - (806) 771-7283 Texas Registered Engineering Finn F-961 The results shown on this report are for the exclusive use of the client for whom they were obtained and apply only to the samples tested and/or inspected. They are not planned to be indicative of apparently identical products. SOIL CLASSIFICATION CHART MAJOR DIVISIONS SYMBOLS TYPICAL DESCRIPTIONS GRAPH LETTER GRAVEL AND CLEAN GRAVELS • 10i �� GW WELL -GRADED GRAVELS, GRAVEL - SAND MIXTURES, LITTLE OR NO FINES GRAVELLY SOILS (LITTLE OR NO FINES) ° Qo o Qo Op<O o GP POORLY -GRADED GRAVELS, GRAVEL NAND MIXTURES, LITTLE OR NO FINES COARSE GRAINED SOILS MORE THAN 50% OF COARSE FRACTION GRAVELS WITH FINES `° a ° GM SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES RETAINED ON NO. 4 SIEVE (APPRECIABLE AMOUNT OF FINES) WE GC CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES SAND CLEAN SANDS SW WELL -GRADED SANDS, GRAVELLY SANDS, LITTLE OR NO FINES MORE THAN 50% OF MATERIAL IS LARGER THAN NO. 200 SIEVE SIZE AND SANDY SOILS (LITTLE OR NO FINES) Sp POORLY -GRADED SANDS, GRAVELLY SAND, LITTLE OR NO FINES ° MORE THAN 50% OF COARSE SANDS WITH FINES SM SILTY SANDS, SAND - SILT MIXTURES FRACTION PASSING ON NO.4 SIEVE (APPRECIABLE AMOUNT OF FINES) sc CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS AND VERY FINE ML SANDS, ROCK FLOUR, SILTY OR CLAYEY FINE SANDS OR CLAYEY SILTS WITH SLIGHT PLASTICITY CL INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS FINE GRAINED SOILS SILTS AND LIQUID LIMIT CLAYS LESS THAN 50 — _ —'— — _ — OL ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY MORE THAN 50% OF MATERIAL IS SMALLER THAN NO.200 SIEVE MH INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS FINE SAND OR SILTY SOILS SIZE SILTS AND LIQUID LIMIT CLAYS GREATER THAN 50 CH INORGANIC CLAYS OF HIGH PLASTICITY OH ORGANIC CLAYS OF MEDIUM TO HIGH PLASTICITY, ORGANIC SILTS HIGHLY ORGANIC SOILS ' ' ' ' ' ' ' ,, i,, „ PT PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS Sampler Graphics Legend Auger Cuttings Grab Sample Modified California Sampler ONo Recoverey Rock Core Shelby Tube Standard Penetration Test Split Spoon Texas Cone Penetration Undisturbed Vane Shear 7- ------ CITY OF LUBBOCK, TEXAS 98TH STREET PAVING IMPROVEMENTS UPLAND AVENUE TO MILWAUKEE AVENUE MAYOR DANIEL M. POPE CITY MANAGER W. JARRETT ATKINSON CITY COUNCIL JUAN A. CHADIS DISTRICT 1 SHELIA PATTERSON HARRIS DISTRICT 2 JEFF GRIFFITH DISTRICT 3 STEVE MASSENGALE DISTRICT 4 KAREN GIBSON DISTRICT 5 LATRELLE JOY DISTRICT 6 I JC=3 HUGO REED JL JL IL AND ASSOCIATES, INC. TEMREGISTEM ENGINEERING FIRM F-760 TEWLICENSED SURVEYING FIRM ID0570a December 2017 Kimley>»Horn DIRECTOR OF ENGINEERING MICHAEL G. KEENUM, P.E., C.F.M ENGINEERING CIP AND DESIGN SERVICES MANAGER JOHN TURPIN, P.E. City of Lubbock TEXAS bbo&k * DESIGN SPEED: 50 MPH 061WA afl s o § 1 S_TANDARDC ^` GFNFRAI DRAINAGF 1 TITLE SHEET a 69 - 70 MC-3-23 ^�� � 2 INDEX SHEET n 71 - 72 MC-5-23 #3 3 HORIZONTAL AND VERTICAL CONTROL n 73 - 74 SETB-CD A=� 4 PROJECT LAYOUT a 75 - 76 SETB-PD 3e 5 EXISTING TYPICAL SECTIONS 6 - 8 PROPOSED TYPICAL SECTIONS UT111TIFS $ 9 ALTERNATE 1 TYPICAL SECTION 77 - 79 EXISTING UTILITY LAYOUT s 10 GENERAL NOTES 80 - 86 12" WATER LINE RELOCATION SHEETS 11 - 13 QUANTITY SUMMARIES 87 WATER DETAILS 14 - 15 TRAFFIC CONTROI PLAN TRAFFIC CONTROL PLAN 88 - 90 PAVEMENT MARKINGS 34 DFI INFATION DE TA iSS PAVEMENT MARKING AND SIGNING LAYOUT } E Y TRAFFIC CONTROI PLAN STANDARDS PAVEMENT MARKINGS & DFI iNF AT10N STANDARDS w a 16 - 17 BC(U-14 THRU BC (2)-14 n 91 - 93 PM(1)-12 THRU PM(3)-12 n 18 - 19 BC(4)-14 THRU BC(5)-14 n 94 SMD (GEN)-08 � 20 BC (10)-14 n 95 - 97 SMD (SLIP-1)-OB THRU SMD(SLIP-3)-08 �'S, "'ys5as f a 21 TCP(I-1)-12 n 98 SPRFBA (1)-13 ti9�'F; xsc°.ok rrr1,, �... •EHi >• 22 TCP(2-2)-12 a 99 TSR(4)-13 e 100 EDI1)-14 12-1-17 ROADWAY OFTAIIS ° 101 ED (4)-14 F x 23 26 - 25 REMOVAL PLAN HORIZONTAL ALIGNMENT DATA FNVIRONMFNTAI ISSIIu LU Q W W O r 1 27 - 31 PLAN AND PROFILE SHEETS 102 - 103 SW3P --, 32 - 37 INTERSECTION LAYOUTS 104 - 106 EROSION CONTROL PLAN �, O (L ¢ 38 - 40 CONCRETE RIPRAP DETAILS 107 EROSION CONTROL BLANKET DETAIL 3 � 41 - 42 ALLEY DETAILS z 43 MISCELLANEOUS DETAILS FNVTRONMFNTAI ISSUF5 [TANDARDS 44 - 47 ROADWAY DETAILS F > 108 - 110 EC(1)-16 THRU EC(3)-16 w ¢ 111 - 113 EC(9)-i6 wp ROADWAY STANDARDS N a n 48 JS-14 • 49 - 52 PED-12A m m 53 DRAIN4� F DC,iFTAII S DRAINAGE AREA MAP OVERALL 54 - 57 DRAINAGE AREA MAP LOCAL 58 HYDROLOGIC AND HYDRAULIC DATA p 59 - 63 STORMWATER ROUTING Z 64 - 66 CULVERT LAYOUTS 67 CUT -FILL PLAN 68 DRAINAGE CHANNEL DETAILS THE TxDOT STANDARD SHEETS, SPECIFICALLY IDENTIFIED IN THIS SHEET, HAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT, SIGNATURE OF REGISTRANT 12/1/17 DATE N 7-7 ... .,.: __.._,.._. �._,__..,,._.....: ,................o+ wM,� mom..-w.�..�a E., ...... ._ .. i [T_� 7__7 -__� �__� r--7 r---� r---� [___} 1 1 T r r 1-1-1 1 r T l f r r r n 1 T T r r 11 \"IJ J_1_LL11 i t IJJJ LI-11 H i l l-I 111 I LI 11 11 - - I i l l l I- ^ -- - -l I'' 91 ST PLACE 1_ 1-- 'In �-T-I, rI11rrnr -lTrr111*( I I_L1JJ_I_,' J L 111_1_I I I I I I i_I I I_Q I I 111 I fTTrn-nlrrrrll-J-rn=n=iTT��n�1 0 22505500_0 I-yI • I I , ,'� \�^^ ` IJ l 111 I-i l 11 I I I I-i-I-^ i I II-i-I 11 11 11 III _ `,� 92N0 STREET _ _m -- T 7 1 -1 >C<` � .. -� (TTrr� � � � I 3•rrrrnl rl-Ir1r I rTT-rr7r1�^�1-1-r `)•� `` :: �\ ` ' 1 l i l l l l i-1 I I I-1_I vl, 1 I I I i I 1 Q -1-i- 1 -i f T rri117T Trrl-11 rr f T n-n1T rri-I-I I If =l=rrrT T Ti 1= J-1- �.'<(\ I l l 11 1 1-I I I I I IJ LI_I I I I I 11-11 1 1 1 I I I I J 1 1 93RD STREET ( II; •_________.Q�___ (1 T rrrl- .. rl-I,1T rr1-11 i•� I r1-I-1-1-1-rrT'VI I-rr ri I J l l 1 1_I-1 1 1 1 I I -I I I I i I I i 11 I 1-rrnllTrFr1-1 rrrrnlrrrr4c_.___,.__-_- �� 1 f ..�I rrrrrrT111-'r i=rr I I I I I I I I I 1 1 1111 11 I 1-: I 1 1 1 1 1 1 1 1 I j I I I I J t--------- �• _----94TH STREET.---__ _�+ r (-", i\ 1. _ _ J r `` ` y �' , I (I I I- I I I J (__ I_ L L L L 1 1 -1 L 1 1 _I J L L L L L 1 1 1 J r T 1 -1 -1- r r T 1 -1 1 >/ II I I I I I I-1-I 1 1 I J` I-1 96TH STREET y L_=`; ' I Q it 1 1 1 - - - - - 1 STA 163.30. 48 u i I I II-1 PROP CONC FLUME z 1 I wI i('1 -- -- `- --` r' - r r r r r r t r i-11 --Q.L; IJ L_„ .: I i-IJ LI 1 1 I I II I;I Ir_J t=1_1 97TH STREET n In^-u II � �_ L STA N PROJ. 51 Ii__21 o'-�f-J 4--1f_J r_ L_i _ 11 BEGIN PROJECT Il _¢ _ ir-� �-1T-� Fi a__1 -�L-) r''L- _ _ END TA PRO.50.5i MATCH JECT EXISTING - I L..^______________________-________________-_ 0--�.__ I MATCH EXISTING EDGE OF ASPHALT 1 - -it ' - - 1[, — — — — _ — —.— ——-�---� -- I t� EDGE OF CONCRETE 4�-L- I ` CONCRETE ICURBED CHANNEL N 50' DRAINAGE EASEMENT I 11I,'�--_ --, _:_:_L) I STA 148;00. 00 I�-rrr rrr T'I BEGIN PROP CONC 1 1 1 1 1 1 1 1 1 1 1 DRAINAGE CHANNEL=---=4-----1 L L J L L L -1- L I 1�1-rrr rri l." 1 1 1 1 1 1 1 1 1 r I -- r T 1- r. Q Y'\ -- ----'I I -STA 163.75 ROCHESTER AVENUEI PROP 3-5'X 2'BOX CUL 11 L_ ---------------------- 1 i II 1 1 PROP13439X 3'X BOX CULVERT STA 173r17------I--- OUINCY AVENUE I I I I I PROP 4-4'x 4' BOX CULVERTII I I I LI I I I I fil. . i i kw J �l 11 1 odI WZI NOT TO SCALE O 0� (D ACg 3g 110' 13!e P I 55' 55, j A.! VARIES VARIES I VARIES VARIES �3 s ¢I ¢ 20' I I I VARIES VARIES i 1 t fl k $EP11 P:, CUONOSKIp,; I $i, BJ166 i 11,fSFC$ EXIjjjj[[yy�jY AL SECTION Qr, off"•`<•�e�"r STA 14/ 1T.51 0 S A 1 4• .16 ��`•���-^ 12-1-17 tD F Z � ac W Q 1� >W C O~ 3 VARIES 110-120' ED 55' } VARIES 60-65' j0 6.5' 4' VARIES 11'-44.5' VARIES 11-55.5' 4' 5.5' IL Q pl 2' VARIES 4'-26.5' ll' 0'-7' 0'-7' 11' VARIES 0'-11' VARIES 0'-13. 5' VARIES 5'-13' 2' �p W,Z SHOULDER LANE TURN LANE LANE GORE LANE SHOULDER I i I o --- - Z U W 6 EXISTING TYPICAL SECTION W Tn 6 SEE INSET A STA 194.95. 16 TO STA 198 50.57 J U a �a $g �• 2- TY C HMAC R 3 g 4" TY B HMAC e d 9 g 6" FLEX BASE >� L 12" COMPACTED SUBGRAOE 3 a e INSET A 5 „ SHEET IOF1 IL J iow TURN LANE - CORE LANE - TURN LANE LANE SH01 :0 t PROPOSED TYPICAL STA 148.00. 00 SECTION TO STA 150.09. 81 SEE INSET A MATCH EXISTING GROUND I ;i 120' w' VARIES 65-55' 55' VARIES 3.5-4.5' G. 2' VARIES 53.5'-42.5' VARIES 42.5'-0' SDWK 13. 5' VARIES 18-0' 11' 9-0' 11, VARIES 33.5 :ow " TURN LANE GORE LANE TURN LANE I SHOULDEF 2.00% 2.00% MM X/ PROPOSED TYPICAL STA 150�09. 81 SECTION (TRANSITIONI TO STA 152�09. 88 24" TYPE "A" CURB AND GUTTER 4' 4" SIDEWALK TAPER 2" TY C HMAC 16:1 4" TY B HMAC 6" FLEX BASE 2" TY C HMAC 6„ 18" 12" COMPACTED SUBGRADE HMAC 6" TY FLEX BASE 12" COMPACTED SUBGRADE 6" INSET A NOTES. 4INSET e 01 SEE DRAINAGE CHANNEL DETAIL SHEET FOR PROPOSED EDGE ELEVATIONS (2)BASE BID IS EROSION CONTROL BLANKET, DEDUCT IF ALT 1 IS SELECTED AND PLACE CONCRETE RIPRAP PER DETAILS. NOT TO SCALE 0 y cl 1`. p 0 F' 50' I ' DRAINAGE EASEMENT WATERLINE! 6 I 1 12' 14' 24' EASEMENT' ONC RIPRAP 5" CONC RIPRAP SEED p ff k= A}g Vq RrfS VARI ES 4:1 3: USX qL q:1 USUAI g I SEE PIIP SHEETS SECTIONSEE ALTERNATE SHEET FORMDETAILS FOR CHANNEL PROFILE STA 148.00.00 TO STA 150.29.81 a EE a: I MAX , CHANNEL SECTIONRDE T AGE IL 'ION CONTROL BLANKET 6" 13' 6" ^� aq BARS 6" O.C. 2" DEPRESSION FOLLOW CHANNEL PROFILE 1� N =4 BARS 12" O. C. E. W. DRAINAGE CHANNEL SECTION 1n is �W o U� K7 O �3 z0 j0 a �Z.. a) 5 �a m m Z W O �U ow ID_ U) O -1 W Q as g R 9 a g 85 ° ➢ S 6 SHEET OF I 7.w7. .. _�.." _y. 6 42. 5' 2' I}, 5' It' 11' 7' 4' 01 A. 5' 6' �, SDWK LANE TURN LANE LANE SHLDR ¢ T a 1 1 a vWi 0 4� q: 1 TYP 3: MAX ,�•00% 116.. ! MAX R TY A T A i 1. 4 4 I,jyGR.51E,Rj,PRAA TALOCAIIOONS STA 159•)0. 00 TO STA 161.57. 68 10. 5' ' STA 162.10. 00 TO STA 163.24. 90 STA 163.35.85 TO STA 164.71.86 SDWK STA 165.20.00 TO STA STA 166.46.61 TO STA 166.41.61 167.87:98 p� STA 168.40. 00 TO STA 169.5779 _�� 2.0% STA 119.62. 61 TO STA 171.37. 30 TO STA 171.08. 30 M 10:00 MAX STA NOTES: 1Q SEE DRAINAGE CHANNEL DETAIL SHEET FOR PROPOSED EDGE ELEVATIONS Q2 BASE BID IS EROSION CONTROL BLANKET, 4" CONCRETE RIPRAP DEDUCT IF ALT I IS SELECTED AND PLACE CONCRETE RIPRAP PER DETAILS. i I 115' 0 NOT TO SCALE 0 10• WATT ERLINEI jEASEMENTj SEED I I 50' DRAINAGE EASEMENT ,WATERLINE, 12' 14' 24EASEMENT' R"I RAPC 5" CONC RIPRAP SEED ni 2: j MgXAC -.. SEE ALTERNATE 1 TYPICAL STA 167.70.00 TO STA 173.91.74 SECTION SHEET FOR DETAILS � VARIES 7-5.7' — VARIES 4' VARIES VARIES VARIES 4' VARIES 56'-51.5' TOPSOIL ¢ 13.5-12. 9' 11'-6.9' 11'-1 I'4' SHLDR SEED n LANE GORE LANE ( i VARIES VARIES 1 TOPSOIL/SEED SEED ALL DISTURBED AREAS i TYP 16:7 7:1 7YP x�MATCH _ EXISTING GROUND MATCH EXISTING GROUND PROPOSED TYPICAL SECTION (TRANSITION) STA 173.91.74 TO STA 175.00.00 24" TYPE4"18 "" CURB AND G 4" SIDEWALK 2" TY C HMAC 4" TY B HMAC 6" FLEX BASE 12" COMPACTED SUBGRADE I NSFT A 4' TAPER 16•1 2" TY C HMAC 4" TY B HMAC 6" FLEX BASE 12" COMPACTED SUBGRADE 6" INSET 8 Tn z Cl0 wv Tn 0 uww EL J OQ CL' av IIYI:mI.IlIgI ¢ I V"-L9. S" a SHOULDER PROPOSED TYPICAL SECTION (TRANSITION) STA 175.00. 00 TO STA 176.82. 51 z 1115' 40' 40' 4' 4' 12' 12' 44' VARIES VARIES z z LANE ( LANE ¢ z TOPSOIL/SEED SEED ALL DISTURBED AREAS 0 0 a = ( x a 00% I 2.007 , 6:1 -�- 16:1 7:1 7YP PROPOSED TYPICAL SECCTION SECTION STA 176•82. 51 TO STA 113 SEE INSET A I I VARIES 115-120' VARIES 60-65' VARIES VARIESIVARIES VARIES VARIES VARIES VARIES 4' VARIES 12'-W 0'-7' 0'-7' 12'-i1' -11' 0'-13.5' 4'-11' 40'-7. 5, LANE TURN I LANE LANE GORE % TURN LANE SHOULDER w OPSOI L{ a SEED 2. 00% PROE TYP T T AN T ONL ,J91, A 194.51. 13 TO STA 19 •9 . I � 120' 65' ,TOPSOIL z SHOULDER LANE TURN LANE LANE GORE TURN LANE SHOULDER ¢ TOPSOIL, SEED SEED a � 4 t � Q •1 TYP 16.1 2.00'% 2. 00% PROPO jLTYPICAI SECTION SSA I 9i O STA 198•50.57 NOT TO SCALE 4' TAPER 16: 1 2" TY C HMAC 4" TY B HMAC 6" FLEX BASE 12" COMPACTED SUBGRADE 6" INSET A Tn Z 00 WV oW Oco aJ OQ �U a_ 7 7 NOTF%: 001 ( SEE DRAINAGE CHANNEL DETAIL SHEET FOR PROPOSED EDGE ELEVATIONS LLlvia © SAW AND SEAL JOINTS IN RIPRAP AT ¢ 5 REGULAR INTERVALS (MAX 10' SPACING) O 0 3� to O DRAINAGE EASEMENT r WATERLINE 12" 14' 24' EASEMENT 5" CONC 5" CONC RIPRAP SEED RIPRAP E aag � Y 4�e I I I I I I $ 6 I I I to I I I I I I I I E I i i �I vnatEs € ...........-_.ib VARIES SEE TOE WALL DETAIL � s[iw, v,; iv„6xosKi"�j All USUAL 4: i USU4L 3:1 MAX 4ti"rsF,`• `„9.?rd SEE DETAIL t2-1;!7 THIS SHEET F _W u w W ALTERNATE a1 - FULL CONCRESTATE CHANNEL LINER O O UO ` �3 z� �o a LU o N g �a m� ISOLATION JOINT WITH EXPANSION m MATERIAL AND JOINT COMPOUND SEE DRAINAGE CHANNEL DETAIL IF NOT POURED MONOLITHICALLY `9. SHEET FOR EDGE ELEVATIONS Z �O 5" CONC. RIPRAP S" CONC. RIPRAP i W (ROUGH SURFACE FINISH) Q lU Z Tn EC J s4 BARS 0 18" O.C. 18" 24" W Q QF- L a4 BARS 0 18" O.C. 18" 6 CHANNEL CURB WITH REBAR TOE WALL DETAIL 9 SHEET OF GENERAL CONSTRUCTION ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH LATEST CITY OF LUBBOCK PUBLIC WORKS ENGINEERING MINIMUM DESIGN STANDARDS AND SPECIFICATIONS. PRIOR TO THE COMMENCEMENT OF CONSTRUCTION, THE CONTRACTOR SHALL EXAMINE THE CONTRACT DOCUMENTS AND SPECIFICATIONS, THE PLAN, INCLUDING ALL NOTES AND ANY OTHER APPLICABLE STANDARDS AND SPECIFICATIONS RELEVANT TO THE PROPER COMPLETION OF THE WORK SPECIFIED. FAILURE ON THE PART OF THE CONTRACTOR TO EXAMINE ALL STANDARDS OR SPECIFICATION PERTAINING TO THIS WOK SHALL IN NO WAY RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY OF PERFORMING THE WORK IN ACCORDANCE WITH ALL SUCH APPLICABLE STANDARDS AND SPECIFICATIONS. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, AND PROCEDURES OF CONSTRUCTION AND ANY SAFETY PRECAUTION PROGRAMS RELATING IN ANY WAY TO THE CONDITIONS OF THESE PREMISES. CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS AND CONDITIONS PRIOR TO COMMENCING WORK. CONTRACTOR SHALL PROVIDE ALL CONSTRUCTION STAKING NEEDS FOR HORIZONTAL AND VERTICAL POINTS. CONTRACTOR SHALL APPLY FOR AND RECEIVE A BARRICADE PERMIT FROM TRAFFIC ENGINEERING FEES WILL BE WAIVED. UPON APPROVAL, IT IS STILL THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN COMPLIANCE WITH THE MUTCD DURING CONSTRUCTION. CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 72 HOURS BEFORE PERFORMING ANY WORK THAT WILL AFFECT THE OWNERS ACCESS TO THEIR PROPERTY. CONTRACTOR SHALL ENSURE THAT ADEQUATE DRAINAGE IS MAINTAINED WITHIN THE PROJECT CORRIDOR AT ALL TIMES DURING CONSTRUCTION. ALL OTHER SPOIL MATERIALS NECESSARILY REMOVED DURING CONSTRUCTION THAT ARE NOT SALVAGED AND REUSED OR RELOCATED SHALL BE REMOVED AND LEGALLY DISPOSED OF OFF -SITE BY THE CONTRACTOR. LIMITS OF CONSTRUCTION CONTRACTOR SHALL LIMIT OPERATIDNS TO WITHIN THE CONFINES OF THE WORK LIMITS SHOWN ON THE PLANS. UTILITIES CONTRACTOR SHALL CONTACT DIG-TESS (1-800-DIG-TESS) FOR UTILITY LOCATES NO LATER THAN TWO FULL WORKING DAYS PRIOR TO COMMENCING GRADING/PAVING/CONSTRUCTION. CONTACTOR WILL BE RESPONSIBLE FOR ANY AND ALL COORDINATION WITH ALL UTILITY COMPANY ENTITIES, INCLUDING THE CITY OF LUBBOCK, AS MAY BE NECESSARY FOR THE TIMELY AND ORDERLY PROGRESSION OF THE CONTRACTOR'S WORK. EXISTING UTILITIES ARE TO REMAIN IN SERVICE AT ALL TIMES. THE CONTRACTOR SHALL OBTAIN WRITTEN APPROVAL FROM THE UTILITY OWNER AND SHALL SUBMIT WRITTEN APPROVAL TO THE CITY ENGINEER PRIOR TO TAKING A UTILITY OUT OF SERVICE. THE ENGINEER/SURVEYOR MAKES NO GUARANTEE THAT ANY UNDERGROUND UTILITIES SHOWN OR NOTED COMPRISE ALL SUCH UTILITIES IN THE AREA EITHER IN SERVICE, OR ABANDONED. THE ENGINEER/SURVEYOR HAS NOT PHYSICALLY LOCATED ANY UNDERGROUND UTILITIES SHOWN. IT IS THE CONTRACTOR5-32S RESPONSIBILITY TO PROVIDE PROPER NOTIFICATION OF CONSTRUCTION/GRADING/PAVING ACTIVITIES PRIOR TO BEGINNING PROJECT AND TO FOLLOW ALL APPLICABLE PROPER TEXAS EXCAVATION SAFETY SYSTEM RULES TO AVO TO UTILITY DISRUPTION. REFER TO DIG-TESS NOTES. COORDINATION AND EMERGENCY NUMBERS THE FOLLOWING NUMBERS ARE INCLUDED FOR THE CONTRACTOR'S CONVENIENCE WINDSTREAM COMMUNICATIONS ROCKY JENKS 0(806) 637-7681 C(806) 200-0480 CITY OF LUBBOCK WATER UTILITIES AND STREET JOSH FLUD (806) 548-4152 SOUTH PLAINS ELECTRIC COOP AL ARREOLA (806) 775-7717 SUDDENLINK COMMUNICATIONS KADE THETFORD (806) 771-6229 ATMOS ENERGY LYNN GREEN (806) 687-7130 LUBBOCK POWER AND LIGHT LEE ROY MARTINEZ (806) 775-2579 ATS,T BRYAN JONES (432) 286-3107 NTS COMMUNICATIONS MICHAEL PENNY (806) 577-6059 WEST TEXAS GAS RICK TANNER 0(806) 866-0339 C(806) 523-7373 SWPPP LARGE CONSTRUCTION SITES OR COMMON PLAN OF DEVELOPMENT -CITY OF LUBBOCK APPLICATION AND FEE - http://IubbockStOrmwater.org/ -SWPPP - http://—w.tceq.texos.gov/assistance/sblgo/woter/sw-construction.htmi -SITE PLANS •GENERAL LOCATION OF THE SITE • DIRECTION OF STORMWATER FLOW • AREAS WHERE SOIL DISTURBANCE WILL OCCUR •LOCATIONS OF ALL MAJOR STRUCTURAL CONTROLS •LOCATIONS OF TEMPORARY OR PERMANENT STABILIZATION PRACTICES •LOCATONS OF CONSTRUCTION SUPPORT ACTIVITIES •LOCATIONS OF SURFACE WATERS IN CLOSE PROXIMITY TO THE SITE • VEHICLE WASH AREAS AND CONCRETE WASHOUT AREAS, IF APPLICABLE -N01 (FILES WITH TCEO) COPY TO MS4 -LARGE CONSTRUCTION SITE NOTICE -CERTIFICATION PAGE 30 TAC 305.44 -DELEGATION OF SIGNATORES TO REPORTS 30 TAC 305.128 -COPY OF THE INSPECTION REPORT Y 5 �S[Mi �P ��Ngi05iti,�f 93766 f Sti4�''( c:�okl N ww x iQ w oU� w 0 (D i SO aW Ci Q �z N 3 �a m� rn (n W H 0 Z J W Z W (D 10 oU WE ROADWAY SUMMARY 4 EXCAVATION O� T0 pp EA° 3e 1 s E 1 ROADWAY SUMMARY CONTINUED M W � X W Ir a. 3 �rQ z� i So a a. Lu Wa z y5 =a F 7 m rn REMOVAL SUMMARY ALTERNATE -1 SUMMARY fq 6 Z Q 6 j s 0 p g3 $$ = g R $ dgg LLu SHEET i OF 3 LOCATION PREPARING ROW (ROADWAY AND CHANNEL) EXCAVATION (PLAYA LAKE) OVER EXCAVATION EMBANKMENT IF INAL)(DENS CONT>(TY A) 6" FLEX BASE 4" TYPE B HMAC 4" TYPE C HMAC 4" CONCRETE RIPRAP GABION MATTRESS (8") 5" CONCRETE CHANNEL STA CY CY CY CY SY SY SY CY CY CY SHEET 1 OF 5 8 7491 7136 6916 2 324 SHEET 2 OF 5 12 7063 6628 6061 70 260 SHEET 3 OF 5 12 7117 6843 6090 46 29 423 SHEET 4 OF 5 12 5344 5344 4278 SHEET 5 OF 5 8 5288 5288 4626 i5 PROJECT TOTALS 52 43551 32421 1000 27249 32303 31239 27971 118 44 1007 LOCATION CONCRETE CURB AND GUTTER SAWTOOTH CURB AND GUTTER CONCRETE INTERSECTIONS CONCRETE ALLEYS 4" CONCRETE SIDEWALK CURB RAMPS EXCAVATION (PLAYA LAKE) OVER EXCAVATION LF LF SY SY SY SY CY CY SHEET 1 OF 5 992 70 665 34 SHEET 2 OF 5 1067 30 305 175 757 41 SHEET 3 OF 5 717 35 486 68 412 29 SHEET 4 OF 5 SHEET 5 OF 5 PROJECT TOTALS 2776 135 791 263 1834 104 32421 1000 LOCATION REMOVING CONIC (R [PRAP) REMOVING CON (SIDEWALKS) REMOVING STAB BASE REMOVING PAV (12„) REMOVE SM RD SN SUP�AM ABANDON AND CAP EXISTING WELLS SY SY SY EA EA SHEET tOF 3 89 112 141 2 2 SHEET 2 OF 3 i SHEET 3 OF 3 2792 1 PROJECT TOTALS 89 112 2933 3 3 LOCATION SOIL RETENTION BLANKETS (CL )) tTY D) 5" CONCRETE CHANNEL SY CY STA t50.30 TO STA 163.34 -6340 881 STA 164•i8 TO STA 167.70 -280 39 PROJECT TOTALS -6620 920 PAVEMENT MARKING SUMMARY 116 1 wKA REFL PAV REFL PAV MRK RE PM W/RET RE PM W/RET RE PM W/RET RE PM W/RET ¢ � 5 TY TY 8 TTO� g 9 ye Y s SIGN SUMMARY SIGNAL CONDUIT SUMMARY i n x � w U� o WW �_ �O z � SMALL SIGN SUMMARY Q a�u O 04 g: 2 F rn Z �U) S 9 a d * + g 3 IN 8 6 12 SHEET 20F3 LOCATION MRK TY I (W)8"(SL D) (100MIU TY I (W)12"(SL D) (t00M[U REO TY I (W)4"(BRK) (i OOMfU REO TY [ (W)4"(SLD) tt00MIU REO TY [ fY>4"(BRK) (t00MIU REO TY I fY)4"(SL D) (100MIU PREFAB PAV MRK (W)(24"B(SL D) PREFAB PAV MRK (W)(ARROW) PREFAB PAV MRK tY)(24"B(SLD) REFL PAV MRKR TY I-C REFL PAV MRKR TY II -A -A TRAFFIC BUTTON TY W LF LF LF LF LF LF LF EA LF EA EA EA SHEET i OF 3 1199 535 40 1864 480 3704 104 7 58 136 22 SHEET 2 OF 3 4111 300 5050 51 106 220 IN SM RD SN IN SM RD SN INSTL RDSD CONDT (PVC) GROUND BOX TY 2 � a a FRP •FIBERGLASS ^_ UA UNIVER-GONG m m TWT •THIN -WALL o o UB UNIVER-BOLT ti s SIGN TEXT SIGN DIMENS10N5 IOBWG 10 BWC MOUNTING WA WEDGE -GONG z -. m m 580 + SCH 80 � �'y SA • SLIP -GONG DESIGNATION < o a a o 540 SCH 40 SB SLIP -BOLT STOP 48" x 48" X IOBWG 1 SA T STOP (WITH BEACONS) 36" x 36" % 540 t P SPEED LIMIT (50) 30" x 36" X fOBWC t SA P t SA P RIGHT LANE MUST TURN RIGHT 36" x 36" X tOBWG t SA P CENTER LANE (TWLTL ARROWS) ONLY 24" x 36" X IOBWG i SA P STOP 36" x 36" X IOBWG t SA P SPEED LIMIT (50) 30" x 36" X 108WG t SA P CENTER LANE (TWLTL ARROWS) ONLY 24" x 36" X 108WG t SA P STOP 36" x 36" % IOBWG i SA p SPEED LIMIT (50) 30" x 36" X IOBWG i SA P RIGHT LANE MUST TURN RIGHT 36" x 36" X 10BWG i SA P AHEAD 36" x 12" X P SPEED LIMIT (50) 30" x 36" X IOBWG t SA P RIGHT LANE MUST TURN RIGHT 36" x 36" X IOBWG i SA P RIGHT LANE MUST TURN RIGHT tOBWG 1 SA P DRAINAGE SUMMARY LOCATION -PLOWABLE BACKF ILL CONC BOX CULV (3 FT X 3 FT) (EQUALIZER) CONC BOX CULV (4 FT X 4 FT) (QUINCY) CONC BOX CULV (5 FT X 2 FT) (ROCHESTER) SET (TY I) (S. 3 FT) (HW•4 FT) (6: 1) (CROSS) SET (TY I) (S• 4 FTl (3: U(HW6 FT) (PARALLEL) SET ! (TY I)4 (S- 5 FT((HWFT) 3: U (PARALLEL) CY LF LF LF EA EA EA CULVERT LAYOUT 1 OF 3 67 198 6 CULVERT LAYOUT 2 OF 3 204 460 8 CULVERT LAYOUT 3 OF 3 68 270 6 PROJECT TOTALS 339 270 460 198 6 8 6 EROSION CONTROL SUMMARY O=� W + FOR CONTRACTOR INFORMATION ONLY CKILL IS SUBSIDIARBA TOFCONSTRUCT IONDOFEBOXCLVERTS. L ¢ 5 y >Jid A 398 y�y g8 � LOCATION TOPSOIL (4") CELL FBR MLCH SEED (PERM)(URBAN) (SANDY) DRILL SEEDING (TEMP) (WARM) SOIL RETENTION BLANKETS (CL 1) (TY D) ROCK FILTER DAMS (INSTALL) (TY 2) ROCK FILTER DAMS (REMOVE) CONSTRUCTION EXITS (INSTALL) (TY 1) CONSTRUCTION EXITS (REMOVE) TEMP SEDMT CONT FENCE (INSTALL) TEMP SEDMT CONT FENCE (REMOVE) SY SY SY SY LF LF SY SY LF LF SHEET IOF 3 9672 11759 11759 6340 200 200 100 100 SHEET 2 OF 3 5300 17985 17985 280 250 250 100 100 3260 3260 SHEET 3 OF 3 2279 4391 4391 100 100 1670 1670 PROJECT TOTALS 17251 34135 34135 6620 450 450 300 300 4930 4930 WATERLINE SUMMARY 4 LOCATION 16" C-900 DR-18 PVC WATER PIPE 12" C-900 DR-18 PVC WATER PIPE 10" C-900 DR-18 PVC WATER PIPE 8" C-900 DR-18 PVC WATER PIPE 6" C-900 DR-18 PVC WATER PIPE 16" GATE VALVE AND VAULT 12" GATE VALVE AND VAULT 10" GATE VALVE AND VAULT 8" GATE VALVE AND VAULT 6" GATE VALVE AND VAULT DUCTILE IRON FITTINGS CONNECTION TO EXISTING WATER LINE FIRE HYDRANT ASSEMBLY TRENCH SAFETY REMOVAL OF EXIST WATERLINE LF LF LF LF LF EA EA EA EA EA TON EA EA EA LF SHEET I OF 7 150 1 150 SHEET 2 OF 7 446 0.5 1 446 446 SHEET 3 OF 7 500 108 1 0.5 1 608 500 SHEET 4 OF 7 500 151 1 2 0.5 2 651 500 SHEET 5 OF 7 500 172 1 1 0.5 2 1 672 500 SHEET 6 OF 7 500 103 103 1 I 0.5 2 1 706 500 SHEET 7 OF 7 107 64 1 1 0.5 1 171 67 PROJECT TOTALS 150 2553 1 64 211 426 1 3 1 1 2 4 3 1 9 2 3404 2513 w w ¢ �1 k wU= �iw O K7 O (L3 z0 �o IL {emu ui A a itz wg �(L m Tn p Q z < iy =) Tn xIdditd 13 Oug1I C Qs9l 0�-.-.-�too 200 L /o/�1 � q� WHEN WORKING ADJACENT TO UPLAND I — — J I— < I I— m I J �_ — a — — USE TXDOT STANDARD TCP(2-2)-12 w w _ _ r r > a OR TCP(I-1)-12 AS NEEDED. WHEN a —� _ I s a2 USING TCP(2-2)-12 A FLAGGER SHALL I — I ( -- z —I —, —I — -I >- I E=0 o BE PRESENT TO DIRECT EB 98TH STREET o c� a TRAFFIC APPROACHING UPLAND AVENUE. I I I r—� I�—��—��lO O i! 4 4 I4 .I� il"J \I�� N 4I4 ROW [: ., „„ : V ✓G .I F §f" '. N � ,="M, ..Y 3wY ,... r Y'... ,,,1 ;:; ..✓".m .r, S ✓„ Gn ,.� r 7 fi, r •..,,, t",✓ „ ,t' /, .( ..... d- ,. c.,✓ , r2. %, .a L 3 §,. 1. r... ui t. N, r? 7 -Y r, r n ..,. fi4 .. '^.3 ,b„ (Y s.. N i' f h. r- f.. ✓, M, r9n „i ,. > � ., r. „✓ ,. Si' 1 f K,. r f ... / x.. ✓"' ry. a w" f f... kSS., � h. a„?;f n ✓ k s s � r I a f� �. ,� k p, ,'r,, � '� �,� ,. � . ,, � �" a rr v TH TR r ., -,sr _ r r� .. � �r n . �t f a �r✓T < / „� � O � r.», � i � ����i;i'f"✓"w,S �/'t', ..,.�r ,.��,�,.<,�;�,. .a,'',x �:, ,r„ ,Z„1'�9B S EE �, ` ,..,, ,,,� - „� ,t,,. ,M x. „F .,.r',J:. „�r�✓, r'o�,�, ,�! ,P; t „. �'`.✓,.�i "•�", �', .-vf "�P(z�/A' t �.Y`d ,.+� -t -k ......, ._.a._-r.. '+:.� �t ig �+✓at r'�s:Ld ROW y It EM U Al STA 147.17.51 BEGIN PROJECT 2-1-17 N � � N I• �,":I zW 4 i x 1 �' .I..•I a? -C) FOR TRAFFIC CONTROL PLAN n0'1 SEE TRAFF ICAT MI CONTROL PLANLWAUKEE K SHEET02 v �Y �ern m:. �Irr3 r r s!"r „x ;��', a•, &�,,.,;. ��..,;4vr. '"7'4}�+s.f..., . o.. ;+s nr x.rrs�,y;.,.y ., z ... rrl,—: 'a "' �i n 't��'"'`�' .x's.Ir.%+.� r x;r�"�•,--'� �'. /,B+e..k�Se-T' R. EE..,.T ..t 'YW','^:.Yr a fx , tea,✓. . 4 YI FW- ROW W TH a w aG •� w I � -------------- Y U F.• STA it. 57 �r • . , . > Q ENDD PPROJOJECT • IL ; ~ O O O O O NOTES: 4 2 ROAD CONTRACTOR SHALL COORDINATE WITH THE CITY SOLID WASTE 'H ITI DEPARTMENT DURING ALLEY RETURN CONSTRUCTION. � Iy � CLOSED ROAD 2 ,I, RII-2 CLOSED CONTRACTOR SHALL OBTAIN BARRICADE PERMIT FROM THE .•(I••. ;I iz R3-1 R3-2 R3-27 4B" X 30" AHEAD CITY OF LUBBOCK TRAFFIC ENGINEERING DEPARTMENT 68 (24"x24") (24"x24") (24"x24") ••IG•• :I CONTRACTOR SHALL COORDINATE WITH FIRE, EMS, AND POLICE. I: a s LEGEND 36 IYXD 3B" THERE WILL BE NO ADDITIONAL COMPENSATION FOR TRAFFIC CONTROL DEVICES/SIGNS. s A TYPE III BARRICADE 3 E $ ® ASPHALT PAVEMENT j5 C—� CONCRETE PAVEMENT/SDWK 14 P+- r"— CONCRETE RIPRAP ;dI SHEET 1 OF 2 I CHANNELIZING DEVICES I; I; I; W W J STA 198 •50. 57 END PROJECT j 0 SO 100 I I I I I I I I II J � II BDD' i I---J----j--- 500' -R---�-_-- __-i-- /J�`,"'�' •• 98TH STREET S ,::................... ------ — -- :_;I•------'��- -I I�------------ ROW ..{« CHANNELIZING DEVICES CHANNELIZING DEVICES 0i is ,I F01 ® FT CLOSED ROAD �► 0 1 ; I• : I RI 1-2 CLOSED OILY OILY R3-1 R3-2 R3-27 48" x 30• AHEAD R3-SLR -�� • (24"x24") : I (24"x24") (24"x24") CW20-3 36" x 36" (36'x30") LEGEND I TYPE III BARRICADE IMMEMM ASPHALT PAVEMENT O CONCRETE PAVEMENT/SDWK ! CONCRETE RIPRAP O2E 0 �aIg 11 �1 J 0 EC H � g Ua 1I:IEI3.I1Id 15 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typicol examples for placement of temporary traffic control devices, construction povement 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 contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the adjacent project is completed first, the Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show appropriate work zone distance. 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets ore examples. As necessary, the Engineer will determine the most oppropriate 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 Detoil G20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. However, the TRAFFIC FINES DOUBLE sign will not be required on projects consisting solely of mobile operation work, such as striping or milling edgeline rumble strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be porked away from travel loves. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as opproved by the Engineer. WORKER SAFETY APPAREL NOTES: 1. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apperel 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. 4.9• 19.7• 6' 265' 4.9" R•.41' _ Coon, FLUORESCENT R.,3. YELLOW BACKGROUND -STAY ALJR-_ BLACK R•1. 1' BORDER AIM LEGEND _ R•. 79' - ORANGE FLUORESCENT—BACKGROUR•. TS' ND BLACK LEGENDWNI TE BORDER AND SYMBOL 1.25"BLACKWNITE O O TALK OR TEXT- 20• 20- 20' OO O 12- 2.8�2. 8' 1�y.B" 14.6• 3. 5• O O CD 60 O O 3.0" Ror, adi^ 1. Z5• Bder, 0.75• Indent, Black w Yel Ivry (STAY ALERT] F-t. D 3.0' Rodi^ 1. 25• Border, 0.75• ]Mont, Black w OronOel (TALK OR TEXT LATER] FW13 C epmIfied length; L 6e'. 67•L6B'. 67't. 6B' - .31• 7• 6.39" 1• .31• 8. 38, 9• SIGN DETAIL (G20-10T) Only pre -qualified products shall be used. The "Compliant Work Zone Traffic Control Devices List" (CWZTCD) describes pre-quolified 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 http://www.b(dotgov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS 1 OF 1 71t+N DeprtrmuW of 7MaporO SM BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS I BC(1)-14 1 i 7 TYPICAL LOCATION OF CROSSROAD SIGNS ROAD WORK d Kxt X YILES C204 �END� an IOptiol KXi X YILES O SAW Note Gib-laT ROAD WDRK AHEAD CW20-10 i and 4) 4:1, CROSSR040XXX . F F F� ROAD f(OAO WORX WORK d KXI X YILES AHEAD KXi X YRES o END Q CN20.10 G20.1 ai (Opt tone) G20-2 ROAD WOR% see Note t and 4 ) QMay be un moted an back of "ROAD WORK AHEAD"(CW20-I0) sign with ODPrOvol of Engineer. (See note 2 below) 1. The typical minimum signing an o croeerooa approacn Should be o "ROAD WORK AHEAD" (CW20-1D),ign and a (G20.2) "ENO ROAD WORK" Sign, unless rated otherwise in plane. 2. the Engineer may Leal the ucreduced size 36" x 36" ROAD WORK AHEAD (CW20-ID) sign masted bock to bock with the reduced size 36" x 18" "END ROAD WORK"(G20-2) sign an low volume crossroads (see Note / under 'Typical Construction Warning Sign Size and Spacirg"1. See the "Sta lord Highway Sign Designs for Texas" 1141uo1 far sign oetail,. the Engineer may unit the advance warning signs on law volute oaceraods. The Engineer will determine Whether o road to low volume. This information shall be shown (n the plans. 3., Based an existing field conditions, the Engineer/Inspector may require acd(fionol sign, Such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs ore required, thews signs will on be considered part of the minimrequirements. The Engineer/inspector Will determine the oraper location and Spacing of any sign rot shown on the Ban C Sheets, Traffic Control Plan sheets an the Work zone Standard Sheets. 4. The "ROAD WORK NEXT X YILES"(G20•Iail Sign shall be required of high volume croseroode to advise moteriS:a Of the length of construction in either direction from the intersection. The Engineer will as "Ine whether a roadmoy IS considered high volume. 5. Add( }tonal traffic control devices may be shown elsewhere in the plane for higher vole a crossroads. 6. When work occurs in the intersection area, appropriate traffic control oevice,, as at— elsewhere in , the plane or as oetenninee by the Engineer/Inspector, shall be in place. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS T-INTERSECTION ROAD WORE ROAD YORE G20-IbTL d KXi % YILES KXT X YILES C1 G20-I bTR 1 �I a INTERSECTED I Black - city 1000'•1500' Nry ROADWAY _ x _ 1000 I500 Ilwy _ I Black - City _A NORK // 80' L " G20-5cP G20.W zONE in.. GN 1AAFFIC G20•ST KXi X ILES R20-5T R20-5T FIXES _ R20-5aTP o G20-fiT 1120-511`1 ENO ROAD WOmI 020-2 CSJ LIMITS AT T-INTERSECTION 1. The Engineer will determine the types and Imotion of any additional traffic control devices, I TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACINGLS" SIZE SPACING Posted Sign A Speed Spacing X. Feet MPH (APprx.) 30 120 35 160 40 240 45 320 50 400 55 5002 60 6002 6S 7002 70 8002 7S 9002 80 10002 Such as a flogger and accompanying signs, Or Other signs, that shOuld be used when work i5 W W being performed of or hear on intersection. 2. If construction closes the road at O T-intersection the Contractor shall place the "CONTRACTOR m For typical sign Spacings On divided highways, expressways and freeways, NAME"(G20-6T) sign behind the Type 3 Barricades for the road closure (awe 5C(10) oleo). Am Part 6 of the Texas Manual an Uniform Traffic Control Devices" The "ROAD WORK NEXT X MILES" left arrow(G20-IbTL) and "ROAD WORK NEXT X MILES" right arrow (TMUTCD) typical applicatlan diagram or TCP Standard Sheets. (G20-IbTR)" signs shall be replaced by the detour signing Called for in the DI are. M' . ' t f k t f' t A War t the SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS C20.9TP ** BEGIN WORT ZZONEROAD LIMIT IRMFIC WORK v v R20-STif * OFitts OUN.E nl-IL R4.1 PASS AHEAD /� /�ROAD (J 0riOtCal 3-iP CW20-ID *4ER2-I R20-SaTPifpRWORNCWI-IR aFE� AHEAD3X /Banrlcade an % % % X % X /.jam//JI // CV20-10 CW17•IP aha WlIlzina devices a ; 41 a a — W 41 SPACE &pion irg of ppeev ce(cei niZ1�CSJ Limit ENO NO•PASSING line inaed toerdirate FSLI'1� p2-13X * When extendea dietoncee occur hetween minimal Work spaces, the Engineer/Inspector Should encore additional PDAD WOR% With siT "ROAD WORK AHEAD'(CW20-1W We igns are Dl aced In advance of these work area. to remind drivers they we still G20-21f* location Within the project limits. See the applicable TCP Sheets for exact Iocoti on and spacing of signs and channnelizing devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS ROAD WORK 4E BECIN *if Gip -Si 20NE ❑ ROAD ** G20•ST Xt X YILES LIM[TD **R20-ST TFIKS FFIC STAY ALERT OBEY . SIGNS CLOSED RII.2 WORN _ *AWRH..ERAADKD.>%2 STATE LAW �CW1.6 Typo 7 C71 •IL MILE G20-6T sni[s *iER20.50P ALE 0-10 iF4FR2•i TALK DR G20•I0T R20-: Barricade a chowellzing xx w x CN13-IP CW20-IE devices X 1j. j , I a _ — CSJ �Dev�cel ,1 ing_17Limit b % FS1.EJE.SPACENpROAD (120-2 * Sign NU ConventionOi Rood Expressway/ Freewoy or Seeriries CW204 CW21 CW22 48" x 48" 48" X 48" CW23 CW25 CWI, CW2, CW7, CW8, 36" x 36" 48" x 48" CW9, CWIi, CW14 CW3, CW4, CWS, CW6, 48" ■ 4B" 48" x 48" CWB-3, CWIO, CW12 A mum die Once ran Wan ores o ire dvonce hinlo ai On heares Work area and/or distance between each additional sign. GENERAL NOTES 1. Special or larger size e(pns may be used ace necessary. 2. Distance between et one Should be increased ca required! to rove 1500 feet advance Warning. 3. Distance between signs Should be increased as required to have 1/2 mile or more acvance Warning. 4. 36" x 36" "ROAD WORK AHEAD" (CW20-ID)signs soy be used an low volume crossroads at the discretion of the Engineer. See rote 2 under "Typical OBEY LocotI, of Crossroad Siena". WARNING S._ 5. Only aide" enaped warning sign sizes ore indicot" STALE LAW !O.374f 4f 6. See sign Size listing in "TMUTW", Sion Appendix or the "Standard Highway Sign Designs for Texas" m nual for complete list of available sign design a END O AalK zalE C20.20T * If LEGEND Type 3 Barricade O O O Chorrelizing Devices i Sign See Typical Construction Warning Sign Size and X Spacing chart or the TMUTCO for sign spacing raquiremeni s. NOTES The Contractor Shall determine the appropriate distance to be placed On the G20-1 sec tee Signs and "BEGIN N04D WORK NEXT X MILES"(G20-5T)sign for each specific Drojeat. SHEET 2 OF 12 This distance Shall replace the "X" ono and II be ro— etl to the neorest whale mile with the approval of the Engineer. • 7refBo NO OecimalA sh011 be used. pli�DfNOfXXaM O The "BEGIN WORK ZONE"(G2o-9TP) and "END WORK ZONE" (G20-2bT) ,Tbres Depald—f of 7iensportetlon Stefxlehy shall be used as shown on the somple layout when advance :hall ore required outside the CSJ Limits. They inform the 'torlst of entering ar leaving a Dart of the mark zone BARRICADE AND CONSTRUCTION lying outside the CSJ Limits where traffic finale may double if workers are present' PROJECT LIMIT * * Required CSJ Limit signing. Sea Note 10 on BC(i). TRAFFIC FINES DOUBLE signs will not be required on projects consisting solely of mobile Operation. Work. p /� �7 Area for placement of "ROAD WORK AHEAD" (CW20-I D)sign B C ( 2 ) — 1 4 and other Signs Or devices OS called for on the Traffic ac-I /. tlpn m TxDOT a�Tx007 w, T%DDT c TxDOT Control Plan. iet TxDOT N a""2002 OContractor will install O regulatory Speed limit sign at wvaiwa the end Of the work Zone. 9-07 8.14 TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min, G ROAD ROAD R®�® minimm ROAD WORK CORK WORK Iron �ORa GNl4 AHEAD AHEAD y . 40�EAD aanD AHEAD 6 &R Y if iF XpH _ 7 a' m T.0' min. b a' 6' 9.0' max. b 6' or 7.0' min. n. 9.0' max. 6.0' m yeater 9.0' max. tp Wp Moulder Shoulder �� if When placing skid suDOmts on unlevel grand, the leg post lengths moat de adjusted so the sign appears straight and plum, Objects Shall NOT de placed under Skids oe ° Means of leveling. if if When plages we placed on du01-leg supports, they Should be attached to the upright nearest the travel lax. Supplemmha0l Dlagea (advisory pr distance) should not cover the Smfine of the parent sign. GENERAL NOTES FOR WORK ZONE SIGNS I. Contrxtar Molt inatau and maintain air, in a Straight Plum DIucondition and/or as directed by the Engineer. 2. Wtpden Sigh peete shall be pointed Mite. 3. Barricades Shall NOT be used as sign supports. 1. All signs shall be installed in opcprdahce with the plans or as directed by the Engineer. Signs snail be used to regulate, earn, and guide the traveling gbtic Safety through the York Zone. S. The Cwtrmtor may furnish either the sign design shown in the plane pr in the "Standard Higrmy Sign Designs far Texas" (SHSD). The Engineer/Inspector may rewire the Contractor to furnish other cork zone signs that are Shown in the TMUTCD but may have been omitted from the plons. Any variation in the Dlona Shall be Mw ented by Written agreement between the Engineer and the Contractor's Responsible Person. All charges must be documented in writing before being imlenente0. This can include downel the Changes in the Inspector'a TxDOT diary and having both the Inspector and Contractor initial had upon dote the agreed warges. 6. The ContrOCtpr shall furnish sign supports listed in the "Copliont Work Zone Traffic Control Device List" (CWZTCO). The Contractor shall install the sign support in accordance with the mmufacturer'9 readneendatiane. If there is ° question regarding instal lotion Procedures. the Contraator Shall furnish the Engineer a copy of the monuopS fturer'tnstol lotion recommendations 9° the Engineer can verl Ty the correct prmsou-es ore being followed. T. The Contractor to respmelble far installing signs an approved Sueports and replacing signs with doodgm or crocked Substrates ana/°r the Ent iraer/substrate. °dented ca marred reflective sheeting ing all directed back markings m be de ender mIY m she beck o1 the Sign substrate. The npxim" haigla of letters and/or eaeOanY logos used B. far Identification !he iontroctoatim &al l oc i inch. 9. The Cmirabtor Stull repinte daescea wadd poste. New or oanoQad wadd sign coea6 Shall not be Sol iced. DURATION OF yroRx (oe defined by the "Texoe Manual on Unf form Trollio Control Dev lees" Pare 6) i. The types of sign supports, sign mmunt lug ne lent, the size or signs, and aha trce of sign Subbaro0ea con vary Dosed an the type or cork deirg performed. The Engineer is responsible far selecting the appropriate size sign for the type of cork being performed. The Cmirnttar m8 responsible far anBminQ the sigh support, sign marl}ifg height and SlIDBarp}a meeae manufacalrer'S readmesshdOtimB in regard to croshworthlness and aratim Of work rewireman a. 0. Lm0.0erm Stationary • wok that occuoles a location more than 3 days. D. Intmmed Tote -term stotionary - work that occupies a location we than one daylight period up to 7 days, w nighttime York losting mare than one hour. a. Slant -term Stationary ' daytime work that occupies a Iocotim far more than I hour in a Single daylight Period. 0. Snort, Qrotlan - wok that occupies a locution up to 1 hour. e. Mobile - wok that Moves continuously pr intermittently (stopping far up to OPproxisately 15 minutes.) SIGN tAOUNTING HEIGHT I. The bottom of Long-0ernv lntenhesal ate -term Stems Malt de as lecea 7 feet, Out rot more arhan 9 feet, move the paved 9urinte, except Supper} ATTACHMENT FOR SIGN SUPPORTS AttoChnent to wooden supports &all not jV4jy .. WiI I be by b01 as as nuts pro rude as Shan far supplenento) plaques moulted below other signs. 2. ins bottan of Short-term/Shwt Duration Signs &ail de a minima of 1 foot move the covenant Surface Out n0 mere than 2 feet move ,:L lh, ll l t above Sign or scree. Use TxDOT's an }he grovel. nmanufacturer'a recommended if 3. Org•term/IntermediMe-term Signs may be used in lieu of Snort-term/Snort oration St 1 procedures for attochning sign 4. Short-term/Shart gratin Signs Mali be used only oaring daylight da Mall be removed at the and of the workday or raised to substrates to other types of aparopriate Lag•terMlnte-medtote sigh hataut. sign Supports �i 1i� I imb� Support 5, Regu l°tory signs shall be mounted atleast 7 feet, Out not more than 9 fast, above the paved Srface regardless of York duration. SIZE OF SIGNS is D D ROAD ���� i. The Cmarabtor Mal l furnish the Sign BIZee Mown m BC (2) unless Oalleryide shhoem in the plans or as directed DY the Engineer. [:rot 1 4 ft ` m°te"°e move Sign I I rl SIGN SUBSTRATES w O Ifo I I Nails shall NOT MORY, 1. The Cmirator dual I mauve the sign substrate is installed in accordance With the manuf°c}urer'9 rec°mmlmOatione 7m the tyce Of Sign I I I I q I I jL3� ry I be allowed. auppara that IS being uee0. The CWZTCO Mete each substrate that am De used m one different types and models of Sign prppora6. 2. Yasn' type noteriala ore NOT an copra" Sian amsarate, regaralese Of the tigharMes Of the weave. 3. All wooden indiviaai sigh paddle fabricated from 2 pr more PiWas shall have one or more plywood cleat, 1/2' thick by 6" wide, ea a RT. IQWISWL! Each sign �hw gipzw;• toI 90eled to the back of the sigh pro extending fully across }he aion. The cleat &ail de O00arhBd 00 iha NaClu of the sigh uatnp wadd Sigh SupDOrte Mall shoe I be attached screws that ab not Penetrate the face of the sign Panel. The screws shot W placed m both Bided oT }ha BDIide and spabec O} 6" extend mare than directly t0 the sign pentere. ap The Engineer may prove other methods of splicing the sigh face. t/2 Say W the support t. Multi Ie D REFLECTIVE SHEETING bock of the Sigh prostrate. signs shall not be 1. At I signs Shall be roteoreflecalve and constructed of sheeting Meeting ins prim and rotro•rellecaiv My rewmm trehas of DA5-8300 for rigia signs or NS•8310 for rol 1-up signs. the web address for DNS specifications to Mown an BC(I). FRONT ELEVATION joined Or spliced by 2. White Meeting, meeting the rewiremnte of DINS-8300 Type A, MunO Shall be used far sighs with a White Deckgro. Wood, metal or (deans• WOOQ Y 3. Oringe meeting, meeting the rewiremmte of DMS-8300 Type BFL W Type CFL, Shall be used for rigid signs with or backgronde. Fiber Reinforced Piostic supports shall riot be SIGNLETTERS 1. All sigh letters and niters sail be clew, and open rounded type uppercase alphabet letters as approved by the Federal High.0y SDI icing embedded perforated aware metal tubing in omen to extend post extended or repoired Aominletrotion (FHNA) and are pull Shed in the 'Stadwo Higrmy Sigh Design far Texas" Manual. Sipe, letters and rummers Mall be of height Sinn only De of lowed Wthenh the SDl ice le made ueirg four bolter two firer class work ship in opCwdaoe with Deparhesnt Saohaards and Specifications. move and two below the spice paint. SDI ice moat de located entirely behind SIDE ELEVATION by splicing Of REMOVING OR COVERING the sign substrote, not new the Pose of the support. Splice insert lengths Wood other fOeans. I. When sign messoges may be wfuslrg or do net Opp ly, the signs shot be removed or Completely covered. Should be at twat 5 times nominal poet size, centered an the Splice and 2. Long-term Stationary or internediote scat i wary sighs inetol led on aware metal tubing nay de turned away from traffic 90 degrees even Of at least the same gouge material. the Sign message is hat applicable. This teCllnlwe Say not be used far sighs instal led in the nedion Of divided nigrMYS W near my intersections where the sigh may de seen from approaching traffic. 3. Signsinstal led an wooden skids Nall not be turned at 90 degree angles to the roadway. These signs should be reovea orcowaletely STOP/SLOW PADDLES CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS covered when not rewired. 1, STOP/SLOW Doodles are the prime Method to Control traffic Y WITHIN THE PROJECT LIMITS 4. When signs we covered, the moterlal used shall 1b Maws, Such 03 heavy mil black Plastic, or other materials Whim wI II cover the entire sigh face and maintain their opows properties urger waampbile headlights at night, without damaging the sigh Mooting. by flappers, The STOP/SLOW paddle S1Ze Should be 24" x 24" S. Mall NOT Da deed to cover are deist iba pelt. i. Penmmana Signs are used to give matte of traffic Iowa or regal of lore. call otgsh. Duct aahestot moteriot NOT es affixed ° Stan face. 6. Duct tape pr 2. When used at night, the STOP/SLOW pdddle &ail De o00anaim 0a cohaltime tn0a we co}antfal I haZarOwe to troff is operatime. Ball ed T. Sighs m0 rrrTho) 9aIb8 shall bar removed and hales Narkfi lien upon earyle}im of cum k. `w S retrwaftedtorized. shave rate designations, destinations, directions, distances, Services, points SIGN SUPPORT WEIGHTS 3. STOP/SLOW paddles nay de attached to 0 Staff with a minim" of interest, and Other gentrophical, recreational, ar wituro) infarndalon. 1. Share sigh suoporae rewire the use of weights to keep from turning over, length of 6' to the bottom of the Sign 4, Any lights tsar incorporated into the STOP pr SLOW paddle faces Drivers proceeding through 0 wok Zme need the Saes, if not better rwte guidance as normally instal tea on o roodwoy without construct lan. the we of -XIM95 with are, coneaimle66 Sand Should be used. SHEET 4 OF 12 M011 only pe g9 eperlficallY deSCrtpeo in $ec}ton 6E.03 Hod Si in the TMITCD, 2. When minswe it regulatory pr Warning signs conflict with work Zee ca klitimsr 2 The be tied shut }0 keep the Sod from SDi l ling and 00 W BohmaQB constant offt mai weigh}. Timoo in 0 ete, gholing Devices remove m cover the pmeanBnt signs mail the perHmmhenh} sign message IlatalB9 , !ran, 3. Rack, concrete, iron, Steel or other Solid objects shall not pe permitted ODIMsIon the -dwciy canal it; - for use as sign support weights. , Texas Department p/ihedHporteHon StaPolnd 10" i 10" 9" BKs 3. When existing per -ant signs we mmoved and relocated de to construction wreMa, they Mali de visiblel to ed on Ste at ail times. q• If ex tat ing eight we t0 pe relocated m }heir original supports, they &ail de 4• Sandbags should eetgh ° minimr of 75 IDS and ° maxim" up 50 Ids. 5. Sanmage shahl pe mn008 of o curable mbes)is that tame neon vaniwtor impact, Rubber 19uth as fire toner 0udee1 &all NOT be used. ins aallec m arashworahy bases as Moen an the SAID Standard Meets. The Signs 6. Rubber Doti°eta designed far channel lung devices Marla not se used for BARRICADE AND CONSTRUCTION 1I I1,I �F �FStandenda. shahs meet the raw fired mxnting heights shown an the BC Sheets w the SMD islewok should be poi° far under the appropriate goy item far ballast an portable sign Supports. Sign Supports deaigea as manufacture° ith rubber WNS army De used .nen Mown on the CNZTCD stet. TEMPORARY SIGN NOTES Zq"zq• relacOfing ex iaf isp ai 7, 5mmage Matt only be m laid MaOgee aI qN, to t1 "Comment Sighs are to be removed and reloorts athe eets andJsh no ende ourda levofiM5. traffic controlrope, °evict and not bar steners. ODave rgMo level arIleCmarxtorNallWarar0shw0r}ny or t Supper}e as Bhawn m the BC ehaBae or the asea own a BC S signs &alI Meetthe rewired Montinlg heights Mown m the call hm+m0 Yi}h rope, Wire, chains or other fee0eneee. $ohmage Shan I de DlaCecOI2TCD.The along the length o! the Skids to weigh down the sigh Support• he BCSheets pr the SMD S}mdora5 during construction. This work Should be pot° 8. sohabaga shall NOT>eDloce° under the skid as Mall not be used to levelg� q�_ q S" far under the fate DOy item Tar relocating existing signs. sign Supports placed an 9l opes. 6. Any sign pr traffic Control device that is Struck or dummooed by the Conareetpr FLAGS ON SIGNS U. De•14.°rym - TxDOT -TOOT Mon T%DOi a.Tx00T 24" 24" w his/her construction ewipment shall be reploeea as soon as Possible by the 1. may de used to are on to warning signs. Wren flea ins /top ©TxDOT November saw- Contrmtpr to ensure proper guidance for the =twists. This Yi I I de Subsidiary Sz002 shot I or for shah I be inches same or larger and Mall be merge or owtiont .axon 1 tracer • Wht•w L.�ulmS i eorow� emsx to Item 502. red -orange in color. nape Mall not be of brad to cover ony portion of 9.07 B•t4smen ens* smrtsr ro. a y the sigh face. 7-13 w...." u�� L„� ��.,:� .. � m. ,>E3 .ate � �,a � ..� aw..•.���" a.�a �. , .,� _..� � _ _� - _J _. , 77 , MoximFn Maximm 4x4 i2 ea. ft. a1n, sign face 21 so. ft. or sign face wood past 2+s 2T" / II Y � II n n II II II I I I i 4.4 I wood 4.4 11 J poet 72- black See BC(4) T� 4.4 rood met far Big) 70' 24" 2x4 x 40' BC (41 ul,eig equirement tz6 15ee a If, woe f gnt roqu(rement _I -'1 Front I_ 40' 3�'" 6. Frohm Side q. SKID MOUNTED WOOD SIGN SUPPORTS Kai black Stan I 24' 2x6 Sign Poet 2x6 2.6 4�e 60' Ix4 i black Length are skids may 48" be incre— far minim.e odd,tionoI stability. Too brace 3/8' Dal to r/rxhts r 3/8' + 7 I/2' Imin.l lap 9areV8 i Sign Post M In ( r eCtD ll' Poet 4x4 black OPTION I OPTION 2 OPTION 7 (Direct E11Dednent) (Anchor S" (Anchor Stub op Reinforcing Sleeve)) WING 'HA-NE- LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ 9 "' ft, r less- to- ezfruded fhirmall Plastic sign only 12 3/4' x 1 3/4' x II foot goaces /DO NOT SPLICE) 1 3/4' p01V. rend .I In,Idle' or 7/4' x 1 3/4" square tubing Uprightnuaf telesaopa to 7 raVtoe 7' Iel Ohl above MY~41" I -. Din needed togle needed to � 36' Notch sideslope 2.5' Welds to etart on oppOslfe sides going in opposite direct tons. NMI" -to do rat 48' -2' z 2' + '. back fill puddle. 12 p0. weld upright weld vela stria here 2" Mre sere ere weld 5 SINGLE LEG BASE Side Vier '.. SKID MOUNTED PE 16 so. ft. r less of ony rigid sign wbefrate listed in section J. 2. al of the CNZTCD, exeeDf 5/8' plywood. 1/2• Dl ywood I. allowed. �0 3/8" x 7' gr. 5 bolt (2 per aupprt) lotntng sign panel and support. NJ _ 13/4"x1314 •x i29" (hole t0 hole) 12 go. 9upprt tele6c;ea into sleeve 1 314 " x 1 3/4 " x 52" (hole to hole) 12 ga. spare perforated tubing"oerf�oleov _-_-_ - 1 3/4 • (hale to holoerrrofedtubingIs /8' k 4-1/2 r.BOLT (TYP.) \ _--- _ PERFORATED SQUARE METAL TUBING t%;l%ce anchor GROUND MOUNTED SIGN SUPPORTS Refer to tux CNZTCD and the worufacturer's installation procedure for each type sign support. The maninlln sign spare footage shots adsere to the mmafacturer's recowleaotion. Two Poet installations can be used far larger signs. 11/2" WEDGE ANCHORS Did. (typl Both steel ono plastic Wedge An chor Systems as shownr O the SMD StOw"d Sheets may be used as tellprry 1r to 10 feet 4" ti sign supports signs up square of sign face. They may be set in concrete r ,n sturdy sal i6 if approved by the Engineer. (See rep address 1r 6" 18" 'Traffic Engineering Stands Sheets' on BC(U). OTHER DESIGNS p 4' MORE DETAILS OF APPROVED LONG/INTERMEDIATE Otracelon of Traffic AN O SNORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BCTt) FOR WEBSt TE LOCATION. GENERAL NOTES 1. Not is may be used in the asse101y o1 wooden sign supports, but 318" Dolts with rats or"'" x 3 "" l ap'crer' met be used on every Joint lr final cawection. 2. No mere than 2 sign poet, eholi be Placed within a 7 ft. circle, ezcspt far,Decific molt Tale notes an the CNZTCD List. I 3. When Project is coWleted, all sign supports and WOOD POST SYSTEM FOR GROUND foudate mall be renoved from the Project site. MOUNTED SIGN SUPPORTS This wilianl be all masidiry to Item 502. Nominal Post Size NunOef o1 Pasts Wximm I Sp feet o1 Sign Face Minilmm Soil EmDedent I or; l lea 1WIe(3) Required 4 w 4 I it 36" NO 4 x 4 2 1 21 76' NO 4 x 6 i 27 ]6" YES 4 x 6 2 ]6 36. TES N n 0 1 314 " z 1 3/4 x 129. 0 7/16" (hole to no el 2 ga. square per/r.led tubing upright 2" z 2• x 59" (hole to hotel 12 ga perforated tubing skid_ L 32' I RFORATED SQUARE STEEL TUBING SIGN SUPPORTS ❑ See BC(4) 1r definition o1 "Work Duration.' Wood sign post, MUST be ore piece. Splicing will NOT be allowed. Poets shall be painted white, 03/8 " % 3' gn 5 Dolt farSee the CWZTCD fthe type of sign substrate that can be used far each approved sign support. SHEET 5 OF 12 - • Azv+/ ,7bx8e Department of 7haneporta17on TYNffle DE Sfendand BARRICADE AND CONSTRUCTION `Comletely welded round tubig TYPICAL SIGN SUPPORT (hole to hale) 12 ga. square perfroted BC (5) —1 4 Tubing Sleeve reloea to skid x-14.oW� om r%oar ae,T%Dom OT rxoo7 r.,r%DOT QTX.T Noveaer 2002 cu* ucr ecv0)ams 9-07 B-14 olu 7.13 TYPE 3 BARRICADES 1. Refer to the Co101imt work Zone Traffic Control Devices List (CIIZTCO) far detail. of the Type 3 Bgrricodes and a list of all materials used in the construction of Type 3 Barricades. 2. Type 3 Barr l codes shall be used at each end of construction projects c109ec to all traffic. 3. BcrricOdes extending across a roadway Should have stripes that slope dwwgrd in the direction twat! which traffic must turn in O~irg. New both right and left turns are provided, the chevron striping may slope cawnwcro in both direction. from the center of the barricade. Where n, turns are provided at a closed road striping should slop! dow -d in both directions toward the center of rocoway. 4. striping of rails, for the right Alas of the roadway, Shaul to elope dornrgr0 t0 }he left. For the left side of the roadway, striping Should Slope aMRw'Or0 to the right. 5. Identification workings may be shewh only on the back of the barricade roils. The max imp height of letters and/or caidany logos used far identification shoil be 1". 6. Barr i codas Shan not be pi Wed parallel to traffic unless an OOeauote clew zone is provided. T. warning lights spa I NOT be instalied an Darr icWes. It.where barricades require the use of weto keep from turning over, the use of eandbag5 with dry, cohesiWtess !ob Is recommended. The wi Sandbags ll be tied shut to keep the sane Mail spilling ato maintain a constant -lot. Sane Dope Shod not De Stocked in a earner that COYers any port ion Of o barricade roils reflective sheeting. Rock, concrete, iron, steel gr other soh is objects will NOT be permitted. Sandbags Should nigh a minimm of 35 We and a maxilwzm of 50 Ice. Sandbags Shall be monde of a durable material that tears upon vehicular impact. Rubber Isach as tire inner tubes) Snell rot be used far sandbag.. Sandbags shop only be placed along Or upon the Dose supports Of ion dev and shall not be wsDendea move grand level Or hug with rope, wire, Ohains gr other fasteners. 9. Sheeting far bwricodee 0.1 De retryflective Type A conforming en to Departmtal Material Specification ;Z300 unless otherwise noted. Barricades shull NOT be used as a sign support. Each roadway or o �� divided highway mall be h,wc --�- panricoded in the sane manner. ROAD demon 7. where positive red rectiorlai Rif•2 CLOSED nn c20.6i J,-,;' Woaoil ty sprovided, awns may be dill ttea. 111-IOl ® 2. Plastic construction fencing _�- My be used with drum far safety as required in the plane. � / \ J. Vertical Panels an flexible support j �� I w• / TYDicol M be substituted far drum when the Shoulder width iS less than 4 feet. Ph06}iC Dfun 1. when the shoulder width is greater 3y J i than 12 feet, steady -burn iigms I PERSPECTIVE VIEW may be emitted if or" ore used. So teat //�� were tl'uro 5. Bruno must extend the length one net required o/ the culvert widening. on one-woY roadwy PERSPECTIVE VIEW Detour \ Roadway ® LEGEND yy ® Plastid drum The three rolls an Type J Donricodes T ® Pla %anStIC Oran with steady burn light MII be reflectorized grge and 10, p y ® W ye l iw warning reflector reflective white stripes an one Side 9 L facing one-way traffic and path Bides ITI M M IT1 steady for two-way traffic. -i I��J or yell. Warning reflector Barricade striping ShlOuld Slant ,0 downward in the direction of detour. b (nlarecse number of Dl set is Drum an the 1. Signs should be mounted an Independent subparts at .17 fact ////////'••de of aporoacn ing traffic if }he or wanting height in center of roadway. The sighs arm d be 0 8' max, length Type 3 Barricades .E width makes t rROSSsgry. (minimum Of 2 mini" of 10 feet behind Type 3 Barricmes. w g � ono ono%imp of 1 druro) 2. Advooe signing Shall be as specified elsewhere in the Diane. PLAN VIEW PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS Minimum B" wlath of Mmindl RSfneetinpCONES 13� min. orange TYPICAL STRIPING DETAIL FOR BARRICADE RAIL min. min. white 1' min„ 8'max. min^ min.min. orange min. n. 3"-4" 2"ax. in. white 6' min. 3" min. 42' 2" to 6" 2" min. tin 4' min. S161 " min. stiffener 2B" 2e" m Flat rail In. min. 3ftfferher my beInw;ft sh W ar oufelw of saDoorf, gut more roaStiff—M 2 etiflall al land an one OOrriaade. TYPICAL PANEL DETAIL Two -Piece cones One -Piece cones Tubular Marker FOR SKID OR POST TYPE BARRICADES 0,A11-hate Alternate Approx. Drum, vertical panels or 42' cores Approx. It T1 50' qj�of 10'-1- sawing so, Min. 2 Drone Min, 2 promo ar 1 iYOe ] or I Type 3 Garr icade ® ]TOCKP ILE aonrtaco° , On one-way roodsDesirable ❑ ❑ ❑ ❑ ❑ downstream drums stockpile location w pwricode may be is . Sid. Chonneltzing devices pa'allel to traffic omitted here clear zone, shalto be used when Stockpile is within 30' from travel lane. a TRAFFIC CONTROL FOR MATERIAL STOCKPILES 28" Cones shall have a minimum weight of 9 1/2 Ibs. 42" 2-piece cones shall have 0 minimum weight of 30 Ibs. including base. 1. Traffic cores ono tubular Mrkers Shall be predominantly oroge, one meet the height ao night requirements Shown move. 2. Oriece cones have the body one Dose of the cone molded in one c rSoliaated unit. Two-piece cones have a cam ahoped body one a separote rubber pose, or Doi lost, that is cade0 to keep the device upright and in place, 3. Two-Oieae cones may have 0 handle or loop extending up to 8" Wave the minimum net get sawn, in order to old in retrieving the device. 4. Canes W tubular Workers used at night ehall have Mite or white and orange reflective bets as ~ Move. The reflective boss Boll hove a Smooth, sealed alter surface and meet the requim-fits Of Depgrtlnentai Material Specification OMS-6300 Type A. 5. 28' canes and tubular mgrkers we asherol ly Suitable far short Motion and short-term stotionory work 06 defined an BC (1). These Should not be used far intermediate -term w long-term Ata}iohgrY wgrk Unless personnel I. on -Bite to maintain then in their pro"' upright position. 6. 42" two-D I— coreS, vertical poets gr drum we Suitable for at I work zone *rattans. T. Cones gr tubular Workers usec M each groject should be of the same size and Shape. THIS DEVICE SHALL NOT BE USED ON PROJECTS LET AFTER MARCH 2O14. 0 4" Ail 4. 14: 42. EDGELINE CHANNELIZER 1. This device is intended only far use in Dime of 0 vertical panel to ahannelize traffic by indicating the edge of the travel lore. it i5 not intehoea to be used in transitions w topers. 2. This device &all not be used to seDorate hones of traffic lopposing or otherwise) w earn of objects. 3. This device IS based an o 42 inch, two-piece caw with an at emote striping pattern four 4 inch retrorefiectin DmnOe, wi to an approximate 2 inch ODD between Dante. The calve of the band should correspond to the dolor of the elgelim (yellow tar left edgeline, white far right edgeiim) far which the device is substituted or far which it euDpl~:,$. The reflectwized Droe spit be retroreflective Type A mforming to Deportmentcl Material Specification OLIS-8300, unless otherwise noted. 4. The Dose met nigh a minimum of JO IDe. At T§xas Department of ThwnepoReNoa I Ste�efd BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 Dc- .d6n a.� 7x00T ca UDOT caw. TxDOT cu T407 hh ixmi Nmvwb.r 20o2 9-07 8-14 seas 7-iJ 1.,........-.--.�.; ,.,..-...-.,•.....„-. w„-,_.._�-,-.� �.",e mom.-wm..m..,.,i 4"«,uw,,...msJ i�,w...-,.....,.� � 7 ROAD 1 I WORK �% Q CIT20-ID AHEAD 48' % 48' (Flogs - Sae note 1) I • ■ I I L 6 G 666 Chine I i z 1 n0D.i n See ote 2)A (See note I o Cnarr»Iizing I n � oevicls may be —,.ledf 'be work ore. le d mininm o1 30' from the newest trove lea ray. J w5thow AadVehicle ihigh is : intena lty rot cling, I c flashing, seal l lollop or strobe lights. (See motes 4 e 5) I £h 9i I E u � Cnome l I zing Daviwe (See note 2)♦ I I ROAD WORK i AHEAD .0-iD ,Flogs- I See notes 1 1. 7) TCP (1-ta) WORK SPACE NEAR SHOULDER Conventionol Roods END ROAD ROAD WOflK Chanel lzlng WORK ZG20-2 Devipa 48' % 24' t5ae note 21♦ AHEAD (See note 2)A C1120-10 48' % 48' ROAD IF logo- cr—I ulna WORK See note 1) o r Dev ices AHEAD g (See note 21� o„ I C■20-ID ■ 4 « 48' % 48' e • c o I 8 (Flop; See no +s i) gA- g � $ 1 n o s I 10 �f) is vehicles or other ez t plant 11 neceeeorY for +he JI work apero+ten, su.M !Fu oa trucks, moveable x crghes, eta, end Sh000r Veh IC 10 •tiA = renown In or with TMA oho lle0 tra r.io+in+ansi ty I seppr.m ahorrhellZat01«/lic by flash ' R aev Ices .+ DI I times. .sell hat tog or 1 strop. lights. (See note. 4 s 5)---$hp0ow Vehicle th TMA o1a high Intensity rot.+ ing, flaahhing, osOI l Idling or .trope lights. (See mt.s 4 s 5) m I V � � I � END -' Cnonnel +zing ROAD WORK I h Devices (See note 2) A 48" % 24• I E n (See note 2A I oo' Ch—I izing Devicss (See note 2)A WORK —C■20-ID TCP (1-1b) (Flog.- See notes 1 6 WORK SPACE ON SHOULDER Conventionol Roods I I I I I I I I I I v 14 I LEGEND Type 3 earricode • • Cnornet izin0 Devices I--R}� I--IN� Vy hark Vehicle ® Truck Mounted A}tety-Wo- (TW) Troller MOVn}a0 Flaming Arrow eoartl M � portable Cndrhgeab le AMasoge Sigh IPCIAS) i 51 gh Traffic Flow Q Flog QQ Flogger I END ROAD WORK I G20-2 I 4 4• Mlnlwu Suppe two IAmni— Minivan Pwtetl Sp..d Farris 1. T Oest rMle .per Lenpthe KiF Sp.oing o/ Cth—IIZing D., as. Stan SmIn9 Long�etinol Buffer Soaoe 10' Offee II' Off. 1" Off.,Toper on . an O TpnoMnt - of wtoow e• 30 2 150' 165' ISO, 30' 60' 120' 90, 35 L' 60 205' 225' 245' 35' 70, 160, 120' 40 60 265' 295' 320' 40' 80, 240' 155, 45 450' 195' 540' 45' 90, 320, 195' 500' 550' 600' 50' 100' 400' 240' L-WS 55W 605' 660' 55' 110' 500' 295'600' 660' 72W 60' 120' 600'�4T5' 50' M 650' 715' 780' 65' 130' 700'10' 700' 770' 840' 70' 140' Boo, 750' 825' 900' 75' 150' 900'40' work I ehit le iF Conven+l cool Roods Only _ (See Note SII TOW t}# roIsngtha have been row/toed off. L•Length of 7Ober IF7) N••tdfh of Offse+iM S•Pctted Speeaimp"i gl I ' .> x I GENERAL NOTES lit?- :•. a I 1. Fl.ge ottoched to signs where shown are REWIRED. 2. Ail traffic control devices illustrated ore REQUIRED, except thhuee denoted with the +rlongle ayaeol may be spitted when stated elsewhere in the plans, or for rmtltq mintenatoe work, when approved by the Erhq hoer. 3. Inco}(Vs work vehicles or other eaulp■nt should be Parked near the right Of way Ithe and not porked on the Paved shoulder. 4. A Shadow Vent Is with a TIIA should be Wed ny+i- it son be positioned 30 to too feat in O.Vewe of the ore. of Crew exposure without odveresly affecting the perforwonOe or Q_ Ity of the work. 11 wonkers are m longer or.--, but rood or work wadi tions reyire the traffic control to —in in plpos, Type 3 Bprricodes a other ChhmrMlizirhq devices may De eW4T itutetl far tta Shadow Vehicle and Till. 5. A.ditichcl shoo" Vehicles with TINS nay be positioed Off the paved surf—, next to tn— shown in order to protect rider work spaces. 6. See TCP (5•IIIW Aloulder work on diVided hig•a)•e, emreeeroy6 shd freeways. 7. CO21.5 'SHOULDER WM- signs opt' be used in ploce of Ce2D-ID 'ROAD VORK AHEAD' signs for moulder work on conVentionol roadways. S� I e wd » I For c.nl+rUclion Or m.intenotoe con+root work, .pecific -0je0+ r—I —t8 for shodow, Vehicles con be found In the project GENERAL NOTES for Ilem 502, o i Borricode., Sighs oho Traffic Handling. Texas DbportmBN of TransMlaHan Trdfk Obs'atlp• Dlrfsim TYPICAL USAGE SHORT SHORT TErOM INTERIEDI ATE LONG TERM DURATION STATIONARY TERM STATIONART STATIONARY I I I TRAFFIC CONTROL PLAN ROAD END CONVENTIONAL ROAD ROAD WOflK WORK SHOULDER WORK 020.2 48' % 24• AHEAD (See note 2)A CR20-10 TCP (i -tc) 1F;ogs- TCP(1-i)-12 See holes 1 6 7) ixWi OecrOv IasS WORK VEHICLES ON SHOULDER 2-M 2-12"'1'I°° Conventionol Roads °-9 31 _ I I I TRAFFIC CONTROL PLAN ROAD END CONVENTIONAL ROAD ROAD WOflK WORK SHOULDER WORK 020.2 48' % 24• AHEAD (See note 2)A CR20-10 TCP (i -tc) 1F;ogs- TCP(1-i)-12 See holes 1 6 7) ixWi OecrOv IasS WORK VEHICLES ON SHOULDER 2-M 2-12"'1'I°° Conventionol Roads °-9 31 _ Warning Sion Sequence 1n Opposite Direction Sane a. Below maD RI-2 42"k 42"k 42 TO ONCOMING TRAFFIC RI-2oP 48" % 36" (See note 9) Devices of 20' SOaatn0 on the To°er� Shadow Vehicle with TMA ono high intensity rotating, flashing, oeciliotinq or sirObe lights. (See notes 6 S. 7) Devices at 20' Spacing on the Toper Temporary Yield Line (See Note 2)A — • END ROAD WORK G20-2 48" k 24" Temporary Y le ld Line (Sae Note 2)A CW20.4 48" k 48" ONE I R0, CW3-4 XXX 48" k 48" (See note 2)A BE PREPARED TO STOP CW20-T • 48" % 48. xxx FEET CWi6-2P W. 24" x 18"♦ Except In emergencies, flogger Stott one shall be / illuminated at night Temporary • 24' 'tor Line (See Note 2) A 1• TIELD ShodaW vehicle R1.2 r th TMA and 42' .. x 1. high Men.1ty rotating, f l Delhi ng, TO oscillating or ONCOMING RI-2 oP strobe lights. TRAFFIC 48" % 76' (See note 9) (See hate. 6 8 WORK AHEAD CW20-ID 48" x 48" + (Flags- / See note U + *#. / / / END / ROAD WORK G20-2 Wi 48" k 24" 100' ADDrox. Devices at 20' spacing Devices at ■ �� 48�V% 4B" 20' spacingAk • c an the Toper KKK CW16x I Q —x, $ FEET i 24" k 1B"A Except in W3.2 emergencies, — 48" x 48" f1000er stoti one shall be BE (l luminotea of night i' PREPARED TO STOP CW3-4 Tenporary48" k 4B" i ONE LANE 2q" StopLine i (See note 2/� ROAD (See Note 2) AHEAD CW20-40 48" % 48" I 4 ONE UNE i ROAD END XXX FT CW20-4 ROAD WORK I 4B" x 4e" I x G20-2 4e" x z4" I ROAD WORK END ROAD AHEAD CW20-ID ROAD WORK WORK 48" x 48" G20-2 AHEAD CW20-ID (Flogs- 48" % 24" 48" x 48" See rote it fFlags- See note 1) TCP (2-2a) TCP (2-2b) 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS ONE LANE TWO-WAY ONE LANE TWO-WAY 51 CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS (Less than 2000 ADT - See Note 9) LEGI Type 3 Barricade 4eavy Work Vehicle Trailer Mounted -lashing Arrow Boors Sign Flog ;zing Devices Traffic Flow F logger Minimum Suggested Max roam 4inimm Posted Speed Formula T Dee irable apex Lenpinn Spoelnp of Chpxeii27np Sign SPainp Suggested Lan0ltudinol Stopping Sight lE4E Devices Buffer Space Distance 10, Ofise 11' Ofteet 12' Olfeet On a Toper On o Ttlnpent Distance .B. 30 2 WO 150' 165' 180' 30' 60' 120' 90, 200' 205' 225' 245' 35' 70' 160, 120' 250' 35 L• 40 60 265' 295' 320' 40' 80' 240' 155' 305' 45 450' 495' 540' 45' 90, 320' 195' 360' 50 500' 550'600' 50' 100' 400' 240' 425' 55 L•WS 55W 605' 660' 55' 110- 500' 295' 495' 600' 66W 72W GO- 120- 600' 350' 570' 60 650' 715' 780' 65' 130' 700' 410' 645' 65 70 700' 770' 840' 70, 140' 800' 475' 730' 75 750' 825' 900' 75' 150' 900' 1 540' 1 820' iE Conventionot Roads Only 4F4E Taper lengths hove been rountlso off. L•Lenoth of Toper(FT) WWidth of Offset(FT) Wasted Soeed(MPH) _.,"...._.,......_..,..,"... TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY I TERM STATIONARY STATIONARY GENERAL NOTES 1. Flogs attached to eigna where sham, we REQUIRED. 2. All traffic conical derice5 illustrated Ore REQUIRED, except }ho88 denoted with the triangle Symbol may be omitted when stated elsewhere in the plans, or for routine mdintenonce work, when approved by the Engineer. 3. The CW7.4 BE PREPARED TO STOP" sign nay be installed after the CW20.4 "ONE LANE ROAD kkk FT" Siprn, but proper sign Spacing shall be maintained. 4. Flogger. Should use iWo•ray radios or other methods of communication to control traffic. S. Length of work Space mould de based an the ability of flogger5 to communicate. 6. A Shadow Vehicle with a TMA Should be used Ohytlme It can be positioned 30 to 100 feet in advance Of the area Of crew exposure without adversely affecting the performance or quality of the work. It workers are " longer present but road or work conditions require the traffic control to rend;, in place, Type 3 Wrlcooee or oiler channe l;z;ng devices may be substituted for the Shadow Veh idle and TMA. I. 4aditiana1 Shadow Vehicle. With WAS may be positioned off the paved Surface, next to those shown in order to Protect o rider work .pace. TCP (2-2a) 8. The RI-2 "YIELD" sign traffic control may be used an projects With aabradchea that have o0equate sight d;stance. For projects In urban areas, work space should be no longer than one half city block. In rural wed", roadways with less than 2000 ADT, work space should be no longer than 400 feet. 9. The RI.2aP "YIELD TO ONCOMING TRAFFIC" sign shall be placed an a support at o 7 fact minimum m 1.9 height. TCP (2-2b) IO.Chaane liz;ng devices an " center lime may be omitted Wren a pilot car is leading traffic and war ved by the Engineer. II.If th. Work space is located near a horiZontal or vertical curve, the buffer dietonce9 Should be increased in order to Imintain stopping sight distance to the flogger and a queue of stopped vehicles. IS table above). 12.Floggers should use 24" STOP/SLOW Paddles to control traffic. Flags should be limited to emergency sltutotlan.. Texas Department of Tronsportatlon Tr°rfic OAsrou-, DMslm For construction or TRAFFIC CONTROL PLAN ma intenonce contract work' specific project ONE -LANE TWO-WAY real. e irennts for Shofar vehicles can TRAFFIC CONTROL be EOuro fn the project GENERAL NOTES far item 502, TCP (2-2) -12 Barr ico0es, Signs and Traffic Handling. SAWCUT AND REMOVE ASPHALT LEGEND AND BASE (141 SY) RELOCATE EXISTING POWER POLE (BY OTHERS) a' M' REMOVE POST (SUBSIDIARY TO PREP ROW) REMOVE EXISTING TREE ¢ k�! ® REMOVE ASPHALT I . 4c! t��II REMOVE SIGN AND POST (I EA) ® REMOVE CONCRETE I �, !�I' CAP AND ABANDON EXISTING WATER WELL REMOVE EXISTING CONCRETE ROW I Pd — — - EXISTING EASEMENT l! I RELOCATE EXISTING POWER POLE REMOVE EXISTING TREES PROPOSED EASEMENT 7� m III AND GUY WIRES (BY OTHERS) (SEE NOTE 3) j¢I Po RELOCATE EXISTING POWER POLE I II�-________-___.________ (BY OTHERS) _._. ._. ._. .-. ._. ,. .. = .-. a .-> .-. _.� - --• _ _._e - — �- I1d O I REMOVE EXISTING 5981001TREES Y' n i i�—I (SEE NOTE 3) 98TH STREET --^'' .42" E _ ;;tl __ _---T00 --, T- NOTES 1. SEE EXISTING UTILITY LAYOUT SHEETS FOR UTILITY CONTACTS, LOCATIONS AND GENERAL INFORMATION. 2. SIGNS IDENTIFIED FOR REMOVAL TO BE STORED AT AN APPROVED AND SECURE SITE UNTIL REINSTALLED OR TRANSFERRED TO THE CITY OF LUBBOCK. CONTACT LUIS CARRILLO AT 806-775-2140. 3. TREE REMOVAL SHALL BE SUBSIDIARY TO PREP ROW. 4. SEE WATER LINE RELOCATION SHEETS FOR DETAILS ON VALVES AND HYDRANTS TO BE REMOVED/RELOCATED. +I ♦ ROW REMOVE EXISTING TREES (SEE NOTE 3) REMOVE EXISTING CONCRETE (76 SY) .I _ ________ DRAINAGE EASEMENT' ----'-'---------_------------------ ---------------�---- REMOVE POST REMOVE SIGN AND POST (1 EA) WATERLINE EASEMENT �I? (SUBSIDIARY TO PREP ROW) RELOCATE EXISTING WATER LINE. SEE 12' WATER LINE RELOCATION i REMOVE AND RELOCATE EXISTING SHEETS FOR MORE INFORMATION iL PEDESTAL, ETC. it illl (BY OTHERS) CAP AND ABANDON EXISTING WATER WELL a I REMOVE CONIC r _ — — — — - — — -!� a SIDEWALK 153 SY—) a I` EXISTING CONCRETE VALLEY — \ — — — J N I GUTTER AND �FILLETS TO REMAIN / I", REMOVE CONIC O ¢ - SIDEWALK (59 SY) ' .... l a � . w � i a w �— I.r REMOVE RIPRAP (13 SY) N . T 98TH STREET I I 1 I I z x '-----_----T— ___--—_—�_ ROW a REMOVE EXISTING FIRE HYDRANT REMOVE EXISTING TREES (SEE NOTE 3) :-- _.__..___________F___________ DRAINAGE EASEMENT ABANDON/REMOVE EXISTING WATER LINE I Q I NATERL INE EASEMENT SEE 12" WATER LINE RELOCATION SHEETS FOR MORE INFORMATION I I I � I oU� WED 03� R i 50 100 is E 79 S�E 23 11 odl Wz .1 W z jp '�XISTING CONCRETE VALLEY GUTTERS jkft FILLETS TO REMAIN ------------------------------------------------------------- 0 so 100 IREMOVE CONCRETE (2 SY) 0 ROW cp ACC - - - - - - - - - - - - - - - - - - - - -- S 88* 00, 5 — — — — 175-00 — — — -- 9--TH-!IREET — — — — — — — — — — — — — — — — — — — 170-00 ---------------------- ------------- zg- - - — - — - — - — - — - — - - - — - — - — - — - — - — - — - — - — - — - — - — -- - %�ERELOCATE EXISTING POWER POLE ROW WIRES BY OTHERS) EXISTING POWER S 2 AND GUY W P AND ABANDON EXI-INU WATER WELL 'IkYRCLOCATE CX RELOCATE EXISTING POWER POLE E DRAINAGE EASEMENT REMOVE EXISTING CONCRETE (BY OTHERS) AND GUY WIRES BY OTHERS) ------------------------------------------------- --CA_iERLINE EASEMENT -- -- -- ----- ----- .................. XISTING DRAINAGE EASEMENT RELOCATE L ---------- ABANDON/REMOVE EXISTING WATER LINE. FIRE HYDRANT SEE 12 WATERLINE RELOCATION RELOCATE EXISTING POWER POLE SHEETS FOR MORE INFORMATION RELOCATE EXISTING (NG POWER POLE;m;4 BY OTHERS) > AND GUY WIRES BY OTHERS 93766 NOTES: 12-1-17 1. SEE EXISTING UTILITY LAYOUT SHEETS to FOR UTILITY RELOCATION AND GENERAL INFORMATION, z w 2. SIGNS IDENTIFIED FOR REMOVAL TO BE ttlw46 STORED AT AN APPROVED AND SECURE SITE UNTIL REINSTALLED OR TRANSFERRED T THE C) CITY OF LUBBOCK. CONTACT LUIS CARRILLO IL < AT B06-775-2140. g 3 3. TREE REMOVAL SHALL BE SUBSIDIARY TO 0— , PREP ROW. EXIST STORM INLET — >g ---------- 4. SEE WATER LINE RELOCATION SHEETS FOR -----------------------------------------TO - DETAILS ON VALVES AND HYDRANTS TO BE REMOVED/RELOCATED. w< o z D o == --- ROW---------- — — — — — — — --- ------ ---- -- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —— Z 9BTH STREET 00' 35.36" E — — — — - - — — — — — — — — — — — — — — — — — — — — 185.00 — — --- — — — — — ---79—c.-00-1---L, 180-00 .u.......... * .................-............... .......... �7- ------------ - . ...... ........... ....... .......... - ---------- --------------........... o -------------------------------------------- _______________________________ ---- --R-OW--I u ui DRAINAGE EASEMENT I N LEGEND ggg REMOVE EXISTING TREE 037-07m REMOVE ASPHALT REMOVE CONCRETE ROW EXISTING EASEMENT 24 PROPOSED EASEMENT II II SLUICE GATE STRUCTURE ----- •_- TO REMAIN REMOVE SIGN AND POST (1 EA)--.___-- _ I a— — — — — — — — — — — — — — — — — — — — — — — — — — — —= ----�� ---ROM---__—� _- --- --- __�---- r.. 98TH STREET N --a- ----- REMOVE ASPHALT AND BASE (2,792 SY) NOTES: 1. SEE EXISTING UTILITY LAYOUT SHEETS FOR UTILITY RELOCATION AND GENERAL INFORMATION. 2. SIGNS IDENTIFIED FOR REMOVAL TO BE STORED AT AN APPROVED AND SECURE SITE UNTIL REINSTALLED OR TRANSFERRED TO THE CITY OF LU880CK. CONTACT LUIS CARRILLO AT 806-775-2140. 3. TREE REMOVAL SHALL BE SUBSIDIARY TO PREP ROW. 4. SEE WATER LINE RELOCATION SHEETS FOR DETAILS ON VALVES AND HYDRANTS TO BE REMOVED/RELOCATED. I� II o Ir o---I.--- ----- — a—}-E----------- S 87' 59' 54.38' E 0-OO�iIr-�__T____T_______� ROW LEGEND 1 REMOVE EXISTING TREE ® REMOVE ASPHALT REMOVE CONCRETE ROW — — - EXISTING EASEMENT PROPOSED EASEMENT 25 3 O=� Chain 98MUP contoins: Bepinninp chain 98MUP d scription '. � 3 ag .................................... ..................................... .']j a Point 1 N 7,248,147.66 E 907,444.52 Sto 125.00.00 4!e e Course from 1 to 2 5 88. 10' 04.57" E Dist 2,204.96 $ Point 2 N 7,248,077.16 E 909,648.35 Sto 147.04.96 Course from 2 to 3 S 88' 00' 35.36" E Dist 5,295.04 Point 3 N 7,247,893.28 E 914,940.19 Sto 200.00.00 Course from 3 to 4 S 87' 59' 54.38" E Dist 650.01 Point.4 Nv 7,247,870.57 E 915,589.80 Sto 206.50.01 .. .... .... ................................................ Endingchain 98MUP description J F- Z W EE O O O -1 2 Q ! I.- I :13diIJ 26 .,,...,...,._..._» w.-,.....�..,_... .�....._...,.._.._,. a,_.............�. i.....,,...,.....,...s b.«..,.�...w.w 1a ��vd 6e.......,.,......m6 kn,...�.we,mw� &u.,....aw..n 9 4..m vd r- 7- r--'--' r- -, r--- - r--� -- -, �� ----- ^�--, -� ---1 ----- -----, ----� ---1 �- -� -, I NOTES: 1. FOR ADDITIONAL INFORMATION ON CONCRETE CHANNEL, SEE DRAINAGE CHANNEL DETAIL SHEET. 2. FOR UTILITY OWNER INFORMATION, SEE UTILITY 11 LAYOUT SHEETS. a 3. SEE ALLEY DETAIL SHEETS FOR MORE INFORMATION. t¢, 4. SEE INTERSECTION LAYOUT SHEETS FOR MORE INFORMATION. WATERADJUST - ; AIVE 5. CONTRACTOR TO TAKE PRECAUTIONS TO PRESERVE EXISTING I�I CONCRETE ELEMENTS AND EXISTING FENCE TO REMAIN. ANY DAMAGE WILL BE CONTRACTOR'S RESPONSIBILITY. �•¢ m m 6. SEE MISCELLANEOUS DETAIL SHEETS FOR MORE INFORMATION. iI c -STA 147.16.67, 188.29' LT BEGIN ASPHALT PAVEMENT TRANSITION STA 147.47. 27, 94.92' LT (LIP) I;I END ASPHALT PAVEMENT TRANSITION BEGIN CURB AND GUTTER BEGIN 40' CURB RADIUS Ijl PROP CURB RAMP STA 147.88. 77 55' LT END 40' CURB hADIUS EXIST IRRIGATION WELL / •I TO BE CAPPED/ABANDONED PROP 6' SIDEWALK STA 147.17.51 BEGIN PROJECT BEGIN ASPHALT PAVEMENT MATCH EXISTING ADJUST WATER VALVE I LEGEND ® ALLEY ASPHALT PAVEMENT ROW O CONCRETE PAVEMENT/SDWK ••• EXISTING PAVING ELEMENTS 0 CONCRETE RIPRAP - - - EXISTING EASEMENT O EROSION CONTROL BLANKET - - - PROPOSED EASEMENT STA STA'14 -STA 148.00.00, 74' RT BEGIN CONC DRAINAGE CHANNEL P SAWTOOTH CURB AND GUTTER UPLAND AVENUE INTERSECTION OUT FOR MORE INFORMATION 147-SB. 68, 86. 2' RT (LIP) ASPHALT PAVEMENT TRANSITION IN SAWTOOTH CURB IN 40' CURB RADIUS 147.66.73 105' RT IN CONC RI�RAP 150.09. 81 55' LT IN PAVEMENTf TRANSITION /STA 152.09.88 44' RT ENO PAVEMENT TRANSITION A 152+09.88 4' RT D PAVEMENT TRANSIT 02wd _. (ES 16- 011 Hs 1••100' �►R C O V. 1 •.10' Qi ROW_ N Y SlE ___-._-..-.PROP CONIC__-_____-__- _y__-__ DRAINAGE CHANNEL 1 STA 150.29.81, 42.3' RT END CONIC RIPRAP STA 150.09.81, 44' RT END FULL WIDTH SECTION END CURB AND GUTTER BEGIN PAVEMENT TRANSITION STA 150.29.81, 105' RT END CONIC RIPRAP BEGIN EROSION CONTROL BLANKET 3. 31 ........I....... . ......... .. ....... :........:........ ........ _:. ........:. .. ..r.:. ... ...•.. ..:. .... ..... .... .... .... .... . STA. '�.JS 1. ... ..... ..... .. _. .... 3,310 r EL •: 3. m .._ ex 0. 399.0 0 3130 : : STA; 147.17; 51 m .: ' L •6200. 00'0, 3,305 .......................... ...................... BEGIN PPROJECT ... ... .et .. .._... .... ..... .... ....... ........ .. .... ..... .............. ..... ..... ..... ...., .... .... BEGIN;ASPHAL7 PAVEji NT STA 149.00. 00 EXISTING EL 3,2 50' 99. LT ER. GUTT 3, 30 ....-r..T-:.-..-:.-..-..=..-:.-.MATCH .. ... �. . '. .. ..: .. ... . 2o-1.3.y...:..... .:..... .. ..... .... .... 3,300 3.29 GROUND AT �.� 147.65�00 (c )1. 38Bt 3. 295 ........:........:..... ... :..... _.:....... _... ..... .... 3,79B. 7':.., ,.._EXIST .. ..-.- ...--.- �{A ---------------- - ---_-_ .�.. .... ..... 2 _-_---_... •.•2660''(00'.. 3,290.......y ........:........:........:........ . �.. .... :. ...... ..... ..... ..... .. .. .... ... .. - •D. 3,290 BEGIN CONC DRAINAGE CHANNEL CONC: ELEV•3294.24 DRAINAGE CHANNEL 3,285w ................... w .. ......�........�........�.. ..... ............... ..... ..... ... ..... ..... .... .... 3,285 z �._... chi s W¢ u U 3,2e Q 3,2e0 a��w ar1 N......:........:�,......;........;n......;........;N.......;. ........;_...... �onr� �onry .: �v{n wo.;.... .,.)r.nm.;.....�y _mv-ov oNN.o,p.;.....w Nwnv..;.....mq-m•mco..;. - .m mn nr oo .... ,n �v{r .om .,.... v -. o o •o o o � :o :0 ri o m of r m of o� ,c m a of vi m ri :o N m m m m m 4m m m N m m m m T N N ri ri ri n ri ri ri ri ri � ri ri ri ri ri � a� of o m r= ri m 4 m N N m 4 m N N N N ri ri ri n ri ri ri n vi vi ri vi N Ui voi� �i v N N N N m m N N N N N N ri ri ri ri ri � ri eri ri ri ri N ri 145.00 146.00 147.00 148.00 149.00 150.00 151.00 152.00 153.00 154.00 155.00 i < '214 W oU� CL< O g3 s O CL Lu _CL I W Z J m Q lL O ZO as n 27 it 0 O to u" w x U f STA 156.56.67 TO STA 157.37.55 STA 163.30.48 STA 163.35. 33, 44, LT 0 MATCH E%IST EDGE OF CONCRETE. PROP CONC DRAINAGE FLUME END SAWTOOTH CURB AND CUTTER w EXIST VALLEY GUTTER AND CURB (SEE MISCELLANEOUS DETAILS)i BEGIN CURB AND GUTTER Wi w AND CUTTER TO REMAIN i r�I o I �s tar---- 1' o ;.— — —�,QI ,I �<� ,,I•, o I`� — — — — J. — — — — / STA 1 63.25. 40 44' LT Tf END CURB ANb CUTTER I H: 1"•100' )1°i IBEGIN SAWTOOTH CURB AND GUTTER I O V. 1'•10' {32 F.- TE WATER VALVE T J RELOCATE W w 3 LEGEND a 1 ♦ � aCp �� , ,; .�,�' , �'4 '�J t,�u t..''�t�•r"�Y rs.�,W.?�'"�ra tg;(r�y'���'���"�}.�'`��,..,.1.�. 'N���.,�%t;`y � � f s (A VLVE`r�v �''�KER VALVE( OS•00 c - i U - - f- - - - - - - - - - - - -- ---------- ---..--------- RELOCATE WATER VALVE RELOCATE E%!STING STA 164.17. 77, 105' RT FIRE HYDRANT w END CONC RIPRAP o STA 163.33. 77, 105' RT BEGIN EROSION CONTROL BLANKET — PROP CONC DRAINAGE CHANNEL w i END EROSION CONTROL BLANKET x a SEE ROCHESTER AVE INTERSECTION LAYOUT BEGIN CONC RIPRAP I �' ( FOR MORE INFORMATION STA 163.75.42, 74' RT I PROP 3-5'X 2'X 66'MBC I 4. SEE INTERSECTION LAYOUT SHEETS FOR MORE INFORMATION. NOTES: SEE CULVERT LAYOUT 1 OF 3 5. CONTRACTOR TO TAKE PRECAUTIONS TO PRESERVE EXISTING ® ALLEY a ASPHALT PAVEMENT 1. FOR ADDITIONAL INFORMATION ON CONCRETE DAMAGETWILLEBENTS TO RTMAIN. ANY --"--"- ROW O CONCRETE PAVEMENT/SDWK CHANNEL, SEE DRAINAGE CHANNEL DETAIL SHEET. CONTRACTOR'SI RESPONSIBILI •• .•... EXISTING PAVING ELEMENTS 2. FOR UTILITY OWNER INFORMATION, SEE UTILITY 6. SEE MISCELLANEOUS DETAIL SHEETS FOR MORE INFORMATION. CONCRETE RIPRAP LAYOUT SHEETS. - — — EXISTING - — — PROPOSED EASEMENT EASEMENT O EROSION CONTROL BLANKET 3. SEE ALLEY DETAIL SHEETS FOR MORE INFORMATION. IL ROSS AVE i ROCHESTEk AVE 3,300........:........:........:STA 156.96. 76 : 1 ... .... .... ... STA 163.7S.42... ..... ..... ..... .... 3,300 ................_..................._....................................... ..:. STA:. 155.15.,00 �. ..:.. _ ...I.... EL 3, 29. 10' 3,295 P(OP T GUTTER ST 163�75 00 95 L 3, 2 C')1 ............................... F........ "....................................................:...... .. .... ..... ..... .... 3881 Y. (,>0. 925Q Y. ..........f..(PGL.k .......... .. ex ••-0.455.70•.... a..i K 112 : .� 3,290 _ L ..... .... .... .... ..... ..... ..... ..... ..... ..... .... 90 L 200: 00' ..:.... ....:. ..:. 3, 2 3,285 : ---- — _ _ _ _ — _ t')1 3, 285 (`)0.9250 ..................... _... ,........:........:. ... ..... ..... ...� _ .. ..... 9.. ..... ..... .... _ 0 EX (_>Oy63 X C-) 1.00 \ . . CL CONC 15T GROUND AT C J38T-� 3,28 ........�................. ......... :........ :.. �... .............ORA.f.NAGS.C4NNE,L...:........;...... ..�........ �........ �. ..... ;...PROP _'_�_�....;........' .. 3,280 3 MBC ? z-:���85= 3,275ww (65 LF) _ ..\ .. ........ 3,275 ........�........lo �._..:..........................:........:.........:..................:...... ..... .... .... .. ..... ..... ..... ..,�........ F u r 3,270 ... �+' 3,270 3, 26u+-�` rrn nv vvm-- Nl4n mm mmN mn nrm nine- mN m,co nm rm ,-nNa-..I.... A�QIv 9�r_.;....p,.01O.p�..;.....00-6i•O,O.;.....pq._._ep........��:NNO..;..... Nv �Nv mnfN. .I.....n. Nr.i ,O rnP.:.... h,G�m-.;....�r:6..m•n........-n ._-- 3•2 65 lfo -o 10, 00- mN 0n mmn o m NN NON NN NON Nm Nam NN NO+m mN mmm m NmN NN Nmm NN NmNm m mmm NN Nm� Nr N N N N NN NN N N NN N N NN N NN N NN NN N N NN NN M nal nn n11 nn n-nnn n-nnn nnn nn n nn nMf aln 14111 155.00 156.00 157.00 158.00 159.00 160.00 161.00 162.00 163.00 164.00 165.00 166.00 167.00 1I:I1I-.I1IJ 28 777 STA 172.45.62, 50. 5' LT EXIST VALLEY GUTTER AND END PROP 6' SIDEWALK CURB AND GUTTER TO REMAIN. Q i STA 172.42.23, 44' LT (BOCI MATCH EDGE OF EXIST CONCRETE pII W END PROP CURB AND GUTTER w GABION MATTRESS (13 SY) v a ` W MATCH EXIST CURB RROP 5' CONC 10, --i • a — Ij � y I IPRAP (2 CY) SECTION A -A Q STA 174.06. 74 49. 76' LT DAYLIGHT DITCH a PROP 6' SIDEWALK c JJa I r BEGIN PAVEMENT TRANSITION '= o STA 169.57.55 h I I } I ------- - 0 50 100 t i 55.07' RT t r BEGIN PROP FENCE_ I STA 173.91.92 �"1• I STA 169.62.64 �Q `Ij� 1! I RT H !::!Do, O 54. 93' RT II, i BEGIN PAVEMENT O V: 0' O END PROP FENCE TRANSITION —-�--Eat if I - — �� — 3 y zsa n F a„w 7 + � a YY' ` V) .�� ,W,,dy`, ,. ,,. .,. o LU - 170.00 E%IST ING FIRE HYDRANT �' yA w1',)P T ""i� 17 yr'"�r" e �y y,.`�' LU ? ' "y y ASSEMBLY TO BE REMOVED ��T}'�'"x`'� ROW _ — _ MATTRESSES l70 SY) .....: : ?, [N GOP 9IfCH _______________ ____.________.____________ in v o RELOCATE .____________ ____________ _____ ______ELOCATE __________ _ I "p ELEV•3ZS.2 _ _ 1 WATER VALVE c w RI SEE QUINCY AVENUE STA 176.64.16, 74' RT STA 167.70.OD, 74' RT - ; WATER VALVE I INTERSECTION LAYOUT END PROP DITCH END EROSION CONTROL BLANKET FOR MORE INFORW•3258. 76 TION ELEV,•`� BEGIN FULL ARMOR EXIST IRRIGATION STA 172.43.03 74' RT I STA 173.17.40, 74' RT� cogyn �CONC CHANNEL WELL TO BE END CONC DRAINAGE PROP 4-4'% 4'% 123' MBC PROP CAGE BY OTHERS CAPPED/ABANDONED CHANNEL I SEE CULVERT LAYOUT 2 OF 3 +;•f.R_.t4-e DRAINAGE CHANNEL LEGEND RELOCATE 4. SEE INTERSECTION LAYOUT SHEETS FOR MORE INFORMATION. NOTES: WATER VALVE ® 5. CONTRACTOR TO TAKE PRECAUTIONS TO PRESERVE EXISTING ALLEY • ® ASPHALT PAVEMENT I. FOR ADDITIONAL INFORMATION ON CONCRETE CONCRETE ELEMENTS AND EXISTING FENCE TO REMAIN. ANY DAMAGE WILL 12-1-17 Rom, CONCRETE PAVEMENT/SDWK CHANNEL, SEE DRAINAGE CHANNEL DETAIL SHEET. BE CONTRACTOR'S RESPONSIBILITY. rn O ......... EXISTING PAVING ELEMENTS C CONCRETE RIPRAP 2• FOR UTILITY OWNER INFORMATION, SEE UTILITY 6. SEE DRAINAGE MISCELLANEOUS DETAIL SHEETS FOR MORE INFORMATION. --- EXISTING EASEMENT LAYOUT SHEETS. 1iQ (• sae PROPOSED EASEMENT O EROSION CONTROL BLANKET 3. SEE ALLEY DETAIL SHEETS FOR MORE INFORMATION. CY .......................... .. A N SI S 3,285 3,28 T177988 ........ ........ ........ : ..... ..... ....... ..... ..... ..... ..... ..... ..... ..... .... STA . 1677;758DQUINCY AVE (NB) EL3,2A.6 STA 173•54.92 3,280 K. ,:..251.............:.. ........ ..:............ ..:... 3,2( 10 L 200.00' STA 171.25. 00 I ,I 3,275EL:)2 7095 ' : : : ex:••0.26': 16' 3,275 ..... ...)....42.... ... I...... PROP LT ....K. y..197....,...... .... ... ..... ..... ..... ..... ..... ..STA"+' 77a 1 82 X GUTTER L 2GO.:00' ex a•03346G.0 /. ..:� a 3. 27 '...... .:......_:.................:... .:... �')1. 9)e .. Ia .3j 267�0 _..._.:._.... ULTIMATE URE).... L 200 3r 270 ;STA K • :148 0. _ ` - (-)1• i� 3475 X 3,265 I S'T'GROUNO ..... ..... «:._•`.. .�.................... :AT rL ..PA... 4 x ` BC 3,260 J; . J.. ; w w j . 7T — — f _ 3,260 J DRAINAGE• 'Q\ 3,255 •'u : : CHANNEL r ` STA•176•:64, 16 �' 0. 0000 X 3,255 ........:.... u. r....�.. {.......... .....;........ ,.........;......... ..... .. .... .... ..... ...d. A... ..... ..... ...... END. PROP,- -DITCH .;)........ ;........ ..}. EL .�',��u i > ., .... .ryQ NapC ELEV•3258.78' dew ad J 3,250rvnn metro met nr-inn- :n :n_Iv ro met_ Iv lvm m:- o-�.o tiro > inainm -mnm ,o ,omm n,vn m,v ,o '....0 3.250 net+-..;....v.vSm �urm.;....T.dr.v,n.;.... �ur rlo�u n..:.....:-n.a� o..;.....n vF:n u•ev..;........d c� .onio rV....;.....noiao....;.....nn[+n.m•....:.....ovt.n ......; .....-.atw ......; o n ViN aP net Nrp _ O woo o7 woo woo 0rpw woo J inNwo PO+Oi NYi Oil Oofm O NON m�N mNN Nam NN NON NN NON NN N�mN N�NN N�NN NON NON m N t�v t�v t�vN t�v Nrvry t�v Nry Nry N N Nrvry N N N Nry N r-i 4, 111n IInn IInn I -In IIIn n"n ni-nn rirnnn nririI nIn ri ri ri 197.n(1 IrA.nn lrq.nn 170.00 171.nn 177.nn 171.nn 17A.0n 175.nn 17A..nn 177.f1(1 17N.nn 170.nn z� 50 LU I OW QJ Z O O git a 9 ll.Iit )'llilld 29 ❑ff wo 3 1 W 1 16- EXIST STORM INLET _EE L 0 0 50 )Do 0 :..a... H. 1:100' 0 V' 0' 0 STA 180iOO.00, 20' LT END PAVEMENT TRANSITION -- — — — — — — — — — — — — — — — — - N Im N"" LnI Pi tv u u, ------------------- ----- ------------------ — ROW STA MOO 00 20;IRT STA 184.90.38 < END PAVEMENT TRANSITION MBC o PROP 3-3 3'X 62. 40" SEE CULVERT LAYOUT 3 OF 3 ------------------------------------------------------------------ ---------------- ------------------------------------ ------- ---- NOTES 9 1. FOR ADDITIONAL INFORMATION ON CONCRETE CHANNEL, SEE DRAINAGE CHANNEL DETAIL SHEET. 2. FOR UTILITYOWNER INFORMATION, SEE UTILITY LAYOUT SHEETS. 3. SEE ALLEY DETAIL SHEETS FOR MORE INFORMATION. LEGEND I 4. SEE INTERSECTION LAYOUT SHEETS FOR MORE INFORMATION. ALLEY z ASPHALT PAVEMENT 5. CONTRACTOR TO TAKE PRECAUTIONS TO PRESERVE EXISTING CONCRETE ELEMENTS AND EXISTING FENCE TO REMAIN. ANY 12-1-17 ROW CONCRETE PAVEMENT/SDWK c DAMAGE WILL BE CONTRACTOR'S RESPONSIBILITY. ...... EXISTING PAVING ELEMENTS CONCRETE RIPRAP 6. SEE MISCELLANEOUS DETAIL SHEETS FOR MORE INFORMATION. EXISTING EASEMENT EROSION CONTROL BLANKET PROPOSED EASEMENT 3,280 .... ...... ....... ......... ....... ........ ...... .... ... ..... . ... .... ................ ........ ........ 3,280 3,275 ............. ......... ......... .......................... ........ ........ ........ I ......... ......... ........................... ...... 3, 2T5 3, 2TO 3, 2T0 ................................................................... ........ ........ ULTIMATE It (FUTURE) 3, 265 - - --- - ........ ........ ........ ......... ...... ....... .777 7 - - - - - - - - - --- - - - I �- - - - - - - - - - 7 - - - ........... .............. ........ 3,265 (PGL): 3,260 3,260 3,255 — — -- — — — — — — 184- 0. 38 t 3,255 w;cSTA PROP:3-3'X 'X 62.0 MBC 3 EXIST:GROUND:AT 3,25C ........ .... ....... ........ ........................ .......... ....... ........ 3,250 �o 3,241, 0 ....... 1-: 0 . 1w �j _0;� ........ 04*0 ...... N z ...... 8 0 CIK 8=; ...... 9;�.- ...... c; Is ui Oto 1; O vi1i 13,245 Mzo tn _ : 179.00 180.00 181.00 182.00 183.00 184.00 185.00 186.00 187.00 188.00 189.00 190.00 191.00 Lu r-p4 2 gQw 0 ccm z a. ru < co !1-* 1-91,01 it J 30 o i STA 198.50.57 i w W" END PROP ASPHALT PAVEMENT a W i P SAWCUT AND MATCH E%IST ASPHALT I I wI = ¢ 1@ END PROJECT 6{ STA 198.43. 15, 46. 5' LT I I 31 I O O GABION BASKET (21 SY) .-_--_--_--_--_--------_'---_-'_- I �I 7i I 0 50 100 ] i -STA 196.95. TRA 97 46. 5' LT LI I I j I n 6 END PAVEMENT NSITION.--- J H: 1••100' ----- ---— — — — — — — — — -"1— r I I S V. 1••10Jill IWO-.mott��...r•.—fir —� N C r' o— -- — — — — — — — — — — 3 I I a � 7�T� a IBECINPEMENTRANfON �„ �,. � `s � `L ` (�I I a v�i s°;^«f,i `" "" s z{ r, ° I ISEC�ION LINE 5 87• 59' 54. 38=E i ,u` n{,z A� m 20 •00 4- — -� Z ."--------- N N II STA 194-51.13, 20' RT �- BEGIN PAVEMENT TRANSITION STA 196.95.97 57.5' RT END PAVEMENT TRANSITION GABION BASKET (22 Sr) STA 198.50.61, 57.5' RT 4�i I. LEGEND I NOTES: II- I 4• SEE INTERSECTION LAYOUT SHEETS FOR MORE INFORMATION.; µley 5. CONTRACTOR TO TAKE PRECAUTIONS TO PRESERVE EXISTING ALLEY s ASPHALT PAVEMENT 1. FOR ADDITIONAL INFORMATION ON CONCRETE CONCRETE ELEMENTS AND E%ISTIRG FENCE TO REMAIN. ANY 12-1-17 ® CHANNEL, SEE DRAINAGE CHANNEL DETAIL SHEET. DAMAGE WILL BE CONTRACTOR'S RESPONSIBILITY. -""-"-- ROW O CONCRETE PAVEMENT/SDWK EXISTING PAVING ELEMENTS 2. FOR UTILITY OWNER INFORMATION, SEE UTILITY 6. SEE MISCELLANEOUS DETAIL SHEETS FOR MORE INFORMATION. = y1 Q 0 CONCRETE RIPRAP LAYOUT SHEETS. 1L > - — — EXISTING EASEMENT G - — — PROPOSED EASEMENT O EROSION CONTROL BLANKET 3. SEE ALLEY DETAIL SHEETS FOR MORE INFORMATION. O Lu 44 p 3,28 3,280 STA 3,275 END PR0PSA5 LH.:EXVEAff NASD 3,2 75 ........ :..................- STA'i"T93'•-25:00........................ ..... ............... ..... .... .... .... ...... ..... ..E T . TC IST ASPHALT. ..... .... .... ez .Q: 3��7E40. 00' DCPROJECTA 3, 27 . • K 1?W L -. 2Do. DO' N ,FUTURE/ULTIMATE ROADWAY WILL; 2 70 .................... ........... . .... . :.. ...:.. ..: ..... ..... ..... ..... ..... .... .... ..... H ..... ..... .... -. ULTIMATE 4. 3,26 --- ---- - ---- -------- '------c------- ---- --- ---- ----N -� ,265 .. .. .... o. ....... ...:........:.. .:. .n ...... ..:.. ..... .... ..... ..... ..... ..... ..... ..... .... 3,260 0552...................................n..�..........,........1........;........;....... i r ..... ..... ..... ..... ..... ..... .... .... 3, 2 60 l+>0. 0000 X �:1'1': / 3,25 ........�....., y ...r .............:o ......:. ....... ........ .... .. .... .... ..... ..... ... ..:.. �'E%IST ..... ..... ..... ..... ..... ..... .... .... 3, 255 GROUND AT..�.. Wz 3,25CJ3,250 r U O in...... (..... pp......:......�i[fN............OD,OIm.......;.....md,.�.......;..... .n(.�p......;......n.nl�G...... �.....0-i .D...... �..... ,r4N......�........�.........;.........�.................;.........�. ....... 3,245 O v Otn Y� ON,D ON,D •N,D NYfm Yf,pv ,p,p ,n N Ntn Y� N ry ririri Ntn Y� Ntn Y� N ry N ry ririri ririri Ntn N Ntn N Ntn .D N:n .D N ry N ry N ry N ry ririri ri,n ri ri ri ri ririri N:n �n N ry ririri 191.00 192.00 193.00 194.00 195.00 196.00 197.00 198.00 199.00 200.00 201.00 202.00 203.00 lr < CL3 0 Lu H� �a a Lu a a LL- Zp ga $ N Y! ] W 9 C 31 - EXISTING GROUND PR OP ISPIA'SlEO.A.- < A N RE 'REPLACE EXIST WATER SH VA ,7 VALVE (SEE WATERLINE-1 ..... S) --------- -SHEETS) -- A 0,9/, STA 8 46, 212 5' RT IEOP N, A "A?;4�0 PAVEMENT TRANSITION AX EXIST AT&T MANHOLE TO BEGIN E TR lION MATCH EXIST 2.0% M rk 98MUP BE ADJUSTED BY OTHER(z' ROW PROPOSED WATER LINE (SEE WATERLINE RELOCATION SHEETS) STA 147-58.68, 86.2' RT (LIP) END ASPHALT PAVEMENT TRANSITION• BEGIN SAWTOOTH CURB BEGIN 40' CURB RADIUS 0* OR STA 47-67I8, 86.2 BEGIN SACURB BEGIN CURB RADIUS STA 148-00 00 74' RT ell BEGIN CONC DRAIN�GCCHANNE L DRN i rO , ELEV-3294.24 (SEE P&P SHEETS) rL CONC DRAINAGE CHANNEL--4 STA 148-00. 00, 51' RT 7- LEGEND END CURB RADIUS t END SAWTOOTH CURB L��j� MATCH EXISTING ELEVATION STA 148 0 00 4&RT &OD HRb RADIUS. DRN DRAINAGE FLOW ARROW END SAWTOOTH CURB ELEV- 3298.77 GU PROPOSED CONC RIPRAP DRAINAGE E;-6P.fa. io STA rL ELEV 147-30 3299.63 147-40 3299.44 147-50 3299.29 147-60 3299.18 147+70 3299910 147-80 3299.07 147-90 3299.07 148-00 3299.10 148+20 3299.18 148+40 3299.26 148+60 3299.34 148+10 3299.42 149+00 329 9 0 is 30 vmazt—=� Ay _DRN N EXIST WATER SEE WATERLINE ....... . ... c� STA 147-47. 27, 94.92' LT (LIP) END ASPHALT PAVEMENT TRANSITION BEGIN CURB AND GUTTER BEGIN 40' CURB RADIUS EXIST POWER POLE TO BE RELOCATED BY OTHERS PROP CURB RAMP EXIST POWER POLE AND GUY WIRES TO BE RELOCATED BY OTHERS STA 147;88 77 55' LT ENO CUR RADIUS E L E V - 3298. 57 GU EXISTING TION WELL NOTES: 1. CONTRACTOR SHALL PRESERVE ANY EXISTING ELEMENTS TO REMAIN. ANY DAMAGE WILL BE AT CONTRACTOR'S EXPENSE. ll.-I : I E; I lgli� 32 r ro ..........................'........ i i :.. :........................... LU_� (W(�� v I J J ( LL g 1 ; C ®q ¢� of9 Ni i NQ T 2 EXIST STOP SIGN ¢ : ; NO'^ + ]o TO REMAIN I '"0 : -0 I 0 5 10 EXIST PED RAMP I i EXIST PED RAMP TO REMAIN I TO REMAIN �Cg I � J tl 33 J STA 157.29.96, 53.5' LT Y 3e e STA 156.62. 63, 55. 0' LT MATCH EXIST PED RAMP /•"`\ MATCH EXIST PED RAMP i •,\ SAWCUT LINE STA 156.56.67, 50.5' LT /\ SAWCUT EXIST SIDEWALK s END PROP 6' SIDEWALK /" \ STA 157.32.67 50. 5' LT EXIST 5' SIDEWALK END PROP 6' SS DEWALK EXIST SIDEWALK TO BE REMOVED / / I \ 'may TO BE REMOVED W..—_.�._— O,P \'-_---�ROW \ oP I y C \\y....... ...... . ........................ ..... PROP 6' SIDEWALK PROP 6' SIDEWALK 5 Sa�sN c :.: DRN DRN i 0.93% DRN Vy'F„s)F MATCH EXIST EDGE �' �' 12-1-17 A F 1 U, a ^ W EXIST VALLEY GUTTER, FILLETS, > w STA 156.56.67, 44' LT I AND CURB AND GUTTER TO REMAIN STA 157.37.55 44' LT O Y END PROP CURB AND GUTTER END EXIST CURB AND GUTTER BEGIN EXIST CURB AND GUTTER ( BEGIN PROP CURB AND GUTTER CL 3 MATCH EXISTING MATCH EXISTING ELEV• 3291. 44 GU I ELEV• 3290.63 GU Z O I a� o w ¢� XT X1 o 0o g I m' I I Z O F- I = w0 �TR0556AVE76 m W (L 98MUP ~ I Z 98TH STREET I 157.00 LEGEND EDGE OF PAVEMENT NOTES: @ 8 1. CONTRACTOR SHALL PRESERVE ANY EXISTING 3 tl 5 ii 8 XXXX.XX MEI MATCH EXISTING ELEVATION ELEMENTS TO REMAIN. ANY DAMAGE WILL BE AT CONTRACTOR'S EXPENSE. 33 DRN DRAINAGE FLOW ARROW 1 PROPOSED CONC RIPRAP SHEET 20F8 (L ROCHESTER AVE ASPHALT PAVEMENT N W3 I: TRANSITION iu w . � N � ^ O 0h• �P. 0p• WP• �h. � Y o ¢ i. EXIST WATER LINE I 8B STA 163.29. 42t 44' RT END ASPHALT rAVEMENT p 4'N GJ TO BE ABANDONED I EX15T WATER VALVE TO BE REMOVED J PN G / yq STA 164°21.42 44' RT END CURB AND GUTTER v g S e 2 BEGIN CURB AND GUTTER 6 N ^> END ASPHALT PAVEMENT. ,. _._. ,+5__.. ._t.,�:... ...htim ,ti,:, _... .�•i... ,,... ELEV•3283. 38 GU ^,. ,,....._. ELEV•3285. 06 GU ,<. ,.'7 �_-.. �... - g2 �(" �tQ 329 8 4 ROW v D 3 ORN ROW STA 163.54.42, 69' RT OyN D / � ',I,END CURB RADIUS', 32 CONCRETE PAVEMENT I STA CURBR DI 69' RT 'END CURB RADIUS I BEGIN SAW TOOTH CURB AND GUTTER 8q \, `Q y BEGIN SAWTOOTH CURB AND GUTTER zl ELEV•3283. 56 GU \-I/ W 4 D 6"X18" o fix, !'', I'O I \\ z) 8" i Dom— TO WALL /D 10' D I �28 'DR�1 TOE WALL ( . E. CULVERT i° gg? % 10 1 1� STA 163.75.42, 74' RT 92 j Q +' '.am P. 5uoi+Qsiii;' I 32 �, PROP MBC �Q I i'i 93766 I 9CI I Q. DRN of _ DRN - _ DRN �I DRN cPRAINAGE CHANNEL p I 32Bq o 1.28Z' 1.28% o ��P DRA INACL�, CHANNEL D 12-1-17 I�1 0\ 10' D ' Ip 3�6 PROP 3-5'X 2' MBC `Q 10' W W I 20�8�� Oa'7 z'OM w w }o \ z `\ D DRN DRN I I DRN DRN /� 3 5„ CONC RIPRAP a �" 5" CONC / O o '� RIPRAP o D / 1i D O a~.; = 6"XI8„ \ D `\\ 09y r., CI ... w¢ w ' WALL N� Q Qt.. i) o g28' D D 19. 5' ( t 9. 5' 2 O SWK SWK 6' iX 8" z ,/ I TOE WALL ------=i ' i -- - - - - -' -' 14.15, DRN DRN 14.6 IT W 0 a 1.00% 1.00% } N o w LIP DOWN GUTTER STA 163.75. 42, 105' END RT EROSION CONTROL BLANKET (UNLESS ALT 1 IS SELECTED) x Q = — ; EROSION CONTROL BLANKET 6 STA 163.54.42, 105' RT I CONC PAVEMENT TOP ELEV•3284. 30 W JJ H (UNLESS AL T 1 IS SELECTED)-� I END SAWT00 H CURB AND GUTTER I STA 163.96.42, 105' END SAWTOOTH CURB RT AND GUTTER z ° .,, LEGEND c °a• „R MATCH PAVEMENT n NOTES: CROSS SLOPE 7ET " ON (PER PLATE 38-7").•. XXXX.XX M MATCH EXISTING ELEVATION _ _ _ ° s e °� e° ° i. CONTRACTOR REMAIN. ANY SHALL PRESERVE ANY EXISTING ELEMENTS TO DAMAGE WILL BE AT CONTRACTOR'S EXPENSE. 9 a DRN DRAINAGE FLOW ARROW DOWN CURB (��—L_Iizll OMPACTED SUBGRADE'lll I' 2. SEE CULVERT LAYOUT SHEETS FOR MORE INFORMATION.. 8 °24„ • � ® LIP DOWN CURB AND GUTTER 3. SEE PROPOSED TYPICAL SECTION SHEETS FOR ASPHALT 34 PAVEMENT DETAILS. PROPOSED CONC RIPRAP I ® ASPHALT PAVEMENT "LIP DOWN" CONCRETE PAVEMENT SECTION V/ V/ EROSION CONTROL BLANKET NTS NTS SHEET 3 OF i 7— j ww 0§1 0go • DRN I DRN DRN i DRN 'un Z EXIST PED RAMPS TO REMAIN Fo 'SB QUINCY :NB QUINCY STA END R SIDEWALK'T MATCH EXISTING EXIST FIRE HYDRANT TO REMAIN STA 172� 80, 54.9' LT ........ ........ REMAIN 0 EXIST FED RAMPS TO RE I N R`� END 0 CONC RIPRAP X I AT EXIST FENCE L MITS OR RN EXIST 4' SIDEWALK GAB ION EXIST FENCE TO REMAIN `�-O SY. 20, (20 S ------------ GABION MATTRESS .......... . .. Y) PROP RIPRAP J ---------- PROP 6' SIDEWALK . .... DRN 1.36% 0.88V 3.86' _.LRN . . . . . .... o 12-1-17 MATCH EXIST EDGE PROP 5" CONC RIPRAP STA 172-42.23, 44' LT Z Lu END PROP CURB AND GUTTER Lu MATCH H EXISTING-/ OF CONCRETE (I cy� Lu O EXIST VALLEY GUTTERS, F Lu EXIST VALLEY GUTTERS, FILLETS, AND CURB AND GUTTER TO z" C) AND CURB AND GUTTER TO REMAIN STA 1136R9B1-74 44 < LT END EXIST C AND CUTTER NZ- s BEGIN PAVEMENT TRANSITION BEGIN RADIUS 1 (L 98MUP — M wpa . . I�IH STREET Z ... ........................................................ 172-00 17300D IL STA 172-78.88 A-STA 173 54 92 z (L SB QUINCY AVE (L NB QU;NC� AVE 0 z L) Lu 0 z U) Lu 0 z z LEGEND MATCH EXISTING ELEVATION DRN DRAINAGE FLOW ARROW PROPOSED CONC RIPRAP NOTES: 1. CONTRACTOR SHALL PRESERVE ANY EXISTING ELEMENTS TO REMAIN. ANY DAMAGE WILL BE AT CONTRACTOR'S EXPENSE. 35 W. } ¢� s �I � o LL o� 10 0 I0 20 STA 172.78.88 (L SB OUINCY Z 98MUP AVE STA 173.54.92 z NB OUINCY AVE � �k 98TH STREET —_—_173.00 ____________.__ ag 172.00 I STA 172.41. 88, 4' RT ASPHALT PAVEMENT EXIST HYDRANT STA 173.91. 92, 4' RT BEGIN ASPHALT TRANSITION I TRANSITION TO BE REMOVED \ END ASPHALT TRANSITION ELEV•3267. 06 ELEVm3265.08 H iv EXIST POWER POLE OR'Y TO r BE REMOVED BY OTHERS 3 EXIST VALVE TO BE STA 173.11. 7i \ END 56. 5' RT OF RADIUS EXIST NTS PEDESTAL TO BE ADJUSTED TO FINAL GRADE RELOCATED BY OTHERS vi 0 ., I EXIST VALVE TO E p ADJUSTED TO FINAL GRADE E EXIST WATERLINE a TO BE ABANDONED (SEE WATERLINE a oP b°• ° °` be' r¢ bb I ^, n q° a' b. EXIST WATERLINE TO REMAIN �yyY1 ,F `•' wa� RELOCATION SHEETS) o° '�� o DRN "'° ° DRN o wF DRN �° R,.... . ;;:.� ., ........ .....141>u •.. b .. �� I...._ > °° n°° �ti° . .. STA 173.9i. 92C 4T' RT $ENI P ND OS.t , Sti; 93�66 } STA 172 41 88 44 RT BEGIN CURB RADIUS 4q I v I I �s\ I CUR A UT ER ELEV-3264.25 ' BEGIN CURB AND GUTTER p p p i o ELEVa3266. 21 GU a p0 o OR a0s -- . a—:— ---'-------_—'----•----ROW— 12-I-17 D " D D STA 172.66. 88 69' RT i � STA 173.66.92, 69' RT r D D e , G.END CURB RADIUS BEGIN SAWTOOTH CURB �' ° a END RADIUS) -',I BEGIN SAWTOOTH CURB Z 1� p p p p o 3 O SAWTOOTH CURB G a ( b• '9J DRN > > b••' DRN (u W w U r > 0 -_p DRAINAGE CHANNEL—e�--'— D 6 e 1.27% � 1.27% —_—_—_—_—_—_—_—_—_—_—_—_—. K7 l+'O ' A o' p p I I CONCRETE n^ / I I SEE CULVERT LAYOUT SHEET FOR MORE INFORMATION 3 5' VALLEY GUTTER .:n • ' w n > e a e e e e CONCRETE PAVEMENT PAVEMENT (D D SAWTOOTH CURB I -"( SEE CULVERT LAYOUT FOR 4 • pap p p STA 172"66. 88, 74' RT o �o I o f o1 o •I D MORE INFORMATION a W e e e ELEV-3266.20 0 LIP I o j CY p w> Wa ^ DRN 'I cu cZ p p P,}t� DRAIt)IAQE EASE}tE�1T p p '• D N 1. 7% POWER POLE AND GUY WIRES ) z7%1 D J' PROP DRAINAGE EASEMENT 2(L e e 6 REMOVED BY OTHERS . J_' _.._.._______.______ ------------- H.7 m 21, 105' RTD I Z_LEV•3265.69 CURB AND GUTTER �A7342.92, 0 LIP I STA 173.66.92 105' BEGIN CURB AN b GUTTER RT O z ELEV•3265.28 6 LIP 10 STA 172"66. 88, 105' RT V END SA88, CURB STA 172.90.88, 105' RT W O i ELEv•3266.51 o LIP END CURB AND GUTTER ELEV=3266. 23 0 LIP U) � d LEGEND XXXX XX M MATCH EXISTING ELEVATION DRN DRAINAGE FLOW ARROW ® LIP DOWN CURB AND GUTTER PROPOSED CONC RIPRAP 0 ASPHALT PAVEMENT 4 •�'`2 o NOTES: 1. CONTRACTOR SHALL PRESERVE ANY Lu Z w "R MATCH PAVEMENT o EXISTING ELEMENTS TO REMAIN. ANY CROSS SLOPE 7" CONCRETE (PER PLATE 3B-7)a BE AT CONTRACTOR'S gg n 11fI111�'`I EXPENSEWILL gg B 9 a g CURB iO�®p'jjJ12" I�lIIIu COMPACTED II'"I Ii._ SUBGRADE'�—III 2. SEE THE CULVERT LAYOUT SHEET FOR MORE INFORMATION. a W a g ,•24" I� a s s — — — — — — — 3. SEE PROPOSED TYPICAL SECTION SHEETS FOR ASPHALT PAVEMENT DETAILS. + 36 "LIP DOWN" CONCRETE PAVEMENT SECTION NTS NTS SHEET 5 OF „_,,...,.._.�, .,..,_...,..... ,.®..............-,---.__. .,q ..,....."..,,. „��„„,. y - s�=°� "may t ':..�__„...w 4-........� b........._,...�.+ h�...,....�.w.....,» d.�..�.,........,t h�.�....»�.� ��M,.»,,.,.=.„.:wi L•.,..,....�.,.. ,.�vi ay.,....„..,.»�a `b�..,,•.,.<...«,..:«� m«...,...,.<.,,.....,.¢� *,.., ..�a� � i � STA 1 98;4L15 46 ' LT ENE) SP 0 PAVEMENT MATCH EXIST CONCRETE EDGE GABION MATTRESS (23 SY) .... .. .... I, --"- "—PROP EDP \--EX I S T E OF STA 111;13�01 S' LT MATCH EXIST 4RT'i EDGE ........... — ...................... ....... 98TH STREET t 98MUP Eld I W z 0�1 EXIST SLUICE GATE STRUCTURE TO REMAIN 0 10 20 EXIST CURB RAMP TO REMAIN I-_________________—_—_—_—____ - — - — - — - — - — - — - — - — - — - — - — - — — - — EXIST MANHOLE 7IN I O WORK),\ — — — — — — . . . . . . . . . . . . . . . . . . . ............ ............ B EXIST CURB GIN U TER TO RE AM ND STA 1984 26 LT � 50j54 2 A - - - - - - - END ASPHALT PAVEMENT MATCH EXIST EXIST MANHOLE IN CONCRETE: (NO WORK) I 4C -4 ................ I ................. I ................ ........ ............... ................ . ............ O .................... .................. ................. -11 ....... ............................... W1. EXIST EDP . . . m. . PR6`p, -0 .............. -DRN. ............ . ..... . ..... LEGEND Lx �xx MATCH EXISTING ELEVATION DRN DRAINAGE FLOW ARROW . ...................... EXIST CONC PAVEMENT LIMITS —STA A '1' 9*'8* -, 5'0" ... .. *— ...... -- .......... .57 ................ END PROP ROADWAY IMPROVEMENTS SAW CUT EXIST ASPHALT PAVEMENT ................... ............... ....... ......... .......................... ...... .......... EXIST CURB AND GUTTER TO REMAIN STA I98 - 50 61, 575RT END ASPHALT PAVEMENT GABION MATTRESS (22 SY) EXIST CURB RAMP TO REMAIN .............. — - — - — - — - — - — - — - — - — - — - — - — - — - — LL, 20 -0 0 Lu -0 wn z" 0 Lu 0 EXIST MANHOLE IN CONCRET♦ (NO WORK) z — - — - — - — - — - — - --------------- z- 0 0 5 Lu 0 U) >- Lu ----------------------------- z NOTES: 1. CONTRACTOR SHALL PRESERVE ANY EXISTING ELEMENTS TO REMAIN. ANY DAMAGE WILL BE AT CONTRACTOR'S EXPENSE. 37 UPLAND AVE UPLAND AVE IS 6' OPENING IN CURB PROPOSED DETECTABLEADA SURFACE ----------- ------------ ---------- PROPOSED LIP OF CURB PROPOSED CJ 5"' CONC SAWTOOTH CURB] RIPRAP PROPOSED 6.1 x 24" TOE WALL CURB RAMP SEE DETAILS E 0N CHANNEL SHEET 4:1 p p 4-1 24' 16 6"x 24" TOE WALL — r ROCK GABION 0 5 10 0H > -------------- ----- ------------------ 1 15' �-4 " CONCRETE RIPRAP ISTING STREET APRON MATCH EDGE OF PROPOSED OU I NC Y AVENUE ASPHALT PAVEMENT 98TH STREET EXISTING POWER POLE AND GUY WIRE TO REMAIN ll.-1:10dild 38 SHEET I OF 3 od WE. W 98TH STREET 0 M D 40 5 10 1 91 0/9' -------------------- ----------- I-,- ------------------------ --------------------------------------------------- -------------- 6' SIDEWALK ROW t:N 0.63% -------------------------- (�-� ---------------- SIDEWALK AT GUTTER ELEVATION- . . . . PROPOSED MULTIPLE BOX CULVERT . . . (f-�; " -X -F) - - - - - - - - - - - - ---- ID 2% MAX 6" CONCRETE CURB 6" X 18'* TOE WALL ORE --------------------------- - - - - - - - - -- nr 6' SIDI - -- - - - - -WLE- - -- - -- - -- - -- - -- - -- - - - - -- - -- - -- - -- - -- - -- - - ----------------------------------- - 6' SIDEWALK ROW 93766 12-1-17 U) z - - - - - - - - - - - - - - - - - - - - - - - - - - - A So \\\.-6" CONCRETE CURB LU 10' TRANSITION TO GUTTER ELEVATION LU Q:z CL 4* 2% MAX SIDEWALK FLUSH WITH TOP OF CURB 6" X 18" TOE WALL LLI DRE ------------------- .......... ----------- 14.85' 6' SIDEWALK -j WL E 1 9 - -- - -- - -- - -- - a 9 d ! -- - -- - -- - -- - -- - -- - - - - -- - - - - -- - -- - -- - - - - - - - - - - - - 39 SHEET 2 OF 3 98TH STREET WARNING SURFA ... . ......... v , -S Al, II PROPOSED MULTIPLE EOX CULVERT (4-4'X 4 10' TI Z 77- / MAX 'u CONC RIPRAP z j, 0-TSID 6' SIQEWALK ----------------------------------------------------------- j ------ A TION K FLU 0 5 10 MZZA-m� Z� - - - - - - - - - - - - .E < o Im Lu Lu C) z 5 , D rn co LLI 0 (L ----------------- (L ER 40 77 7-77 77 EXIST RET WALL (SEE NOTE 3) �I 8 7 I PROPOSED CONCRETE RIPRAP +. (SEE NOTE 2) + D 3 2 EXIST FENCE 5 ROW 2.5' op o QI' 4 wiles D 11t W 10 x 9 i v LIMITS OF PAYMENT FOR ALLEY i 7 to NTS "-F\ EXIST FENCE REBAR �- 12" OC p/ + ° D •'��� PROPOSED CONCRETE RIPRAP • "11 ��. (SEE NOTE 2) D i5 15' 12 a 6 a 2.5' °s 13 °e .j•° °o vo N LI 4.5' - No�p¢y O N o 14 0 t SIDEWALK 4- 40 SIDEWALK -`l LIP TYPICAL ALLEY DETAIL IleI WZ WH 65' TO G. 98TH = Qg SDWK 7 5 GUTTER (PGL ELEV) ;? Z __--- MAX =� 1 LIP ALA NTS I L2 A N/A 04' 5.41' W 3' 5. 33' 90' 5. 50'5' 5.36' 90' 4. 62' R W 0 ( O3 O4 OS 0 0 ( O9 10 11 ALLEY LOCATION RADIUS ALLEY WIDTH (L ALLEY WEST EAST BEGINNING SLOPE ALLEY TIE-IN EXISTING GROUND ELEVATION EXISTING GROUND ELEVATION OFFEST STATION LIP EL STATION LIP EL STATION LIP EL ELEVATION OF FRONT OF SIDEWALK ELEVATION AT BACK OF SIDEWALK TIE ELEV SLOPE FROM BACK OF SIDEWALK TO TIE TIE OFFSET BEHIND BACK OF SIDEWALK 1 10' 10, 155.43.31 3292.69 155.25.81 3292.93 155.60.81 3292.44 2.29% 3292.76 3292.78 3292.83 0.50% 10, 3292.93 113.50' LT 2 10, 10, 158.55.32 3289.65 158+37.82 3289.82 158.72.82 3289. 49 6. 60% 3290. 03 3290. OS 3290. 10 0. 50% 10' 3290. 34 112. 29' LT 3 10' 10' 161.72. 07 3286. 72 161+54.68 3286. 89 161+89. 68 3286. 56 3. 13% 3286. 86 3286. 88 3286.93 0. 50% 10' 3287. 20 118. 82'LT 4 10, 10' 164+86. 36 3281.83 164.68.86 3282. 30 165.03. 86 3281. 36 6. 91% 3282. 23 3282. 27 3282. 37 i. 00% 10' 3282. 43 82. 25' LT 5 10, 10' 168.02.48 3273. 59 i67.84. 98 3273. 98 168.19. 98 3273. 21 4. TO% 3273. 83 3273. 89 3274. 04 i. 45% 10' 3274. 23 80. 38' LT 6 10' 10' 17t•22. 80 3267. 60 171.05. 30 3267. 86 t71.40. 30 3267. 36 3. 26% 3267. TS 3267. 80 3267. 92 i. 25% 10' 3268. 00 76. 36'lT NOTES: 1. FOR REMAINING CONSTRUCTION DETAILS, SEE TYPICAL ALLEY RETURN DETAIL (PLATE 36-7). 2. PLACE CONCRETE RIPRAP AT ALL ALLEYS EXCEPT FOR ALLEY Al 3. EXISTING RETAINING WALL CAN BE FOUND AT ALLEYS 4, 5, AND 6. MATCH PROPOSED CONCRETE RIPRAP TO TOP OF EXISTING GROUND AT RETAINING WALL. I >� • SEMI. p • CUDiiO4u"3 f ; ' 93756 J a Lu w Lu w J J a dd: ldlil'l 41 w_� s o§1 I Y a% 3 azv 4e k t 1 7 CUDN.... / 93766 } 59nf''Ri SEO.;� 2-1-t) ql gQ arc IL �� a 3 Z0 J >O g a �l wa J�z a yg �a m Tn J o 6 w � 6 W J q� Q ;a NOTES: $� t. FOR REMAINING CONSTRUCTION DETAILS, 8 SEE TYPICAL ALLEY RETURN DETAIL n Ny 8 (PLATE 36-7I, 13 $R 2. PLACE CONCRETE RIPRAP AT ALL ALLEYS 3 tl S o EXCEPT FOR ALLEY #1 �N 3. EXISTING RETAINING WALL CAN BE FOUND 42 y3 AT ALLEYS 4, 5, AND 6. MATCH PROPOSED 5: CONCRETE RIPRAP TO TOP OF EXISTING �s GROUND AT RETAINING WALL. SHEET10F1 POINT ALLEY sl POINT ALLEY a2 POINT ALLEY a3 STA OFFSET NORTHING EA57ING ELEVATION STA OFFSET NORTHING FASTING ELEVATION STA OFFSET NORTHING EA57ING ELEVATION 1 155.23. 30 50. 50' LT 7248099. 21 910467. 95 3293.39 t 158.38. 78 50. 50' LT 7248088. 26 910783. 23 3291.92 1 161.52. OS 50. 50' LT 7248077. 38 911096. 32 3287.33 2 N/A N/A N/A N/A N/A 2 158.38. 78 55. 77' LT 7248093. 53 910T83. 42 3291.10 2 161•52. OS 54. 97' LT 724808i. 84 911096. 47 3287.85 3 N/A N/A N/A N/A N/A 3 N/A N/A N/A N/A N/A 3 N/A N/A N/A N/A N/A 4 155.28. 81 50. 50' LT 7248099. 02 910473. 46 3293.26 4 158.40. 82 50. 50' LT T248088. 19 910785. 27 3290.32 4 161•57. 68 50. 50' LT 7248077. 18 91110i, 95 3287. 27 5 155+33. 31 55' LT 7248t03. 36 910478. 11 3293.00 5 158.45. 32 55' LT 7248092. 53 9t0789. 93 3290.29 5 161•62. 18 55' LT 7248081. 52 9ii106. 60 3287.12 6 155.35. 81 55' LT 7248103. 28 910480. 61 3292.98 6 158.47. 82 55' LT 7248092. 44 9t0792. 43 3290.25 6 161•64. 68 55' LT 7248081. 44 911109. 10 3287. 08 7 N/A N/A N/A N/A N/A 7 158.45. 58 64. 86' LT 7248t02. 37 9t0790. 54 3290.75 7 161+62. OB 65' LT 724809i, 52 9t1106. 84 3287.96 8 155.38. 3t 65' LT 7248t13. 18 910483. 46 3293.03 8 158.50. 32 65' LT 7248t02. 35 9t0795. 27 3290. 30 8 161•67. 18 65' LT 7248091. 34 9111ii, 95 3287.13 9 155.48. 31 65' LT 7248I12. 84 910493. 45 3293.03 9 158.60. 32 65' LT 7248102. 00 910805. 27 3290.30 9 161.77. 18 65' LT 7248091. 00 9i112i. 94 3287.13 10 N/A N/A N/A N/A N/A 10 158.65. 10 64. 87' LT 724810t. 70 9t0810. 05 3289.65 10 161 +82. 00 65' LT 7248090. 83 911126. 76 3287.50 11 155.50. Bt 55' LT 7248102. 76 910495.60 3292. 98 11 158+62. 82 55' LT 7248091. 92 910807. 42 3290.25 11 161.79. 68 55' LT 7248080. 92 911124. 09 3287.08 12 155.53. 31 55' LT 7248102. 67 910498.10 3292.96 12 158.65. 32 55' LT 724809i. 83 9t0809. 92 3290.21 12 161•82. 18 55' LT 7248080. 83 9ti126. 59 3287.04 13 155+57. 81 50. 50' LT 7248098. 02 910502. 44 3292.94 13 158.69. 82 50. 50' LT 7248087. 16 910814. 26 3290.11 13 161.86. 68 50. 50' LT 7248076. 18 911130. 93 3287.00 14 155+63. 33 50. 50' LT 7248097. 82 910507. 96 3292.83 14 158.75. 23 50. 50' LT 7248086. 99 9t0819. 67 3289.89 i4 161+92. 01 50. 50' LT 7248075. 99 9tit36. 25 3286.96 15 N/A N/A N/A N/A N/A 15 158.75. 23 54. 94' LT 7248091. 43 9t0819. 82 3290. 24 IS 92.01 55' LT 7248080. 49 911136. 41 3287.60 POINT ALLEY •4 POINT ALLEY •5 POINT ALLEY o6 STA OFFSET NORTHING EA57ING ELEVATION STA OFFSET NORTHING FASTING ELEVATION STA OFFSET NORTHING FASTING ELEVATION t 164.65. 96 50. 50' LT 7248066. 48 9t1410. 04 3282.80 1 167•81, 53 50. 50' LT 7248055. 52 911725. 42 3274.48 1 171 .02. 40 50. 50' LT 7248044. 37 912046. 10 3268.32 2 164.65. 96 54. 83' LT 7248070. 80 911410. 19 3284.70 2 167.81. 53 54. 28' LT 7248059. 30 911725. 55 3277.22 2 iTl •02. 40 54. 68' LT 7248048. 55 912046. 24 3270. 35 3 164.66. 43 55. 31' LT 1248071, 26 911410. 68 3285.01 3 167.82. 33 55. 06' LT 7248060.05 911726. 38 3277.84 3 171 +03. 06 55. 38' LT 7248049. 23 912046. 93 3270.11 4 164.71. 86 50. 50' LT 7248066. 27 9114t5. 94 3282.71 4 167+87. 98 50. 50' LT 7248055. 29 911731. 86 3274.33 4 171 .08. 30 50. 50' LT 7248044.17 912051. 99 3268.21 5 164.76. 36 55' LT 7248070. 61 911420.59 3282.51 5 167.92. 48 55' LT 7248059. 63 911736. 52 3274.13 5 171.12. 80 55' LT 7248048. 51 912056. 65 3268.04 6 164+78. 86 55' LT 7248070. 53 9t1423. 09 3282.47 6 167+94. 98 55' LT 7248059. 55 911739. 02 3274.09 6 171.15. 30 55' LT 7248048. 42 912059. 14 3268.00 7 164.75. 98. 64. 61' LT 7248080. 23 911420. 54 3285.12 7 167.92. 27 64, 76' LT 7248069. 40 911736. 65 3277.87 7 171.12. 41 64, 77' LT 7248058. 29 912056. 59 3270.11 8 164.81. 36 65' LT 7248080. 43 911425. 93 3282.57 B 167.97, 48 65' LT T248069. 46 91i741. 86 3274.25 8 171•17. 80 65' LT T248058. 33 912061. 99 3268.12 9 164+91, 36 65' LT 7248080. 09 911435. 93 3282.57 9 168+07. 48 65' LT 7248069.11 91175 t.. 86 3274.25 9 171.27. 80 65' LT 7248057. 98 912071. 98 3268. 12 10 164.96. 19 65' LT 7248079. 91 911440. 75 3282. 50 10 168•i2. 48 64. 94' LT 7248068. 88 91t756. 85 3274.03 10 l)t•32. 79 64, 90' LT 7248057. 71 912076. 96 3268. 11 ii 164.93. 86 55' LT 7248070. 01 911438. 08 3282.47 it 168.09. 98 55' LT 7248059. 03 911754, Oi 3274.09 it 171.30. 30 55' LT 7248047. 90 912074. 13 3268.00 1 2 164 +9 6. 36 55 L T 7248069. 92 911440.58 3282. 43 12 •i 168 2. 48 55' T L13 7248058. 94 911756.51 3274, OS T 7248047.82 1 7 9206.63 3267.96 165.00. 86 50. 50' LT 7248065.27 911444.92 3282.09 13 i68.16.98 50. 50' LT7248054.29 91t760.85 3273.837t•37.3050. �12171.32.8055L 50' LT 7248043.i6 912080.97 3267,8814 165+06.36 50. 50' LT T248065.07 911450.413281.71 14168.22.3450. 50' LT 7248054.10 911766.20 3273.58 17t+4t.9250. 50' LT 7248043.00 912085.59 3267.7715 165+06.3655' LT T248069.56 911450.57 3282.9254. 44' LT 7248058.0 i7i•4 i. 92 54. 62' LT 7248047. 12 9i2085. 74 3268.51 SIDEWALK LF- STA 163.30.48, 55' L SAWCUT AND MATCH EXIS ELEV•3285.5 ROW ELEV•3285. 21 B J 8. 3% 11 �o ui MAX 10, 4. DRAINAGE FLUME T: T. c 0; ( � ROW fELEV-3285.09 ____e u—.__—.—_—____ Y viQ 8.MAx ew 3% � 3 in a I • >! / in o STA 163.25140 44.5' LT—/ I �� U BEGIN GSAWTOOTHFC RB LUME I END STA 1PROP3FLUM� 33 44. 5' LT END SAWTOOTH CURB a E 98MUP 98TH STREET _ f — _ — _ _ _ _ _ — _ — _ _ _ _ _ —_ — _ _ _ _ _ _ _ . ------------------ STA 163.30.48 STA 163+30.46 3% MAX I I VARIES/MATCH ROADWAY PROFILE 5" 3" /— �/ AT IFENCE GROUND EXISTING GROUND — F o — a w z w � EXISTING 4"x4" FENCE POST (TYP.) 3" —5" CONCRETE RIPRAP 6• L a4 BARS 12" O.C.E.W. RIPRAP TOE WALL AT FENCE NTS CROSS SECTION D—D NTS 10. 5' 4. 5' 6' SAWCUT AND MATCH EXIST SIDEWALK (INCLUDING EXPANSION MATERIAL 'o AND JOINT COMPOUND) PROPOSED r�RAMP CURB 1 . ............. 3c) . s% MAX CROSS SECTION A —A NTS 6" 9' 6" 1" OR MATCH EXISTING n4 BARS 12" 0. C. E. W. CROSS SECTION B—B NTS DEWALK — SIDEWALK FLUSH W1 TH TOP OF CURB HERE �4" CONCRETE RIPRAP TYPE "A" �ggrFs 6" 5.5' RAMP 6.• CURB r— VARIES 0" TO 6" —y CROSS SECTION C—C NTS TOR V SIDEWALK J FIRE HYDRANT, POWER IS EXPANSION JOINTS POLE, ETC. MUST HAVE EXPANSION JOINT BLOCK - SPACED 36' MAX. OUT WHEN ENCLOSED ALONG SIDEWALK RUN. IN CONCRETE, EXTEND S.PAST EDGE OF EXPANSION SECTION A -A KYDRANT/POUE JOINT. 4" MIN. THICKNESS OF SIDEWALK. CONTRACTION MARKINGS 1/2 WAY THROUGH SLAB AT 6' INTERVALS, VARIES 3' MIN. Mr 2%MAX. SLOPE CURB S'SIDEWALK I �� REMOVED. 4 3" ; I SECTIONS B-B p" MIN. NOTE: (RESIDENTIAL) THICKNESS, SEE PLATE NO. 364 VARIES FOR ASPHALT REPAIR ADJACENT TO CURB I 3' MIN, OI 2% MAX. SLOPE g 7 AND GUTTER DR DRIVEWAY. 6' SIDEWALK 1 4" NOTES: _ -- --- 2 04 DEFORMED STEEL BARS 12' O.C. i BOTH WAYS. CENTERED IN SLAB S INNER CURB FOR COMMERCIAL DRIVEWAY, Y 7o AS REQUIRED. COMPLETELY REMOVE CURB AND a (COMMERCIAL) GUTTER AND RECONSTRUCT WITH #3 BARS RUNNING ENTIRE LENGTH PROPERTY UNE FRONTAL VIEW OF NEW GUTTER. �_ ______ 3' MIN. SIDEWALK ELEVATION BACK OF SIDEWALK 1. MAINTAIN GUTTER FLOWINE THROUGH DRIVEWAY.' 2, ALL EXPANSION JOINTS TO BE A" THICK 3, 30' TO 45' FLARE MAY BE USED IN LIEU OF RADII ON RESIDENTIAL DRIVEWAYS. 4. SEE PLATES 36.16 AND 36.16(A) FOR CURB RAMP DETAILS. —^— S. S' CURB BACK ON RESIDENTIAL STREETS. 6' CURB BACK ON COLLECTOR AND THOROUGHFARE STREETS. REVISED 5' OR 6' SIDEWALK �;tyDf MAY 2014 CONSTRUCTION DETAILS Lubbock RATE ND. TEXAS 36-3 MAILBOX R®25' TOR 6' CURB BACK SIDEWALK 3'MIN 3'MIN. 3'MIN. /T 3TiR t 3'MIN. e. - "' DRIVEWAY APPROACH (TYPICAL) /J1, ALLEY RETURN a uD-i ,l1,O` (TYPICAL) o ! i, REVISED 5' OR 6' SIDEWALK CityOf DEC.2012 ALONG CURB BACK Lubbock PLATE NO. TEXAS 36-6 Q U) Q LLI Op Q' II.II:IaIilI�I 44 E CURB AND GUTTER, "DEFORMED STEEL BARS 12" O,C. 3)4" BITUMINOUS FILLETS AND SLAB TO BE BOTH NAYS, CENTERED IN SLAB PREMOLDED FLIP. POURED TOGETHER. 70INT. CURB HEIGHT s " a TRANSITIONS To °� ry CONTRACTION O" AT THIS POINT. JOINTS. SIDEWALK' _____ __ IS POINT OF ALLEY RETURN B TO BE NO MORE THAN T HIGHER THAN GUTTER ON HIGH 2.5' 2.5 10 2.5 —2.5', SIDE END OF RADIUS A7 STREET. B 1^ PROPERTY LINE c` lj" BITUMINOUS \ O� ' .yU EXPANSION JOINT. PLAN VIEW M DEFORMED STEEL BARS 12' O.C. BOTH NAYS, CENTERED IN SLAB �4 * 70 BE USED WHEN 7a ALLEY R.O.W. WIDTH b CONTRACTION/ IS IS'. IOINT. A 5 10' S A -20 If 1:J DEFORMED TEEL BARS i2" OCSECTION A -A NO. 6REBAR SPACED 6" FROM EDGE OF SLAB BOTH WAYS, CENTERED IN SLAB AND Ih FROM BOTTOM OF SLAB EACH SIDE LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). W.RMEADOWS#158,CONSTRUCTION OF THIS TYPE IS ALLOWED ONLY SFALTIGHT SAFE -SEAL 3405, WHERE THE EXISTING ALLEY RETURN, AUEV SONNEBORN SL-1 OR PAVING OR STREET GUTTER IS IN GOOD CONDITION jV APPROVED EQUIVALENT.AND GRADE AND ALIGNMENT ARE SATISFACTORY. )j BITUMINOUSR CONCRETE ALLEY SLAB _ _ EXISTING ALLEY RETURN, ALLEY PAVING OR STREET GUTTER / TRANSVERSE 4-6--- M DEFORMED STEEL BARS CONTRACTION JOINT ; 12" O.C. BOTH WAYS. 6" 1 CENTEREDIN SLAB (REQUIRED A7 COLD JOINTS AND ;2^ EVERY 13 FEET OF PAVING.) SECTION B•B ALL CONCRETE SHOWN TO BE 3,000 P.S.I. A7 7 DAYS. (CLASS B) REVS TYPICAL ALLEY �ry of [:jY2014 RETURN Lubbock TTXAS 7 6" 4" v 2" R 1 — _ 3" R DOWN CURB SECTION. 6" " • �' TYPE "A" c9"o-------T --�— . NOTE: 9" R 1. THIS SECTION TO BE USED FOR RESIDENTIAL APPLICATIONS ONLY. APPROVAL WILL DEPEND . v ON AND DRAINAGE CONSIDERATIONS. a cao 12"a I 12"� ROLLOVER CURB TYPE "B" 9 11/16" c VAC e K 3" y„ y" 6" 3" TYPE"C' NOTE: 1. REINFORCED TYPE "C' GUTTER SECTION SHALL BE CONSTRUCTED WITH THREE #3 BARS RUNNING THE ENTIRE LENGTH OF THE DRIVEWAY SECTION WITH CHAIRS SPACED TO GIVE ACCURATE PLACEMENT, (TO BE USED A7 DRIVEWAYS ONLY.) REVISED TYPICAL 24" CURB ciTyof MAY 2014 AND GUTTER SECTIONS Lubbock PATE ND. T€%AS 36-9 CONTRACTION JOINT #4 DEFORMED STEEL BARS 0 12" O.C. BOTH WAYS A REMOVED. SEE PLATE NO. 364 .............. ..... ....... FLOWLINE,__ \ A \ ` .-FLOWLTNE -10'— — -... — CONTRACTION \ � CONTRACTION JOINT ; " JOINT SEE PLATE NO. 36-16 k+ 0i FOR DETAILS REGARDING CURB TRANSITIONS X-DISTANCE LIP TO LIP 3 a� NOTES: 1. CLASS "B" CONCRETE 3,000 P.S.I. 0 7 DAYS 2. MAINTAIN LIP UP GUTTER SECTION WITH I" INVERT TO VALLEY GUTTER 3. TRANSITION FLOWLINE AND MAINTAIN 1" MAN VIEW INVERT FOR POSITIVE DRAINAGE THROUGH VALLEY GUTTER DEPTH: 6"- RESIDENTIAL STREETS 8"- COLLECTORS & THOROUGHFARES 2" MIN. TYPE "C" H.MAX- SURFACE, —1 f-3" 1" BASE . .j BASE S. PLOWABLE FILL, SEE PLATE NO. 364. SECTION A -A REVIRD CONCRETE VALLEY �ityOr DEC 2012 GUTTER & FILLET DETAIL Lubbock PIATENO. yms 36-11 T.O.C.I—VARIES—, 4'—}—VARIES—( i. '1:12.5-PE FLOWLINE FRONT VIEW VARIES (10' TYPICAL) SIDEWALK SLOPE REQUIREMENTS LONGITUDINAL - 1:20 MAX, TRANSVERSE - 1:50 MAX. SEE PLATE NO. 36-16(B)FOR GENERAL NOTES ON A.D.A. q RAMP CONSTRUCTION. R-15' R=25' a PROPERTY LINE y, RAMP R 50.8 SQ. FT. OF q y, CONCRETE K FLATWORK SURFACE APPLIED CURB B TRUNCATED DOME GUTTER PANEL T-6" MIN. 6" SLOPE 5% 24"MIN. MAX M � _ Y i 1:12 MAX. s i SURFACE APPLIED Y TRUNCATED DOME BITUMINOUS T." v e PANEL 4" MAX EXPANSION JOINT AS REQUIRED BEHIND CURB. SECTION A -A CORNER CURB RAMP USED City Of MAY 2014 (WITHTYPICAL TOR 6' SIDEWALK Lubbock ALONG CURB BACK) TEXAS RATE NO. 36-15 I 7-- TOOLED) INT TOOLED JPINT EXPANSION JPNT S. 20' ROW R TYPICAL ALLEY PAVING DEC. 2012 Lubbock R mmol TEXAS 37-1 MATCHES V DEPTH #4 ISARS�( t. Ok TRANSVERSE #5012 C.LO�G 7" PORTLAND CEMENT CONCRETE PAVEMENT MS�RENGTFiEOF aASS COMRESSIVE 3,600 PSr- I 0 28PDAYS) mmimmm�b - COMPACTED SUBGRADE 12`4 0 95% MODIFIED DENSITY TYPICAL SIDEWALK REVm MAJOR COLLECTOR (C-1) m 4 CONCRETE PAVING Lubbock'YY 20' N.T.S. TEXAS [::f E387 _ METHOD 6: JOINT SEALING COMPOUND JOINT SEALING COMPOUND �0 LONGITUDINAL SAWED CONTRACTION JOINT JOINT 1/4 '. i/B „_ I/q„ SEALING COMPOUND 0 JOINT SEALING COMPOUND LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT METHOD A: PREFORMED COMPRESSION SEALS (PCS)(DMS-6310 CLASS 6) 114 a� PCS 0 0 Fwm LONGITUDINAL SAWED CONTRACTION JOINT Y16 „ _ 'A " TRANSVERSE SAWED CONTRACTION JOINT %"-'/q" JOINT SEALING 11-- COMPOUND z JOINT SEALING o COMPOUND BACKER ROD - lul ��/16 " ' '/q „ TRANSVERSE SAWED CONTRACTION JOINT JOINT 1 1 V8„ �/4„ SEALING �-�.{ �COMPOUND I I 1/q " BACKER ROD BACKER PREFORMED ROD BITUMINOUS FIBER MATERIAL BOARDS PREFORMED OR EOUIVALENT. BITUMINOUS FIBER ® MATERAL BOARDS OR EQUIVALENT. TRANSVERSE FORMED FORMED EXPANSION JOINT ISOLATION JOINT GENERAL NOTES 1. UNLESS OTHERWISE SHOWN IN THE PLANS, EITHER METHOD "A" OR METHOD "B" MAY BE USED. 2. THE LOCATION OF JOINTS SHALL BE AS SHOWN ELSEWHERE IN THE PLANS. 3. THE JOINT RESERVOIR FOR SEALANT OR PCS SHALL BE SAWED UNLESS OTHERWISE SHOWN ON THE PLANS FOR THE LONGITUDINAL AND TRANSVERSE CONSTRUCTION JOINTS AND THE SAWED JOINTS. 4. DIMENSIONS tl1, tl2, AND d3 SHOWN IN METHOD A SHALL BE IN ACCORDANCE WITH THE PREFORMED COMPRESSION SEAL MANUFACTURER'S RECOMMENDATION. 5. REFER TO DMS-6310 "JOINT SEALANTS AND FILLERS" FOR THE CLASSIFICATIONS. 6. FOR SAWED LONGITUDINAL JOINT, LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT, USE JOINT SEALANT CLASS 5 OR 8 UNLESS OTHERWISE SHOWN ON THE PLAN OR APPROVED. 7. FOR TRANSVERSE SAWED CONTRACTION, TRANSVERSE FORMED EXPANSION JOINT, AND ISOLATION JOINT USE JOINT SEALANT CLASS 5 OR 8 AT NEW JOINTS. USE JOINT SEALANT CLASS 4,5,7,OR 8 FOR MAINTAINING EXISTING JOINTS. B. THE JOINTS SHALL BE CLEANED IN ACCORDANCE WITH THE ITEM 438 "CLEANING AND SEALING JOINTS" OR ITEM 713 "CLEANING AND SEALING JOINTS AND CRACKS (CONCRETE PAVEMENT)". 9. ISOLATION JOINTS ACCOMMODATE HORIZONTAL AND VERTICAL MOVEMENTS THAT OCCUR BETWEEN A PAVEMENT AND A STRUCTURE. ISOLATION JOINTS MAY BE USED FOR BRIDGE ABUTMENTS, INTERSECTIONS, CURB AND GUTTER, OLD AND NEW PAVEMENTS, OR AROUND DRAINAGE INLETS, MANHOLES, FOOTINGS AND LIGHTING STRUCTURES. ,Texas Department Of hensporoffm Sf..d ld CONCRETE PAVING DETAILS JOINT SEALS JS-14 �h J � +, 11 1 curb back / / 7--1 ,Qt"r�', &�f'•$'b f curbb / BLENDED TRANSITION PERPENDICULAR CURB RAMP TYPE 7 Plonting or other non - TYPE 2 walking Surface or proie0i tlropoff 6, 5- r In. -�= L e. lx 2y � R TYPE 20 °j+'63 Install detectable rorough eurfaoe °itn TYPE °4 k \ + Q' m1I;nininm 2'W-tn e�1-1 between. F 6- If metlion ie lee. than 6' riae, eliminate o'• m detectable eurracee. eft 2) warning prnp Ra'D \ :itnncroeewa�jkallel e, 5, min. \ Curb details Or • I s vre In the PI on.. CURB RAMPS AT MEDIAN ISLANDS TYPE 10 r / .. .. /ZA Croee .lope not to % /fix• -I Cr.., .lope not to a%ceeo 2x on any % .n xceeo 2% on ony ti- of ra . Ionatng ti f 1 di 1r on. tiion to street. S. JX —� Sr W7 }n . sew on no, O .1treet� Slops. Wrd}n. 6 ,refeoreOWSd} � W( T/g}n n. n m!n PARALLEL CURB RAMP (Sidewalk set bock from curb) (Sidewalk adlocent to curb) (Use only where water will not pond in the landing.) DIRECTIONAL RAMPS WITHIN RADIUS Planting or artier rtan- TYPE 11 Min. 2' taper to existing or ,opo.ed .IOewalkl walk ng surface 5% 5 Lontling protect Oropoff on 5nor d 5' Curb 2' in.n. max. �• Curb,\II RomO 2% \ max. �.^ ";?—�\ Fl ore _ \ gnat ! I Stoewolk 2 8. 7X t I Oewa l k � 2% Romp Cu b R. TYPE 3 2' ml n. at 6. 3X P lop+ing on other non walkup .ur lace Or� protect cropoff Rartp ' min. i STOe Shares Flore Landing •s Is.�x y max. 5hareo Lonaing ��,• .. a p WOI k 5' or, rrr9nred TYPE 6 COMBINATION CURB RAMPS F, OFFSET PARALLEL CURB RAMP NOTES / LEGEND: See General Notes on Sheet 2 of 4 for mare Informgtlon. Denotes planting or w-w-y- non -walking Surface not par+ of meaestripn circulotion path. — Ramp limits of Payment ® Detectable Worning Surface TYPE 22 Flare / Romp 8.3% max. Flare Romp 8.3% 5'x 5'(min.) mg.. Shores Landing Flare Flare Romp 8.3% max. COMBINATION ISLAND RAMPS SHEET 1 OF 4 AMW of n+ uon PEDESTRIAN FACILITIES CURB RAMPS PED-12A J 13, 2012 General Notes Curb Romps 1. Install o curb ramp or blended tronsiti an at each Pedestrian street crossing. 2. All slopes shown ore maximum allowable. Lesser slopes that will still drain properly should be used. Adjust curb romp length or gr0Oe of approach sidewalks as directed. 3. The minin n sidewalk width is 5'. Where the sidewalk is adjacent to the back of Curb, a 6' sidewalk wi dih is desirable. Where a 5' sioewoik cannot be provided due to site constraints, si Oewaik width may be reduced to 4' for short distances. 5'x 5' passing areas at intervals not to exceed 200' ore required. 4. Landings shall be 5'x 5' minimum with a moximus 2% slope in any direction. 5. Maneuvering space at the bottom of curb romps shall be a minimum of 4'x 4' wholly contained within the crosswalk and wholly outside the parallel vehicular travel path. 6. Maximum allowable Cross slope on sidewalk and Curb romp surfaces is 2%. T. Provide flared sides where the pedestrian circulation path crosses the curb ramp. Flared sides shall be sloped at 10% maximum, measured parallel to the curb. Returned curbs may be used only where pedestrians would not normally walk across the ramp, either because the adjacent surface is planted, substantially obstructed, or otherwise protected. S. Additional information an curb rump location, design, light reflective value and texture may be farad in the current edition of the Texas Accessibility Standards (TAS) and 16 TAC 68.102. 9. To serve as a peoestrion refuge area, the median should be a minimum of 6' wide, measured from back of orbs. Medians should be designed to provide accessible Passage over or through them. 10. Smdil chonnelizotion islands, which do not provide o minimum 5'x 5' landing at the top of Curb ramps, shall be Cut through level With the surface of the street. 11. Crosswalk dimensions, crosswalk markings and stop bar locations shall be as shown elsewhere in the plans. At intersections where Crosswalk morkings are not required, curb romps shall align with theoretical crosswalks unless otherwise directed. 12. Handrails ore not required on curb romps. Provide curb romps wherever on accessible route crosses (penetrates) a curb. 13. Curb romps and landings shall be constructed and paid for in accordance with Item 531 "5idewalks". 14. Place concrete at a minim -in depth of 5" for rasps, flares and landings, unless otherwise directed. 15. Provide o smooth transition where the curb ramps connect to the street. 16. Curbs shown on sheet I within the limits of payment are considered part of the curb romp for payment, whether it is Concrete curb, gutter, or combined curb and gutter. 17. Existing features that Canply with TAS may remain in place Unless otherwise shown an the plans. Detectable Warning Material 18. Curb rams must contain a detectable warning surface that consists of raised truncated dares canplying with Section 705 of the TAS. The surface must contrast visually with adjoining surfaces, including sioe flares. Furnish and install an approved Cast -in -place dark brown or dark red detectable warning surface material adjacent to uncolored Concrete, unless specified elsewhere in the plans. 19. Detectoble Warning materials must meet TxDOT Departmental Materials Specification DMS 4350 and be listed on the Material Producer List. Install products in accordance with manufacturer's specifications. 20. Detectable warning surfaces must be slip resistant and not allow water to occumu late. 21. Detectable warning surfaces shall be a minimum of 24" in Depth in the directi an of pedestrian travel, and extend the full width of the Curb ratio or landing where the PedBstr ;on access route enters the street. 22. Detectable warning surfaces shall be located so that the edge nearest the curb line is of the bock of curb. Align the rows of domes to be perpendicular to the grade break between the ramp run and the street. Detectable warning surfaces my be curved a l Ong the corner radius. 23. Shooed areas on Sheet I of 4 indicate the approximate locati an for the Detectable warning surface for each curb rasp type. ana i no c c I moo 1 Detectable warning Sur fa"ce(DomeB to run Romp Parallel to Pedestrian trovell, Min. PERPENDICULAR CURB RAMP Back of curb Typical placement of detectable warning surface on sloping romp run. Detectable warning Doverl Prefabricated detectable wish truncated OOme9 warning panel Side flare Na. 3 rebar at (Typ) 18"both w aySa yS ys center .-bot� \Min. 5" depth exclusive of detectable warning moteriol. No. 3 rebar at IB" (mox.) an -center bath ways Class 4 Concrete - Shall conform to opplieoble specifications SECTION: CURB RAMP AT DETECTABLE WARNING Landing o m 'oU r Detectable warning surface O I,_ to run parallel to Pedestrian travel) Raw 1 Side cure Tr (Typical) Min. " Back of curb DIRECTIONAL CURB RAMP Typical placement of detectable warning surface on sloping ramp run. Detectable worming surface Lending �_ca Romp m O 2'-0" , Min. PARALLEL CURB RAMP cook of curb Typical placement of detectable warning surface on landing at street edge. DETECTABLE WARNINGS Detectable Warning Pavers 24. Furnish detectable warning paver units meeting all requirements of ASTM C-936, C-33, Lay in o two by two unit basket weave pattern or as directed. 25. Lay full-size units first followed by closure units consisting of of least 25 percent of a full unit. Cut detectable warning paver units using o power saw. S i dewoI ks 26. Provide clear ground space at operable parts, including pedestrian push buttons. Operable parts shall be placed within one or more reach ranges specified in TAS 308. 27. Place traffic signal or illumination poles, ground boxes, controller boxes, signs, drainage facilities and other items so as hat to obstruct the pedestrian access route or clear ground space. 28. Street grades and cross slopes shall be as shown elsewhere in the pl ons. 29. Changes in level greater than 114 inch are rot permitted. 30. The least possible grade should be used to maximize accessibility. The running slope of sidewalks and Crosswalks within the public right of way may follow the grade of the parallel roadway. Where o continuous grade greater than 5% must be provided, handrails may be desirable to improve accessibility. Handrails may also be needed to Protect pedestrians from potentially hazardous conditions. If provided, handrails Shall Cariply with TAS 505. 31. Handrail extensions shall not protrude into the usable landing area or into intersecting pedestrian routes. 32. Driveways and turnouts shall be Constructed and paid for in accordance with Item "Intersections, Driveways and Turnouts". Sidewalks shall be constructed and paid for in accordance with Item, "Siowalks". 33. Sidewalk details are shown elsewhere in the plans. SHEET 2 OF 4 • DlMv r. ,Texas Department of 7t ei porilat7am S7endecd PEDESTRIAN FACILITIES CURB RAMPS PED-12A o .012p.aan Dw T,00T Ru lm,T, vP ©TxmoT Norch 20D2 rowans VP June t7, i0li e�ze ea.r. zr,r n t..-...._ _.« .�._......._..._..: ..................; 'w�......w Ib»....�,.","...w! ¢ao.."....�..w.^.+ml ew.,a.�,":.».wxg3 7ae."...,.....::..wu km„w..,m... � I &J NF8 Con Pay Concrete Driveway Payment W Planting or other non -walking Surface Setback sidewalk Apron offset sidewalk Wide sidewalk Concrete Driveway Payment +At +k I f curb height is greater than •• �n inches, use grade less anon or equal to 5%. Honorail and detectable warning not required. Romp sidewalk SIDEWALK TREATMENT AT DRIVEWAYS PROTECTED ZONE In pedestrian circulation area, maximum 4" projection for post or wall mounted objects between 27"and 80" obove the surface. MAX. LENGTH OF OBSTRUCTION IN. DISTANCE 2•-0'* BETWEEN OBSTRUCTIONS CURB �^ OBSTRUCTION (POLE, HYDRANT, ETC.) z O U 2 U u, <o OBSTRUCTION (CONTROLLER CABINET, MAILBOX, ETC.) PLAN VIEW PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' x 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURE 5.1 CLEAR GROUND SPACE ADJACENT TO PEDESTRIAN PUSH BUTTON il When an obstruction of a height greater Protruding objects of a than 27" from the surface would create height < 27" are detectable a protrusion of more than 4" into the by cane and do not require pedestrian circulation or ea, construct additional treatment. additional curb or foundation at the bottom to provide o maximum 4" overhang. DETECTION BARRIER FOR VERTICAL CLEARANCE < 80" e ,79xae OPepartmeat Of nanepamum StaneeN PEDESTRIAN FACILITIES CURB RAMPS PED-12A ©i%DOT Moron 2001 VP — 13,Y12012 STOP BAR i 5'x 5'(MIN) LANDINGS SPLIT RADIAL �\ 'i/ CROSSWALK / RAMP PLACEMENT SIDEWALK �\ SIDEWALK —/{/ ------------------- -- SIDEWALK ADJACENT / T/ 4'x 4'IM IN) MANEUVERING SIDEWALK ADJACENT TO CURB SPACES TO CURB SKEWED INTERSECTION WITH "LARGE" RADIUS STOP BAR 5'x 5'(MIN) '+ LANDINGS rr CROSSWALK SIDEWALK SIDEWALK ' �/ + + + _ __—___—_—_—_—_—_ ��_ SIDEWALK ADJACENT URB MANEUVERING IN) / SIDEWALK REMOTE TO CAING FROM CURB SPACES SKEWED INTERSECTION WITH "SMALL" RADIUS 5'x 5'(MIN) LANDINGS SIDEWALK STOP BAR CROSSWALK +a + ++ a \ I / SIDEWALK + + SIDEWALK REMOTE I ( SIDEWALK ADJACENT FROM CURB a'lR[NJ TO CURB MANEUVER SPACES NORMAL INTERSECTION WITH "SMALL" RADIUS ��. \�:+v LAN 5' (MIN) LANDINGS + r + oFkq f r r+ + / 5'x 5(MIN) + + CROSSWALK SHARED LANDINGS �STOP BAR I AT INTERSECTION W/FREE RIGHT TURN 8l ISLAND 6' PREFERRED 5' MIN. 5'x 5' (MIN) LANDING SIDEWALK 5'MIN SIDEWALK SIDEWALK ADJACENT SIDEWALK REMOTE TO CURB FROM CURB MID —BLOCK PLACEMENT PERPENDICULAR RAMPS TYPICAL CROSSING LAYOUTS O d j t tv R tv N �� � W Q � Q 4 0§1 J O .0 ^'Z _� �•— i ) BZNO STREET LEGEND,E �r r�' ppcy5 '-' SYSTEIMIC FEM9 RESTUDY \ i` ' l •� f•r' — --• FEY9 RESTUDY BASIN LIMITS —•--- - MVENUE PROJECT L9AYAEE51x a B9I IEEIAIS L095 ... •-/ - 98TN STREET BASIN LIMITS L093 - PLAYA LAKE NUMBER L094 T'• DB-N - DETENTION BASINS ' til y 1 •_• DB-N 98TN STREET war �'y �,up= L133 DB_S' S � �I L094 r ! -- — --- zw xM ww ow x - J I L09¢B io o. w L132 wo -- zz: MCL Jl4T/! STREET L182A way 1 :y w > L182 ❑Q� rM 1585 a $ u - 53 $' N6T`�e `„.✓�'°' jil- i .r,c , �,i1 ,, x % "^' iittt Al t °wW'' w"+.Ckr"t '� ��_`'� dl 1�_.i �' ,'tL .....mmr, a j F I,', "1 m"",' 3t` "'&t $ .:k•°Gdw ..»{A° rx ♦ A} i _ �T4T` .. tpk�� ,�" '� : a r. Y i :� : 't'�``+" `wt`'!'y`k•i } '� t p .°'"< x �8 tilII4 pp 9$-1V5 f �[. r . 4N M FIY - iSfQ�.. —Al T 98 g � i .,...._,.c - ".---� _ _ � �T� � w•m„win M 6y� �.,.g +�. �r n,,,� ..." .t� ���(Qt��q a,�{ 'i 77 'I t ','�$ 98 i 13S 9 �,, 98 fiS , t4 $ � "A V 4� pd,, Y V '0P d RIP r z'� a5 Zk'AtM rR" &+'Y`'X"`, •' T Yr -d d., r,.. fi. , °wM 'nY 1\n J64 i, §� 1, �' h, � i rx� a me s o a xew, w yip r t,, s �.�y�`�• f d s �. t "�,r ti L1[.v�n _,a�n`,_ "S.d...� pis, q. S :. �y� x.t p y �•�y r t � ! . :;. d s,x 3 tr, '' s .,�.tM-`, . u�'T�"i�3 '•<ad -°3•- • ,: :'.', v-, Y t"dr "� '+' 't t�,a � s �-�. �"''S �°x.. >� ,� a "' '2.. �, ., �. Sr..v @p�.�"�,�,ll ���•' ��$��- a^ �" i r a a •. � °�i n � ,i* t.A Fs � �•� p,� e`± L. � �, Ta�� "1p� yw r „dam d, w�� kt«� ��;,az�•,Y '` A s "'y.•n+"'+ ; � ,s+y � ( '� 4 9 p h^"�,"4" Mw'"^ '"°M1:IC" '' 4 +w5"r"a" "r �• n' w4^. ° �: --u,W. x , Inq oil nit " " r r •n azr,C y �P v+r�°��dN,, �? ;i i r e�r n,� �^*"""1�5°� ( '�.a'�; Ce ��'"4,�G a.Ar��a'' �+'anxi:4,a�31iR, "„.,'�r'`ti,^.leumr�;i,m""...r,'�`".'�9„»�"�;�,,, ,: ��,r � � r' ;. r, d ; S �. t ,,. .'Y'• - .« ! td '�, -� ,.�",a ,{{{ r4 8��:,'m'"., dAd ,y..• 'ah' t r> id t wf r A �wM •" 'fit•-•} ,v . +, _ \ a3 �� .>_*S a +s' d'w-`Vzr`f�K :a1?�„„e}�• �M� & :t,'K '�t s -`r z� -;d sv•--��P i'.sY;y!"$,��.� 1Y :. yN�,.;.. S.r. ry .�'a�'�� 'mix -,i �^ • ' � d:�', v �a .¢�, C ;f..:•, .r. r �'� Y a� i C'''.;:.'t+•��.: at >t t I Y ,Y tt,"4 a �' itsdr a w v ,., .• _- _ _ P - - ..St i1 iv x a� No Text No Text - r------ 7------ -� r •�- -1 -----� ----, - 4-----1 -` ""_" L r wil LL 0 rOn v o 0 250 500 re+ 1 ON fETN sSSTaccr sue-s•stw Io - L LLY ITITREET S00•e•SIM 01VIIiI, LIYINa TS NNOJEET F N•� - to TN STREET e•SIN LIYITS 33 FL•+• L•K6 NtwoEN — - FL" •NNONS L W d Z�U H Cl¢ 7RE � + Q 57 MRCS TYPE II DESIGN NOTES, 1. INTE RCONRECPpA ROUTING AIM) TWARL USED STORM RAINFALL TOTALS r9p ILLHrdroLMIalc AND HYDRAuuATIAnIc sI)aR. ( 2 4 - HOUR EVENT) 3. ALL 57p EVENTS ARE 24-W DLRATION. RETLRM PERIM TP-AO PRECIPITATION DEPTH NEARS) (INCHES$ REFERENCES, 2 2'80, 1. CITY OF LUBBOCK WASTER DRAINAGE PLAN 2010 LFOATE 5 3.80 ONDP). to 4.6O 2. CITY OF LIRROCK DRAINAGE CRITERIA WARWAL (ODD). 25 5.30 10) 6.60 3. CITY OF LIIBBOCK 2010 LIDAR DATA. 500 6.36 A. FEW RESTUDY - SYSTEM G AMA). 5. MILWAUKEE AVENUE BOND PAMCT IWABPI. HYDROLOGIC DATA SUMMARY TABLE ®® MEMO= 98TH STREET AND PARALLEL CHANNEL HYDRAULIC SUMMARY A" NOTE, STREET AND CWA79AEL MODELED USING FIITLNIE FULLY DEVELOPED MYDRAOLIG AND HYDROLOGIC CONDITIws WITN A T-2 TNWpIG16ARE SECTION ROCHESTER STREET COLrEATS HYDRAM IC OAIA STORY 25 YEAR 50 YEAR (DES) 100 TEAR 0 ACTS, 179 222 255 V IFPsi 5.94 7.37 6.5 AA, UPs EM PRE AM 3203.04 3283.65 32 6A.60 DDWAY 'ITT OW'ITI 3261.73 3281.92 3202.12 CULVERT SUMMARIES OUINCY AYE" CULVERTS HYDRAULIC DATA STp 25 YEAR 50 YEAR (DES) IVD TEAR 0 ICFSI 342 413 N1D r (FPS) 5.34 6.46 T.m -E P 75E IF" ETI 365.49 3M6. 05 3M6. 56 DOWNSTeE iTl 3262.52 3262.95 MS..PITS[ PLAYA LAKE SUMMARY PLAYA LAKE 09AA EOVALIZER CMVERTS HYDRAMIC DATA ST- 25 YEAR 1 50 YEAR IM YEAR (DES 0 ACrs, A5 75 102 r tFPS) 2.22 2.75 3.75 EAhl , Ejr, PRE t 3262.4 3263.0 V93.6 AW PLUSES 'i T) 3262.4 3263.0 3263.E OEsAAIN ESTIWATED PLAYA LIKE NIT 11 W/S Mf RFLON PEAK RATER SURFACE ELEVATION (NAVD) IMAVOI IIVATION 5 TEAR 10 YEAR 2S TEAR 50 YEAR 100 YF AR SW YCAR MI AMTH 32%a N,_ NIA 3260.E 3M 1.1 3Mz.A SM ].0 ]z63.6 326A.i 094A SOUTH 3256.E N/A 3M0.6 3261.1 I 3M2.4 1 SM3.0 1 3263.E 1 3264.7 PLAYA LACE MA WAs Im0ELE0'U51)G FUTURE FMLY"DEYE LOPED DESIGN CAM IT[ OR AND SPLITTING THE LAKE INTO "IN AND SWIM USING THE FUTURE T-2 ROADWAY AS A DIY 15ICAN. 1 - � . _.-_ I O,� y� Z0Z ■ Sg N: I"•100'� V: I ": 1 0' I �* NOTES: 1. WATER SURFACE ELEVATIONS SHOWN ARE ESTIMATED FROM MODELING USING THE 100-YR 24-HR DESIGN STORM EVENT USING PROPOSED ELEVATIONS OF THE ROADWAY DESIGN PROFILE AND TYPICAL SECTIONS. 2. EXISTING AND PROPOSED HGL PROFILE REPRESENTS ESTIMATED PEAK WATER SURFACE RESULTING FROM THE 100-YR 24-HR DESIGN STORM. 3310 .......... ........... ....... .... ..;.._. _. _... _..... _.. ._... !.. _....... ....� ___...... ..I_..; _. .. _... _.. ...':.. ..........._.... _ ...� ....,.... 3310 ....... PROPOSED 8 9 TH T STREET NGL 3305 `. i . 3305 ...................... ............ _............. ............ .. .. ...... ...._ _... ...... ...... ........ PROPOSED 98TH .... ..... .... ... .... ........ STREET ....... n � GUTTER GU R 3300 .......... ..... :................. ............................................:.................. -- -- - 33aa 3295 :....... :............ �.... ------- -.----.-.-,------_---.---------- --��-�-_ ! 3295 ...... ........:.. ..... ...._... ...... ......._ ..,. _ _ 3290 '. zo PROPOSED CHANNEL HGL 3290 .,...,...! ,........ On.. =� PROPOSED CHANNEL' ^�^ N _ 3285 mFW 3285 ................ ....... .1. .._.. .... ...... ..... ......................5. .. ..........5........, ........m ........ .... ..:.... ...... ._...._ _._ _._.. .... .. _ ........ HLl N: ........ 3280 3280 .. '... ......... ......:...... ......... :............ ....... ... .... .. r-O:v r-......... r`m r-m:�.N. .......me c..R..... Om�: v.� m:.�.,o. .. pppv ._ n iri •OI; m;n i(1m':MN •Nm':Nv •� •ON : ' ' : : : am':c mmm NN:NN : MM'MM am'.aa am:mm mmmm NN:N NN:NN NN'NN MMMM MMMM MMnn maam : mm:mm mm'Imm NN:NN NN:NN : NN:NN MMMM MM'MM Mn.MM mmom N nMMM NN 146.00 147.00 14A.00 14Q.00 150.00 151.00 I%2.00 ti1.00 I%4.00 15i.00 1i • » J01N E. KIEM -1 iiiar 'f': r41N.Se1.n9Ai C.lIT tziovmn 8 H 0 QZ N �? O Ow m cJ7 JVLLS e $ g Fizz 2 Y Y b W 0000 22ww "E!2 mmNN 59 FLOTTEP. IV70MIT a? w FLENAW: Ik1E01718Bn ua-w.M. MATCHLINE STA 155.00 I 3294 I I of Vi IT II IIII 3291 II II JJII 329y KAr' II II II 3281 II 3284 it II jl II FT II 3281 ROCHESTER AVE ' 326J I� 328� III 326 ` 328J I 32741 7,d�I I 11 32711 98TH GUTTER FL 98TH GUTTER HGL SIDE CHANNEL FL SIDE CHANNEL HGL ouF: Ivewxm' 98TH STREET PAVING IMPROVEMENTS oFsiuc to rn CD STORMWATERr ROUTING UPLAND AVE TO MILWAUKEE AVE City of T 1' o' `' yF v ate: s oA Es oEa¢o:as au m�¢me STA 165.00 TO STA 167.00 Lubb O (� K car xm TE%AS 3293 I /I 1 3291 1 I / 3290 1 I I 1 I I j 3289 o- ol I / I } I 3286 I 1 ' I � I 3287 � � I I � i ..92Ee I I � 1 3285 I I 3284 3292 3281 3260 3279 3276 ALLEY ROSS AVE RIGLEY AVE ALLEY RROOCHESTER AVE -- - --- ------ - ALLEY I REMINGTON AVE I \ 1 3277 MATCHLINE STA 167.00 <x oc c 0 0 Kimley»)Horn IJArA. h 191i. m6AE6-WU TEVA Easmau' � F.,� HUGO REED � '� � NDD ASSOCL1 SS,.IINC. 1 N 01j W& w 0§1 i. — — — — — — — — — — — — — — — — — — — — — — — — 50 100 A H: I-100' V! . .............. 8T-H ET — ---- ----- —17--- -- ----- ----- ---------- --------------- ------ --------- D. e -0,75% -0-701/ -0.20% — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — NOTES: i. TER SURFACE ELEVATIONS SHOWN ARE ESTIMATED FROM MODELING USING THE 100-YR 24-HR DESIGN EVENT USING PROPOSED ELEVATIONS OF THE ROADWAY DESIGN PROFILE AND TYPICAL I STORM EVE G L SECTIONS. 2 EXISTING AND PROPOSED HGL PROFILE REPRESENTS ESTIMATED PEAK WATER SURFACE RESULTING FROM THE I 00-YR 24-HR DESIGN STORM. 3280 ..... .. .... . .... ...... . . .......... .. ............. . 3280 3275 PROPOSED 98TH STREET HGL .......... . ........... ... . ....... ............... .... .......... .......... 3275 PROPOSED 98TH STREET GUTTER 3270 . .. ..... ... 3270 — — - — — — — — — PLPWSE AYA 094A — — — — •AKE3264.70 500yr PLAYA LAKE 094A 3265 — — — — — — 100yr PWSE- 3263.60 3265 -0.75 0.2011 27; 3260 . ...... . ..... vi .. .. ........ . — -0.2o./ q. 3260 QUINCY AVE "SEE CULVERT 3255 c LAYOUT. SHEET-... mo ............. z v 1 3255 uwn EXISTING GROUND PROPOSED SIDE CHANNEL IFw aw AFTER END CHANNEL 3250 w w.w 3250 .......... ... ........ PROPOSED SIDE CHANNEL HGL ww T wo W�ww wwww wo. w wwww •— —1 I 1w •1w w w 197.nn 199.(Yn lgq.nn 17n.00 171.00 172-00 171-00 174-00 175-00 176.00 177.00 178-00 179-00 p Z Lu pw — —0 w w >w 0 K 5;0 w W a Jrz 0�0 0 0 F- U) DD=X — u =mw. =eE! M.001 61 N �V� PLAYA LAKE 094A Q S STAIR STEP INLET i 0 o o ___________________________________ — — — — —EXISTING _ _ — 0 50 100 j _ pg n rf n :ice' ° H: 1"=100' :N V: I"=10' ...�........ O �T38 E� O _ 1 Z -.1 I0.00 .�.�..�.- -.-.- -.-.-.-.-._.�.._.-.-.-.t _ _ _ H_STREET -00 �- _\ '- / 110700 Z J.. _ .� _ _.... ......... __.._. __._ _._. .. ......... .............. .... _...... ..1.... .,....,......... .._..,. J i -------------------------- I � ULTIMATE EQUALIZER EXTENSION qNN=�h4 a< OW NOTES: 1. WATER SURFACE ELEVATIONS SHOWN ARE ESTIMATED FROM MODELING USING THE 100-YR 24-HR DESIGN STORM EVENT USING PROPOSED ELEVATIONS OF THE ROADWAY DESIGN PROFILE AND TYPICAL SECTIONS. 2. EXISTING AND PROPOSED HGL PROFILE REPRESENTS ESTIMATED PEAK WATER SURFACE RESULTING FROM THE 100-YR 24-HR DESIGN STORM. 3280 ............ [. ... .. ... .. ... .... .. ,. 1280 3275 3275 3270 .... . 3270 .... ., .... ....:.. • . .. .. PLAYA LAKE 094A ...... ..... ��PLAYA LAKE 094A PROPOSEDHCL 500yr PWSE- 3264.70 IOOyr FT15E• 3263.60 . 3265 3265 ULTIMATE GUTTER 96TH STREET 3260' (FUTURE) 3260 .. ._ ,..... ...,. . ...��� .PLAYA LAKE 094A INLET LOW PORT . .... ! S�EL EV• 3256.98 3255 ........... u.. .._. ... .... ........,.. .,_ ....... - ........ ........... .... . ...._... .... .... ... ........ .. .. ........ ... 3255 3250 3250 ............. EXIST TNC -GROUND. ........ ; .. .. ... :............ .. .., . .. ;..EQUALIZER..... ... .... .. ... ... AFTER END CHANNEL 4- 0.38 'SEE CULVERTLAYOUT SHEET nn............ NN vv... ....,... NN.... ............00p.. 'ri- �........ m.............. ... .m•-. ... Om. at ... ...NN:............. Nu:: NN:..... .... PP: •v: ty �y-...... .. N(y............ •rig m ...mN vi vi MvI.',, uu. NNE NN: ee; vc� vi a�'. ri ri: vi ri 179.00 180.00 181.00 162.00 183-00 164.00 185.00 186.00 187.00 188.00 169.00 190.00 191.00 z 'c y 8 uuuu e � S S S w W 62 O T T N . — — — — — STORM WATER -- — SLUICE GATE — ro-- — STRUCTURE � M J M M :•••: m...�........ s .. ,sb f _._._ _. % -------- f NOTES, 1. WATER SURFACE ELEVATIONS SHOWN ARE ESTIMATED FROM MODELING USING THE 100-YR 24-HR DESIGN STORM EVENT USING PROPOSED ELEVATIONS OF THE ROADWAY DESIGN PROFILE AND TYPICAL SECTIONS. 2. EXISTING AND PROPOSED HGL PROFILE REPRESENTS ESTIMATED PEAK WATER SURFACE RESULTING FROM THE 100-YR 24-HR DESIGN STORM. X W3 6- 0§1 C o H 1"•-100' . N M O 0Jim R a F VT A• 3280 _ .... _. _.... _ .._. _.. _.... ..._ _.... �... _._ 3280 '... 3275 __.. ... _. _. _....... .. __. ..._. PROPOSED 98TH STREET HGL._.._. 32T5 3270 !._ '.... :__.. 3270 __.. .__.... _. ........ ULTIMATE' GUTTERf98TH STREET. _ PLAYA LAKE 094A PLAYA LAKE 094A (FUTURE) _ 500yr PWSE • 3264.70 I OOyr! PWSE • 3263. 60'. _ _ i _ _ _ _. 3265 -_�___�-_ _� _____� _ . _ _ _.. _. ..._. �._ 3265 ..��-..,�� 3260 _. ..__... __._. _' _ _..... _. .._._... '...... ._._. _.... '_. __. 3260 3255 .__.. . __... j ...... _. _.. , _... I_. _.. 3255 3250 _._. ,.__.... _._.. .. _. _.. _..__ __... __.. _._ ,.... 3250 ....... .....m 00 .... ..... rO ........ Tom': _ ... .... ..,.. NM OIp:... mm:.. �Om 141.nn 142.nn 143.nn 144.nn 145.nn 14f..nn 147.n0 14H.0n 144.On 200.00 201.00 202.00 203.00 i•'•��E �-•N+•11 �T IIIZlT 1 Ih111 RyeN,�-i It/OI/201T w 8 Lu QZ N �H o wOow $ F- N 4il�x s ffi zz as UUUV e � yy 8 yy G ✓_ S 2 W W mmoo 0000, I OI ION 63 PROP EOP '--©-----©-----©-- ----C }"--'STA 164.17END, SE -PD---_ STA 161.29. 42, 50. 5' RT BEGIN COHC RIPRAP STA 164.04.37, 63.24' RT ELEV•3285.46 BEGIN CONC RIPRAP STA 163.29. 42, 55. 5' RT • BEGIN_5' --------------- BEGIN CONC RIPRAP-" _ _ _ _ __- --- ------- _BUF_FER_IRT STA 163.46.47, 63.24wt 1 tEND CONC RIPRAP— ' STA 163.33.77, 65. 33'RT _ BEGIN 5'BUFFER END CHANNEL TRANSITION --- - ----- STA 16,4 18 7END 3-5'k 2STA 163.23. 7767' RT BEGIN SE BEGIN CHAN BEGINLCONCNR IPRAP� 10, '(•ORAj NAGE•CH ANNEL I i+t I 5'X 2'BOX D_�,.,Lz-s ___d.___D— _.b. ^ I-- -"I-� --- -51X 2'BOX ---- 0 11 d d d d 1 3 5' X 2' BOX o STA 163.23.77, 81' RT 10'• STA 163.42.18, 74' RT BEGIN CHANNEL TRANSITION TEND SETB-PDO BEGIN 3-5'X 2' MBC STA 163.33.77, 82.67' RT END CHANNEL TRANSITION d �11 J J r STA 163.47.92, 87.65' RT BEGIN CONC RIPRAP .}� y y RO y •I END CONIC RIPRAP E 5' BUFFER END ROSION CONTROL BLANKETS PROP 6' SIDEWALK 0 STA 163.33. 77, 74' RT BEGIN SETB-PD 14 STA 163.77, 105' RT e4 ENDND CONIC RIPRAP SEE ROCHESTER INTERSECTION EL---- FOR MORE LNFORMATI _.____-_ -_ - - N INFORMATION j STA 163.47.92, 105' RT can rnur olocm oU� a M, L oil (� `-'$ STA 164.21.42 C350. 5' RT-----©----- END CONC RIPRAP �� f ELEV•3281. 79 --------------------------- - - - - - - - ---- Di�O w — 4.2:74255. 5'RT WWHORIZONTAL STA 16 0 2 4 _ STA 164.17.77, 65.33' RT • G BEGIN CHANNEL TRANSITION �=' `1' `1' VERTICAL STA 164.27.77 67' RT `1' '-_ EROSION CONTROL 10 ,y END CHANNEL T�7ANSITION y y BLANKETS W s END CONC RIPRAP DRAT NAGE CHANNEL I t d — — Al— I _L C 1 STA 164.27.77 81' RT .y y .y .y END CHANNEL T�7ANSIT ION Jjjj"'--� FLOWABLE FILL SUBSIDIARY • STA 164.17.77, 82.67' RT TO BOX CULVERT 4'},✓ - C 'END CONIC RIPRAP L �i p ' BEGIN CHANNEL TRANSITION PAVEMEENRETE d' W W W ffJl1y. C1.aW9tl� STA 164.17.77, 105' RTC °� �`•' ' END CONIC RIPRAPy�'K�L�ak -- ELEV•3284. 79" STA 164.02.92S 87.68' RT 12'I 17.33' 12',i 12-1-17 END 5' BUFFERm 3-5'X 2' MBC FF STA 164.02.92, 105' RT------- NOTE: W Q END CONC RIPRAP IF PRECAST BOXES ARE CHOSEN IN LIEU OF 2 C x ELEV•1284. 1 BESADDEDPBETW,EENLTHEBBOXESLATWAL6'HMINIMUM. � LU 4. � O � K 3,290 ... .;.. f ROCHES E 5 3,288 ......... ..\. . `. I 5619: 59.6..5...... �,_.�,...... .... ...... 3, 288. w o 4':CO1k RIPRAP SDWK LANE LANE SDW TOP ELEV•3284. 2B n 3,286 ........ :........ :........ :........ :................ .:. �....... ... .... ..... .... .... LL .. ... ................... ..... ..... ..... .... - ..... :...... 3,286 ' PROP :SO YR '� ,0% ELEY•3284.21 ;" CONIC ;R IPRAP j TOP ELE4.3283. 96 US;PWSE•3281. 85 .•\ MAX 1. OOX .0% 3,284 ..... .., PRQP ,$L:TBrP.4. (A: 11... '.. '..... ...... — MAX ..... ..... ..... .... .... .. . .. . .( 3,284 V,. �.. OP :SE 1.... DROP P�. 50 Y281 SP Q a 3,282 • 4 ELEW 3280. 98 ...... _�........�........ ,... _...,. .... _......... ... ... ...: .... ' ..�� ......... '. FLOWABL E.F.ILG.(SLIBSIDIARY.I.�... .•. ... ;..... .. .. ELE BO ..... .. ..... ..... .... .... V�12 14" 1, 282 � ' IL ELEN•3280. 9l0 IL ELEV•3280.23 - 3,280 ................ :........ ........ ........... ...... •. ..... ... ..... ..... -.. .. ..... ..... ..... ..... .... .... 3, 280 _ — — — — _ U 3,278 8. 41 , ........................ ........ '....... ..... ... ..... 66' ..... ..... ..... .... .... .... _ 9. 59' ..... ... ..... ..... .... '. . — .. . 3,278 HgNN FL; a 3,276 3. 276 z ........:........:........ :........:........ :........ . ................:.........:.........:.........:........:........:........:....... ..�.. ..�.. ..�.. ..�... ..�.. ..... ..... ..... ..... ..... ..... ..... .... ...... a 3TRULTIR S A 1f�3•TS•42 WOW 7":CONCRETE PAVEMENT REFER TO CITY OF LUBBOCK PLATE Nb. 38-7 3,274 ;PROP 2-SETB-PD, 3,274 64 -60 -40 -20 0 20 40 60 SHEET1 OF _77 L E 1 1 E_7 1 i STA 173.91. 92, 63. 24' RT STA 172.41. 88, 50. 5' RT END CONC RIPRAP ELEV•3264.84 BEGIN CONC RIPRAP E%IST WATERLINE TO BE ABANDONED ELEV•3266. 62 STA 17 •90.50 64 _________..________. ._.___ __ END CONC RIPRAP 3 .54 RT STA 172.41.88 55. 5' RT ELv3266. 57 15TA 173.74. 86, 63.24' RT — -- --�Q - --- STA 172.58.93, 63.24' RT---------- ------BEGIN BUFFER 9--z' BEGINCONC RIPRAP_____--_-__ __ 5• RSTA 172.43.50 END CONC RIPRAP 64. 54' RT j ______- _ __ - STA 172.33.50 D�• 67' RT 4'X 4' BOX •m 4'X 4' BpX _ 4'X 4' BOX n w STA 172.58. 40, 7, RT 4'X 4' BOX C PROP MBC • END SETB-PD STA 173.73. 42, 74' RT D D D j BEGIN 4-4'x 4' MBC j END 4-4'X 4' MBC STA 172.43.50 . n I u BEGIN SETB-PDT d o 83. 46' RTC d 4 STA 172.60.42, 85. 67' RT STA 173.73.42, 84.67' RT 'I w . BEGIN CONC RIPRAP END 5' BUFFER END CONC RIPRAP i BEGIN CONC RIPRAP 14' j/ > D D D D STA 172.43 42, 74' RI SEEDING LIMITS STA 173.90. 50, RT BEGIN SETB-PD I END SETB-PD d d d d d I BEGIN GABION MATTRESS ' - o j STA 172.60.42, 105'IRT STA 173.73.42 105' RT - I END CONC RIPRAP BEGIN COAL RIPRAP ___________________-______L__ I STA 173.91.42E 79.67' RT END CONC RIPRAP STA 173.90.50, 105' RT _ " 0 W=1 oil L PROP Y) ON MATTRESS Q o 1 ca - _ SEE GABION MATTRESS A DETAILS FOR MORE ^ �� INFORMATION 0 10 20 HORIZONTAL 0 2 4 E J,11 F-SEE PLAN AND PROFILE VERTICAL 3B SHEETS FOR SHAPE OF r CA9 lA S 7' CONC � PAVEMENT PLOWABLE FILL SUBSIDIARY TO iia, ' •.y BOX CULVERT �•., N • ❑ ❑ ❑ ❑ k 1}l 9J166 $ 12'I 18. 92' 12'1 N 12 -t-n PRE -CAST BOXES ARE CHOSEN IN LIEU OF, Z �u PLOWABLE FILL SHALL BE � Q � W BETWEEN THE BOXES w I I( . I I' I I. . 1. i -- v a 10' 1 cnu un n rn r 1.1-I-- f SB QUINCT E NB QUINCY 3,270 ... _ I 76' I. .: ; ... ...... ........ 3,270 4' CONC RIPRAP 33' 1 40• 42'1: 8' 21' 32' ' 61 3,268 ........:. PROP .SO .YR. '.... ..... ........:........ :.. SOWK.:. ......:LANE....:.. ...:........:........:...... .... ...LANE......:. DW ..... ..... ..... ..... .... .... 3. 268 _ US PWSE•3266.05 : HW ELEV•3266. 61 ." 2.-6'.E_____ _- 4' CONC RIPRAP • MAX: 1127%3,266 _ ...................... .. .,................... ... .... .. .. ... ..... ..... ..... ..... SETB-PD; (3: t) __--� _ PROP 50 DS P SE 3R : W 262 95 3266.20: 'SETB-PD 3,264 ........�................. ......... .........:.. ..... .....:.................................. ........... ... .. ;........ ,...... .,. _ ..... .... .... ....- .,_ 3,264 EL EV•3261. 18 FLOWABLE FILL : � 5' CONC 3264:97 (SUBSIDIARY) VALLEY:GUTTER: F FILL 3,262 ........ ........:........ :....... .:.... ..._......;. .... PROP'. ELEV'+3260:99.................. ..L. ..�.. ..;. .. .... .... t UBSID ARY) ..... ..... ..... .;_ .�.. .. ..... ...�. ELEV.32,r{9._31....;.... _.. 3,262 ---T•---1----'--- - - - ION MATTRESS FL ELEV.3259 53 fi8PROP: 3,260 .........-- ........J.......j. CHANNEL4 ... ..... ..... ...........�...�. -..... .. . ... .... 3,260 3,258 ................ ........ ........ ...... .:...11... .. .............. ................... ..... ..... 1.t5.............. ..... ..... .. ...13-..... .. ..... .... ........ 3,258 ........:........................ :........ �....... ..... ..... ..... .... "'siRuc .... Uk'�'S d1 ..... ..... ..... .;. ..;.. 'o. ..... ..... ..... ..... ..... ..... .... 3,25 3,256 • 7': CONCRETE PAVEMENT PROP 2-SETB-PD REFER TO CITY OF LUBBOCK 'PLATE NO. 38-7: 3,254 1 3,254 -100 -80 -60 -40 -20 0 20 40 60 80 100 ITEM) �IL K O U �p Q O O V1 a H O g � LC _ JO U II.IE,I3.Iill J 65 i I ' 1 I I 55, ROW 60' ROWU it I i q, 98TH �yII PROP EOP I I I STA 184.90.38 " k STRUCTURE u A j 3'X 3' Box ZZ — — — — -- 3'X 3' BOX -- i—•---------- -�--— - — - — — — - — - - - — — — - — - 3'X 3' BOX I I U A i I I i STA 184.90.38 OFFSET •67. 5' LT I I STA iB4.90. 38 I OFF SET•LT I �I I BEGIN 3-3'X 3' MBC I 3' I i F iH PROP EDP EXIST AT0 REMAIN i �• EXIST FIBER LINE HAS BEEN ABANDONED PER OPTIC NTS es• ,� PROP EASEMENT I � i 0 10 20 W HORIZONTAL C 9 IREMWATERLINE 02 4F"/—O 4 L O VERTICAL T —---------------------- --------------- -A s v a s 0 A z STA 1B4.90. 38 K OFF SET•67.5' RT w ---------------------------------------- STA 18%99.38 FLOWABLE FILL / OFFSET•45RT SUBSIDIARY TO y END 3-3'X 3' MBC BOX CULVERT ✓n- an-wsu- '' �1 9J166 • 12'1 11.33, I2'� ` 10, NOTE: A -A IF PRECAST BOXES ARE CHOSEN IN LIEU OF AYLICH H CAST -IN -PLACE FLOWABLE FILL WILL NEED f0 BE ADDED BETWEEN THE BOXES AT A 6• MINIMUM. 9,BT 3,266 ........ 500 YR PWSE•3264. 70 ... ... ..... ..... ..... ..... .1. ...�.� H... ..... .. ..... ..... ..... _ ..... ..... ..... ..... ................. .... .... .. .• 3, 266 • 100 YR PWSE•3263.60 ���YYYrrr r-r-T---- -- - - - - -- -------- _ _ - -- ---- r 'I--. 3,264 / I - ' __ s. ..... r "L'-r.4 . __. -..... ;. ..... .. ^ .. _ -ULTIMATE ___ rc9...._.. . . . 49 .. _ ROADWAY EMBANKMENT .............. .... 3. 264 4' 4' : 12' 12'• 4 4 /—'(FLJWRF)/// LANE LAN ¢ ¢ 3,262 ........ :........ :........ :........ : ..., !.. I........ .........:.... .... :....... a. a x ... .. ...... ............. ..... a ..... ..... ..... .... .... 31262 3,260 ...... ........ ........ ..... .............:.... ... .....2� 2. 01/ .... ... .......:. .. ..... .. .. .... .... :TOP ELEV•3256.;68 TOP ELEV•3256.83: 3,258 EXIST STORA INLEY pROP SETS -CD 256...,.... LOW PORT EL E�+i 256.97 .......(fi:.l ).... ......... .. ... .:. .. ..... ..... .... .... .... ..... ..... ..PRO?. .SETB.;CD..(6? t,l...... \�.� `.............. 3,258 /--�� \� /. END PROP DITCH pFFSET•�110' RT � 31256 ../............. :........ ......... :........ :........:..... ...•................................. —.— —. —:_. ..... ..... ..... ..... ... .. 3. 256 R ELEV•3252.63 E ELEV•3252.75 325 31254 ........ :........ :........ :........ . •....... q� ..... j...... .... ..... IE ELEVO3252. 66 .... .... �. •325 .4 ... E EV B .`..y L 2 . .-IL ..... ..... ... ...... 3,254 0. 16% . 0. 19% 0L27g — 3,252 ........ :........ :........ :. ..... :............ ..... ..... ..... .... .... .... .... ..... ..... ..... ..... ........ GRADE DITCH; 3,252 GRADE :DITCH 4T8,T FIBER OPTIC TO DAYLIGHT STRUCTURE STA 184�90.38 PROP 3-3'X; 3'X 90! MBC TO DAYLIGHT ; APPROX DEPTH OF:WATER LINE -60 -40 -20 0 20 40 60 7 — r r-- L r--- r-- 771 99E m1MCYNd M I®T NOftiN �n ao-wnrxsasxa.ro / � 1 � _ / � � �a+me CVNCYMDC i � / I�9 Y6nR PWe6 I 6W �G��������1Tr•\vu,s`ara�m. m...®saw ` r, '. � 1111 tc :fir I �• A� caw�ativmn � I I � aana une I t I ,' I I r, 1 I m ----------- SECTION A -A SECTION B-B ROAD OTY. POND OTY. wb. Hares MEA mv. n.ror nude Mew on. + a+e ,taws axvMme + am mee,a myv '% CALCULATED 500 YR PWSE = 3264.70 PLAYA LAlO= 094A CUT/FILL DATA FILL VOLUME (ROADWAY) r 31,659.57 CY VOLUME REQUIRED FROM PLO94A = 33 056.43 Cy Z a J J_ LL H U 67 - - 5" CONCRE 6 - y4H !pS N ~ a4 BAR5 " TYPICAL TOE WALL DET NTS SEE ELEV, PROVIDED ALONG SOU' OF Ek B I DRAINAGE EASEMENT ELEVATIONS +66. 73 105' RT 3301. 44 148+00 105' RT 3301. 34 149.00 105' RT 3301.06 150+00 105' RT 3300.44 151+00 105' RT 3299.48 152+00 105' RT 3298.52 153.00 105' RT 3297.56 154+00 1 105' RT 3296.60 155.00 105' RT 3295.65 156+00 105' RT 3294.77 157+00 105' RT 3293.99 158.00 105' RT 3293.20 159+00 105' RT 3292.41 160+00 105' RT 3291.62 161+00 105' RT 3290. 84 162+00 105' RT 3290.05 163+00 105' RT 3287.93 164+00 105' RT 3284.16 165+00 105' RT 3285.76 166+00 105' RT 3283. 14 167+00 105' RT 3280.53 168+00 105, RT 3276.87 169+00 105' RT 3273. 48 170.00 105' RT 3271.54 171.00 105' RT 3269.59 172.00 1 105' RT 3267. 66 172+43.38 1 105' RT 3267.69 STATION OFFSET ELEVATION 147 5.. DRAINAGE CHANNEL ISOMETRIC VIEW AT TYPICAL DROP NTS CONCRETE RIPRAP (ALTERNATIVE a1) a4 BARS 12" O.C. J DITCH PROFILE DROP VARIES ` (SEE P&P SHEETS FOR DETAIL) aq BARS 12" OCEWIL=454 S 5" SEAL JOINTS. USE EXPANSION MATERIAL WITH JOINT COMPOUND J 5 PER JS-14 12" F - 5 5" 4 SECT- SECTNTS ISOLATION JOINT WITH EXPANSION MATERIAL AND JOINT COMPOUND 7B„ IF NOT POURED MONOLITHICALLY a4 BARS O 1 8" 0. C. f is" SECTION C-C NTH ROW ELEVATIONS STATION OFFSET ELEVATION 147+98.68 55' RT 3299.09 148+00 55' RT 3299.09 149+00 55' RT 3298.89 150.00 55' RT 3298.69 151.00 55' RT 3298.41 152+00 55' RT 3297.62 153.00 55' RT 3296.30 154+00 55' RT 3294.91 155.00 55' RT 3293153 156.00 55' RT 3292. 25 157+00 55' RT 3291.33 158.00 55' RT 3290.40 159+00 55' RT 3289. 48 160+00 55' RT 3288.55 161.00 55' RT 3287.63 162.00 55' RT 3286.70 163.00 55' RT 3285.75 164+00 55' RT 3284.16 165+00 55' RT 3281.70 166+00 55' RT 3278.99 167+00 55' RT 3276.29 168+00 55, RT 3273.88 169.00 55' RT 3271.85 170+00 55' RT 3269.94 171+00 55' RT 3268.17 1 55' RT 3266.91 M17 55' RT 3266.52 68 EF U S U Bars F2 - Eq Spa (Typ) Bors Bars (Top) (Typ) Bars Dy `y Bars F2 BOTTOM SLAB TYPICAL SECTION Q2 Finished Grace r O (Roadway Slope) o K H 3" Cho" (See GENERAL NOTES) SECTION THRU CURB -E :�[F "3- BARS C BARS D Length of Box Jars F7 Bars F2 Top (i Bott) Bors C I Bore K Bare M v—Bars H Bars Z _- F2 Bars F2 pittlil Bors E (Top) Bars B (Bottom) Bars C ' Bars FitBOTTOn) TOP SLAB PART PLANS Bar Dimensions H "x" Y. 3•_0" 3-5" 2'-2" I3 u =Z- BARS Z BARS Y B" 6" (2,1) ^ 3. BARS K - w4 (Spa " 1'-0" Max) (Length • 4-3") iQ 0" min to 5-0-max. Estimated curb heights are shown elsewhere in the plans. For structures with pedestrian rail, bicycle roil or curbs taller than 1-0", refer to ECO standard. For structures with T6 bridge roil, refer to T6-CM 8ton , ord. For Structures with traffic roil, Other than T6refer to RAC stahcard. Q For vehicle safety, the following requirements must be met: - For Structure 8 without bridge rail, curbs Shall project no more than 3" above finished grace. For structures with bridge rail, curbs shall be flush with finished grace. Curb heights shall ba reduced, if necessary, 40 meet the above requirements. NO changes will be made in quantities and no addt+ oral compensation will be allowed for this work. ©For curbs less than 1'-0" high, tit+ bars K or reduce bar height as necessary to maintain cover. For curbs less than 3" high, bars K MY be Omitted. Q4 1-0" typical. 2'-0" when RAC standard is referred to elsewhere in the plans. Deformea welded wire reinforcement (WWR) meeting the requirements Of ASTM A1064 may be used to replace Conventional reinforcement Shown at the Contractor's option. The area of required reinforcement may be reduced by the ratio Of 60 ksi / 70 ksi. Spacing Of WWR fie limitetl to 4" Min and 18" Max. When required, provitle lop splices in the WWR Of the same length required for the equivalent bor size, rounded up for wire sizes between conventional bar sizes. Example Conversion: Repluoemant of No. 6 Gr 60 at 6" Spoofing with WWR. WWR required " (0.44 so in/ 0.5') x (60 Kai/TO kei) " 0.754 so in/ft. If 030.6 wire is used to meet the 0.754 So in/ft requirement in this exomDie, the required spacing • (0. 306 so in/ 0.754 so in/ft) x 12 in/ft " 4.87" Maz Spacing. Required lop length for the provided D30.6 wire is 2-2- (Lop required for uncoated No. 5 bars, Os shown in Item 440). GENERAL NOTES: Designed according to AASHTO LRFD Specifications. Designed to the maximum fill height shown. All reinforC ing at eel Shall be Grade 60. All concrete ah011 be CIOss "C" with these exceptions: use Class "S" for top stabs of culverts with overlay, with 1-to-2 cour as Surface treatment, or with the top aIOb as the final riding Bur face. Class "C" concrete snoli hove O minimum compressive strength of 3,600 psi. Class "S" Concrete Shall have o minimum compressive strength of 4, 000 psi. The use Of permxment forms is hot allowed. The bottom edge of the top slob ShOil be Chomfered 3" at the entrance. Reinforcing bars shall be adjusted to provide a miniz of 1 1/4" clear cover. Construction joints shown OT the flow line may be roisetl a moximutl of 6" at the Contractor's option. If this option is used, Bors M my be cut off or raised, Bore C and 0 nay be reversed, and Bar Y and Z nay be reversed. See stoncord MC -MO for skewed ends, angle sections and lengthening details. Sholl only be used when lengthening existing Witipie Box Culverts. HL93 LOADING SHEET I OF 1 Bridge DI,W_ ,Thies Department of 71WnsporfeNon SYaad.1d MULTIPLE BOX CULVERTS CAST -IN -PLACE 3'-0" SPAN 0' TO 23' FILL MC-3-23 s� 68g s<€ >E`n = BILLS OF REINFORCING STEEL (For Box Length = 40 feet) QUANTITIES a SECTION (,. o DIMENSIONS Bars B Bars C & D Bars E Bars FI --4 Bars F2 -((4 Bars M,04 Bars Y 8 Z-a4 Bars H Bors Per foot of Curb Total � at 1'-6" Max at 1'-6" Max at 1'-6" Max 4-114 K Barrel m S H T I. No. w - $ Length Wt No. N i{ Bar C Bar 0 No.._ o Length Wt No. SPO Lenp+h Wt No. Length W+ No. Length W} No. Bar Y Bar Bar Z Bor Z Length a, _ Nq. o Cone Reinf n Can. Reinf N Length Wt Length W+ c Vf N Length W+ Length Wt i (CYl (Lb) a fCYI (Lb) Deformed welded wire reinforcement (WWR) meeting the requirements of ASTM A1064 my be used to replace conventional reinforcement shown a+ the Con+rm+or's option. The area of required reinforcement My be reduced by +he ratio of 60 ksi / 70 kai. Spacing of WWR is limited to 4" Min and IB" Max. When required, provide lop splices in +he WWR of +he same length req(y irad for }he equivalent bar size, rounded up for wire sizes between convent Tonal bar sizes. Exemple Conversion. Replacement of No. 6 Gr 60 a+ 6" Spacing with WWR. WWR requiretl • (0.44 eq in/ 0.51) x (60 k8i/70 ksi) • 0.754 sq in/f+. If D30.6 wire is used to meet +he 0.754 sq in/f+ requirement in this exemple, the required spacing • (0.306 sq in/ 0.754 sq in/f+) x 12 in/f+ • 4.87" Maz spacing. Required Tap length for the Provided D30.6 wire is 2'-2" (Lap required for unmated No. 5 bars, as shown in Item 440). HL93 LOADING SHEET 2 OF 2 a /eke ,Texas LAspart~ 0l7tay3eportet/on SaWdaa d MULTIPLE BOX CULVERTS CAST -IN -PLACE 3'-0" SPAN 0' TO 23' FILL MC-3-23 w323s(e.00n ox: Opt " LNW - a. oat (�TslMT FOD—y 2010 :._..,...._......m.. ._,.........,..„; � � q i ._...a.I _...o ._._ � _.,. (Typ) TYPICAL SECTION 0' O (Roadway Grope IRaatlwoy Glad 0 K a H 3" ChOmfer ISee GENERAL NOTES) SECTION THRU CURB Bars Bars I Top) Bars 0— — Bors F2 BOTTOM SLAB PART PLANS Bar Dimensions H 2,-0" 2•-6" 2-3" 3'-O" 3'-6" 4•-0" 4•-6" 2•-3" 2-3" I I -1L xU II xL 2 -D" u =ZILU BARS C BARS D BARS Z BARS Y Bors F1 (Bottom) TOP SLAB V 6" ® 3" BARS K - s4 I Soo • 1'-0" Max) (Length 4-3") E B 7 C 0 0" min to 5'-0" max. EstimOted curb heights ore shown elsewhere to the plans. Far structures with pedestrian rail, bicycle rail or curbs taller than 1-0", refer to ECD standard. For structures with T6 bridge roil, refer to T6-CM standard. For structures with troff to rat i, other Than T6, refer to RAC standard. ®For vehicle safety, the following requirements must be me+: - For structures without bridge r011, curbs shall project no more than 3" above finished gfCde. - For structures with bridge ro�1, Curbs shall be flush With finished grade. Curb heights shall be reduced, if necessary, to meet the above requirements. No changes will be Mae in quantities and no additional compensation will be 0flowed for this work. ® For curbs IesS than 1'-0" high, tilt bore K or reduce bar heiph+ as neceSSory to mat ntol? cover. For curbs less than 3" high, bars K may be omitted 1-0" typical. 2'-0" when RAC standard is referred to elsewhere in the plans. Deformed welded wire reinforcement (WWR) meeting the requirements of ASTM A1064 may be used to replace convent ionol reinforcement shown at the Contractor's option. The area of required reinforcement may be reduced by the ratio of 60 ksi / 70 kSi. Spacing Of WWR is limited t0 4" Min and 18" Max. When required, provide lop Splices in the WWR of the Some length required for the equivalent bor size, rounded up for wire sizes between convents not bar sizes. Example Conversion: Replocement of No. 6 Gr 60 of 6" SDaoing with WWR. WWR required • (0.44 so in/ 0.5') x (60 MUM ksi) • 0.754 sq in/ft. If D30.6 wire is used to meet the 0.754 eq in/f+ requirement in this example, the required spacing • (0. 306 sat in/ 0.754 so in/ft) x 72 in/ft • 4.87" Max eDacing. Repaired lop length for the provided D30.6 wire is 2'-2" (LOD required for uncoated No. 5 bars, as shown in Item 440). GENERAL NOTES: Designed according to AASHTO LRFD SpeCifiCotione. Designed to the W"I"m fill height Shown. All reinforcing steel shall be Grade 60. All concrete shall be Class C" wtth O mum inim compressive strength Of 3,600 W. The use of permanent forms is not all Owed. The bottom edge of the top slob shall be Chorfered 3" at the entrance. Reinforcing bare shall be adjusted to provide um o minimof 1 I/4" clear cover. Construction joints shown at the flow 11he may raised O maximum be aximof 6" at the Contractor's Option. If finis op+ion is used, Bars M may be cut off or rat setl, Bars C and D may be reversed, and Bars Y and Z may be reversed. See standard MC -MD for skewed ends, angle sections and lengthening details. HL93 LOADING SHEET OF Bddae A0111111-1 OMe/on Texas Department of 7Ysnspavaatlon Sbndard MULTIPLE BOX CULVERTS CAST -IN -PLACE 5'-0" SPAN 2' TO 23' FILL MC-5-23 No Text Finished Grade R Perm i as N Const J+ w x J O //'� Conforms to Slope \ I / ROatlroy Perpendicular To D F C O E K r 2 "0" C � TYPICAL WINGWALL ELEVATION (Pipe Runners not Shown for clarity) SECTION A —A (Shoring +XpiCal Wingwoll and Wing SIoP reinforcing) (Pmpe Runners not shown for clori+y) doh +v L a 2•_0.. Jx Y O 1,_2.. BARS J BARS K BARS R (Length • 4'-3") 3" o�c feG o44 Cross Pipe (TVP) — u 04 SL O I - 1 v a o Pipe Runner (Typ) ac E] -plc \ Flow. •�§ Wingwoll \ Line off+ SIB Bottom \ Anchor Ny'p Anchor ToewallFloLine Pipe (TYP) \ F2"orie ISOMETRIC VIEW OF TYPICAL INSTALLATION rlTop Slab of Culver+ m J—R F ngwoll r F AT TOP OF EXTERIOR WINGWALL (Cast -in -Place Culvert) TABLE OF REINFORCING BAR SIZES & SPACING Bar SiZel Spacing C w4 1 10" Max D s4 match F & E E u4 V0" Max F 04 I'- 3" Max 0 a6 Shown J a4 10" Mox K o4 1'- 0" Max R e4 Shown u L u BOckfI II b tween l C Heigh+ of Curb above too of Tao SIB Hw Hei ph+ of Wingwoll K Cone+ant Value far use 'n formulas Slope SL:I Ki K2 3:1 1.054 - 7.45 4:1 • I. 031 S.49 6:1 - 1.014 - 10. 30 Atw Anchor Toewall Length Lw Length of Wingwoll N Number of Culvert Barrels SO I Side Slope Ratio (Horizontal : t Vertical) See opplicoble box culvert Standard for H, S, T, ontl U values. GENERAL NOTES: Designed according io AASHTO LRFD Precast Specifications. Il a Precos+ Culverts Culvert hires The Safely S shown herein are heSafety L`y Bottom Slob of Culvert m Shown uEndse in +hose i where out intended far use in Thoee of control vehicles are likely to traverse the openings approximately perpendiculor +a The Pipe Runners. I I I I Pipe Runners ore designed far a +roversing I I load of 1, 800 Pounds a+ yield as recarmendetl 1 I D : I by Research Report 280-t, Safety Treatment of C - Precast Roadside Cross-Droinoge Structures", Texas m J ' Cul verT reinfO TransportoTion institute, March 1981. All reinforcing a+eel shall be Grade 60. All I I 1 I / reinforcing shall be adjusted as necessary to provide a minimum clear cover of 1 'A 3 All concrete shall be Class C" on tl shall hove J R I I a minimum compressive strength of 3600 Psi. The quantities for Pipe Runners, reinforcing 1 ///J/II I steel, andconcrete, resulting from the farmul Os given herein are for Con+roctor's informa+;an G or F Wingwoll E �•,{ Opi tonal on I y. Pipe Runners, Cross Pima, and Anchor Pipes sholi conform to the requirements of ASTM A53 (Type E or 5, Grade B), ASTM A500 (Grad BI, AT TOP OF AT OUTSIDE Full Witlth or AP[ 5LX52. Bolts and nuts shall conform to ASTM A307. INTERIOR WINGWALL OF BOTTOM SLAB AT INTERIOR WINGWALL All steel components, except the concrete reinforcing, shall be after (Cast -in -Place Culvert) (Cast -in -Place Culvert) (Precast Culvert) ppolvanized fabrication. Goivanizing damaged durin4 transport or construction shall be repaired in accordance with The spechea+ fica+ions. PLAN VIEWS OF CORNER DETAILS See BC$ siottl1 f sheet for adtliii oral tl' 9 t'on tO Recommended values of slope ore: 341, It 1, & 6:1. Slope shoII be 3:1 or fio++er. O0" min To 5'-0" max. Es+ima+etl curb heights are shown as Bewhere in The Plans. For structures ithout railing and curbs taller thon i'-0", refer to ECD eland rd. OWingwoll and slab thicknesses may be the sane os the odjocen+ culvert wolf and slab thicknesses IT Minimum). If thicknesses greater than +he minimum (7") are used, no changes will be mode in quont iTies and no oddit;onol compensation will be ollowed. OFor vehicle safety, curbs shall project rw more than 3" above finished grade. Curb heights shall be reduced, mf necessary, TO meet these requirements. No changes r,il be made in quantities and rw add7+ionol compensotion rill be ollowed for this work. O5 For Culverts with C • 0", the precast culvert reinforcing may extend I'-D" minimum into Wingwoll. Wingwoll Bars D and R may be aniT+ed. Otherwise, refer to the "Wingwoll Connection be on +he SCP-MD standard. m mansions ontl mn ores Af+9rno+e design drawings bearing the seal of a professional engineer rill be OPceptoble for Precast construction of the Safety End Treatments. SHEET OF I '/," (TyD) © Cross PiDe shall De the sane size as the Pipe Runner. Cross r#. �'�" x 12" BOIL W/ Hex nut 8' PiDe Stub Out Shall be the Some Size Oa the Anchor Pipe. 3 �_.. Washer - centered in WinOwoll IT ) f0 YD O7 Note that actual slope of Safety Pipe Runner may vary slightly Min 4. Cross Pipe (fiugh Cross Pipe 9^ 2-0. fran Sitle Slope. with top of Wi npw011) I Sleeve Pipe 8 Care sh011 De token to ensure that RiDrop concrete does not �_ _ _ \ \ 1 O flow into the Cross Pipe so as to permit disassembly of the — 1— DOlted connection t0 allow cleonout access. _ — 9O After 'nstdlldtion, the ''/_' hole shot i be inspected to ensure that the lop of the Sofety Pipe Runner with the Bottom Anchor 90. Pipe is odequo#e. rL Pipe I 10 At fdbrico#or'g option, o hedt Deno to o smooth S" radius or a Runners orJ I^g'� _ manufactured elbow (of the some material as the Runner) may be Stub Outs W,ngwd'i I subSti tUtetl for the mitered and we Ided joint In the Bottom r. Outs itle I IIIAnchor Pipe. Winpwoll i I Ed Soo of 2'-6" Max, 2'-0" Min S � � �Medauretl Ot Toe I WingwaiI OPTION A OPTION B NOTE; At Controctor's option, the Cross Pipe may be made continuous MAXIMUM PIPE RUNNER LENGTHS 11, across the Inside Winowalls. If such option is selected, the Sleeve Pipe BOTTOM ANCHOR PIPE DETAILS 70 REQUIRED PIPE RUNNER AND ANCHOR PIPE SIZES shofl be witted and o 6/6" diameter through hole be made in the Cross ReWiretl Pipe Requi retl Anchor Pipe to accept the anchor bolt at the centerline of each Inside Wingwofl. Maximm Runner Size PiDe Size Pipe Runner Pipe Pipe Pipe Pipe Pipe Pipe ti CROSS PIPE INSTALLATION DETAILS Length size o.o. I.D. size o.D. I.o. €§$ 10'- 0" 3" STD 3.500" 3.068" 2" STD 2.375" 1 2.067" 9F� (L Pipe Runner Q Pipe Runner 191- 8" 4" STD 4.500" 4.026" 3" STD 3.500" 1 3.068" fps PiDe Runner Length )'- @Ca i'- 2^. 34'- 2" 5" STD 5. 563" 5. 047" 4" sTD 4.5067 4. 026" + 1/2 Cross Pipe Did I 9^ Are ; 9^ n 2 I Cross PiDe I 12" - rL Y'4" Dio x 12" Cross \ •� C Pipe Anchor Bolt w/ yg ggg g• Crogg I Typ F \ .. �" \ Hex Nut 6 Washer 4 TYD Pipe 4 %Z c 9 P 8E �n u+ / 3• %ps Typ 4. r ! fb ToewdlAnchorl I TOSWOII An h/eeDio Hole 9 T + �,��,/iDio Bolt s/z" Did Pipe Runner YDrough - ^ `Nut 8 2 Washers le (Tye) 6• 6" 3Min /;___._—_e __ _ � 12t4len SL Ouf o StuD Out/� Dio ThroOPTION Bl OPTION B2 Through \ Hole Cross Pipe y, /_" D� NoleONo1BBOTTOM ANCHOR TOEWALL DETAILS Culvert ToDpipe Runner-----y---- (Wingwoll not shown for clarity) Slab 8 Curb OPTION A2 OPTION Al Culver# Bottom SET Bottom 4. Pipe Runner FOR USE IN OUTSIDE CULVERT BAY Sleeve 1S/s' Did SI00 Slab PiDe Through Hole Bottom Anchor Pipe Pipe Runner Length -3- 12" + '/= Cross Pipe Did Pip09 TYP a 12" 12" j Crose Pile 9 ! —L Tyo= s 2''0" SIDE ELEVATION Anchor Toewdll ------- -- (�-- -- 0 r CROSS PIPE (Showing Pipe Runner with Cross Pipe Connection option Al ' ( /1 J Ond anchor Pipe Option B2. Wingwoll not shown for Clarity) '/_" Did Hale 9 ' C SLEEVE PIPE DETAILS Typ" Dio Throu h �, Pipe Runner Hole rough o " SHEET 20F2 _- v_e._ _ I i __ m i • D/H�lon ut ,Texas Department of 7Yanapartet/an 3fendW TyD j st�Dat u __ __._____________________ SAFETY END TREATMENT FOR 0" SKEW BOX CULVERTS rL Vz" Dio Through �'/_" Dio HoleO9 (MAXIMUM Hw=T-0") HOIe (Ot upper end 4 ''/_" of Pipe Runner �Length) TYPE I -CROSS DRAINAGE OPTION A2 OPTION At V Pipe Burner Length (See table for Max FOR USE IN INSIDE CULVERT BAY NOTE% The seporate Pipe Runner shown is required SETB-CD when Cross Pipe Connection Option At is used. CROSS PIPE AND CONNECTIONS DETAILS PIPE RUNNER DETAILS &MT F�JMIO aW s �a Y"c 8 B u 2 A G (Adjust Dar locations as necessary to clear Crcas Pipes) ~- - - - - -- \ R g Permiss W SLO Const it 1 c x J — FI Ow ma line i D F Cr E K 3 I C TYPICAL WINGWALL ELEVATION o. WingwolI S t. al Pipe iret ross Pipe IOD Formulas: (All values ore in Feet) I Hw H+T+C-0.250' Lw (Hw - 0. 250'1 (SL) ICI Far Cast -in -place allivertsi At, IN) (S) + (N+t) (U) For Precast cut vert. : Atw • (N) (2U+S) + (N-1) (0.500') Total Wingwall Area (S.F.) • 10'5) 1Hw+0. 250') (Lw) (N+11 Total Concrete Volume (C.Y.) • t(Wingwoll Area) to. S83') + (Lwl (Atw> 10IS83') + (Atw) (1.000') (1.167' - 0.583')] + (27) Total Reinforcing (Los) • (1.55) it. ) (Atw) + (4. 43) 1AtwI + fK) IHw) (N+I) (,rLw) C Height Of Curb above top Of Top Slat) Hw Height of Wing It x Constant Value for use in forms [Os Slope SL:I K 6:1 - 10.41 Atw • Anchor TOewoll Length Lw Length Of Wingwoil N Number of Culvert Barrels S Clear Span of each Barret SL:1 Side Slope Ratio (Horizontal t I Vertical) See applicable box culvert standard for H, S, T, and U values. GENERAL NOTES: '.. (Cross Pipes not shown for clarity) (Showing Bolted Anchor Option) Designed according to AASHTO LRFD O S " 3 G J pTy F 2„ O Gant Jt (Typ) TYp E v 1 -0" C Max SECTION A -A (Showing +ypicol Wingwoli and Wing Slab reinforcing) (Pipe Runners not shown far clarity) d$+ w 1'-10" o � I. 2" 8" Lc c a ,.-2 BARS J BARS K BARS R (Length • 4-3") Bottom Soddle Pipe (Typ) law the Toewoil ISOMETRIC VIEW OF TYPICAL INSTALLATION U U So I f.CatIpre. The Safety End Treatments Shown herein are Intended for use in those installations where out of control vehicles ore likely +o traverse the U Top Stop U Ba+tom Slob of Culvert Bockfill Precast between Culverts Precast Culvert Openings approximately perpendicular t0 the Cross Pipes. Cross Pipes are designetl for a traversing load of Culvert of 10,000 pounds atyield as recommended by I I I I Research Report 280-2F, Safety Treatment of Roodside Porollel-Droinoge Structures", Texas i I I I I I D 1 I Tronspor+ation Institute, MOrCh 1981. AIi concrete shot) be Class "C" and shall have C Precast Culvert a m,, m m compressive strength of 3600 psi. All reinforcing steel shall De 'rode 60. All t 1 I J reinfO reinforcing shall be adjusted as necessary to I I I 1 provide a minimm cleor cover Of i 1 1 The quantities for concrete, reinforcing steel, J R ^' R 1 1 1 3 and Cross Pipes resulting from the formulas given herein ore for Contractor's information only. ' J I 1 Cross Pipes, Sleeve Pipes, and Saddle Pipes 1 ehail conform to the reauirements of ASTM A53 WI h, I l 7" O3 I I (Tyor 4Pt Eor Grade B), ASTM A500 (Grade B), 7•. WingralI SLx52. BOItS and nuts shall conform to ASTM A307. All steel components, except the concrete G or F G or F E Vona reinforcing, shall be oivan ized after AT TOP OF AT TOP OF AT OUTSIDE Full width fobr to ion. Galvanizing damaged during rranspar+ or construction shot? be repaired in EXTERIOR WINGWALL INTERIOR WINGWALL OF BOTTOM SLAB AT INTERIOR WINGWALL accordonce with the specifications. See BCS standard sheet far oddi+iand I (Cast -in -Place Culvert) (Cost -In -Pt me Culvert) (Cost -in -Place Culvert) (Precast Culvert) dimensions and information. Alternate design drawings bearing the seat of a professional engineer will be acceptable PLAN VIEWS OF CORNER DETAILS Taementssr construction Of the Safety End ote TABLE OF REINFORCING BAR SIZES & SPACING Bar s;zel Spacing C x4 1 10" Max 0 x4 match F & E E S4 V - 0" Max F e4 V - 3" Max G x6 Shown J e4 10" Max K e4 I'- 0" Mox R e4 Shown (D Slope will be 6:1 or flatter. O0" min to 5-0- max. Estimated curt) heights are shown e lsewnere in the plans. For structures without roiling and curbs tol ter than 1'-0", refer to ECD Standard. Owingwglt and slab thicknesses may be the same as the adjacent culvert wall and blot) thicknesses IT" Mthim m). If mu thicknesses greater than the minim (7") ore used, n0 changes will be made in quantities and no add iti chat compensation will be allowed. OFor vehicle safety, curbs Shall project no more than 3" above finished grade. Curb heights shall De reduced, if necessary, +a meet these requirements. Na changes will De node in quantities and no cdoi+io)ol compensation will be allowed far this work. OFar Culverts with C • 0", the precos+ culvert reinforcing may extend i'-0" minimum into Wingwail. Wingwail Barg D and R nay be omitted. Otherwise, refer to the "wingwoll Connection Detail" On ihB SCP-MD standard. SHEET I OF 2 2'-0" Max Cross Pipe B - Ed Spa at 2'-0" Max 2'-0" 6" cut rt Curb I Cross Pipe (flush Culvert with top of Wingwoll) i I Top Slab G 3 O s Croce Pipe Barrel Q of Cross Pipe AnChof Permiss Bolt Top of Const Jt I Cross T Pipe 6 Wingwail SET Bottom I 6 Slob p Culvert Bottom Slab FloLine O'oewall Saddle Pipe (3l/1Stm TYPICAL WINGWALL INSIDE ELEVATION (Showing installation of Cross Pipes) 18" Ripropl0 r I C. Outside I E Inside W i ngwall Wingwall 15 -Vor Bor `I ' x i'-4" (TYp) 4" E Cross 10' TYp Pipe TYO TYp O I/. 3" rL Cross Pipe Bend Anchor Bar os w6 Anchor Bar necessary fo maintain x I'-4" (TYp) 2" cleor cover io edge C of concrete Ftprap PART PLAN SECTION C-C OPTIONAL ANCHOR BAR DETAILS Sleeve Pipe i3/6" Did (See table Through Hole for site) 12" 2" SLEEVE PIPE DETAILS O E Cross Pipe flush with TOP- I - Sleeve ---- I _- I of Wingwoll Pipe O -I---------- --- �--r i--T----- -- -- -----�--r i Q Outside G. Inside W ingwall wingwoll SECTION THROUGH INSTALLATION OF TYPICAL FULL CROSS PIPE (Anchor details and dimensions ore similar to those shown below In SECTION THROUGH INSTALLATION OF 3 %x" FIRST CROSS PIPE detoi I.) S+U+6%z" S+U+2" S+U-3" _ I 8" Ri Drall Saddle Pipe Soo - Saddle Pipe Soo - Ed Spa at 2'-9" Max Saddle Pipe So. - Eq Spa Ot 2'-9" Max Ed Soo of 2'-9" Max 1 " Measures of Toe rL Ig/s" Dio Throupn I 4 I/Z" m� of WinOwall (TYp) Hole in Sleeve Pbie -'rL Is/16" Dio Through 1 %z" (TYp) W/ Yj" x 12" Bolt, Hole in Cross Pipe C.Cross Pipe Hex Nut, 6 washer 12" Bolt, —� flush with Top TYD Hex Nut, 8 Washer of WIngwall '(Typ) © - -I-T-I S L-I— - — - — -- C_ZC Sodtlle ( I SleeveO ( Pipe r. Saddle Pipe Pipe 9 I—¢ oufsia F—¢ Inside j—G outside 1 yz^ Std) �� [Heide - I W ingwo11 WinQwail Wingwall Wingwoll Toewall SECTION THROUGH INSTALLATION OF 3 V2" FIRST CROSS PIPE OUTSIDE CULVERT BARREL WITH OUTSIDE CULVERT BARREL OPTIONAL ANCHOR BARS & RIPRAP WITH BOLTED ANCHOR INSIDE CULVERT BARREL CROSS PIPE INSTALLATION DETAILS © The proper installation of the first Cross Pipe is critical for vehicle safety. The top Of the first Cross Pipe must be placed at no more than 6" above the flow line. O7 The third Cross Pipe from the bottom of the Culvert sholi O lways be installed using a bolted connection. Core shall be taken to ensure that concrete does not flow info this Cross Pipe so as to permit disassembly of the bolted correction to allow cIeonout access. OB Cross Pipes and Sleeve Pipes (if required) shall be as shown in the REQUIRED PIPE SIZES table. Saddle Pipes Tor the 3 11 2" first Cross Pipe shall of so be 3 _". OAt COntroctor'8 Option, the Cross Pipe may be continuous across the Inside Wing.olis. If such option is selected. the Sleeve Pipe sholl be omitted and O Is/s" dioneter through hole made in the Cross Pipe t0 occeP+ the anchor bolt of the centerline Of each Interior Wingw011. 10 Riprop will be required when using the optionol Anchor Bar details and sholl be included in the Price Bid Tor Safety End Treatment. Such Riprop sholl be concrete Riprop in accordance with Item 432, "Riprop . . I , q NOTES: 1. UTILITIES SHOWN ARE A GENERAL REPRESENTATION OF KNOWN LOCATIONS. W CONTRACTOR IS RESPONSIBLE FOR LOCATION VERIFICATION THROUGH 'a DIG TESS AND/OR FRANCHISE UTILITY OWNER.UNDERGROUND UTILITIES MAY HAVE BEEN RELOCATED WITH OLD LINES ABANDONED IN PLACE. _ CONTRACTOR SHALL VERIFY WITH UTILITY COMPANIES REGARDING LIVE AND ABANDONED LINES. i WINDSTREAM JAMES BLACKWELL (806) 637-7681 WEST TEXAS GAS RICK TANNER (806) 866-0339 AT&T BRYAN JONES (806) 741-6103 ATMOS LYNN GREEN (806) 687-7130 m NTS JIMMY GRADO (806) 771-2099 SPEC A SUDDENLINK KADE THETFORD (806) 771--6229229 � A a .�-�- 0 _ If Oil W RELOCATE EXISTING POWER POLE (BY OTHERS) STA 147«65.15 51' LT POTHOLE LOCATION STA 154«00.00, 50' LT (AT&T, WINDSTREAM)) POTHOLE LOCATION #3 WATER WELL TO BE CAPPED (AT&T) AND ABANDONED (BY OTHERS) 0 50 100 _ L' = ^ i 8 0 �o I RELOCATE EXISTING POWER POLE AND GUY WIRES (BY OTHERS) RELOCATE EXISTING POWER POLE (BY OTHERS) tip .....__ -...._.....-------------- ROW In Y i k STA 147«S0. 98TH STREET 99 17 RT POTHOLE LOCATION *W1 Q v~i e .. ____ __ _. ... _ ROW L._..__. ` - REMOVE AND RELOCATE E%ISTING % PEDESTAL, ETC. STAW+40.22 4'2'...R'1'" .. ___..... _ ..... —... ..__ ....................... . _. __ ..._........__. , .,.,_ . _;._.... POTHOLE LATION 01 RELOCATE OCEXISTING WATER LINE LLULNU I lFl... ...U.111LNM, f -- ROW STORM DRAIN FIRE HYDRANT ----- EASEMENT/PROPERTY LINE- WATER WATER VALVE ATT FIBER - SANITARY SEWER ATT TELEPHONE UNKNOWN UTILITY NTS FIBER (ABANDONED) SANITARY SEWER MANHOLE WINDSTREAM FIBER WINDSTREAM TELEPHONE STORMDRAIN MH SUDDENLINK FIBER POWER POLE SOUTH PLAINS ELECTRIC ATMOS SIGN WEST TEXAS GAS '; WATER METER ITS) SEE 12 WATERLINE RELOCATION , SHEETS FOR MORE INFORMATION WATER WELL TO BE CAPPED AND ABANDONED (BY OTHERS) W j Q W W N wlS W 9' LT STA 164-00.00, 4 POTHOLE LOCATION #7 .,_STA 166«00.00 l 4 ,. , "`- STA 158«00 00 51' LT '--_____.. (AT&T, SUDDENLINK) POTHOLE O HOLE LOCATI, (AT&T, SUDDEN POTHOLE LOCATION #4 (AT&T, ATMOS SUDDENLINK) .y STA 163.46 75 25 LT (SPEC POTHOLE LOCATION #6 f ..-.,�._.... _ } .pp�...__�...- .�_....... �. _._ SUDDENLINK) STA 155 38.57 2 RT STA IS8«51 95 2' RT POTHOLE LOCATION #W2 POTHOLE LOCATION #W3 STA 161«70. 16 4' RT - — - — - _ � - _ _ _ - 98TH _STREET - �POTHOL_E LOCATION #W4- 00 r— 160«00 — .,.....I --.... __ _._ _,;c_ .. _. _....... REMOVE E%ISTING FIRE HYDRANT ` , .._.� -. ,-__.. ._..... .. _.. _..... ,. ..._._... ...�. ._..u. _mm.., RELOCATE EXISTING WATER LINE INV ELEV•3284 29' a SEE 12" WATERLINE RELOCATION TOP OF PIPE ELEV•3285. 29' STA 763«49.17, 74' RT .. _, SHEETS FOR MORE INFORMATION w POTHOLE LOCATION #5 w (SPEC, SUDDENLINK) 0 -STA 164«81. 10 .j;... RT`"____ 'POTHOLE LOCATION #W5 - — - — - i �INV ELEV 3280 95 TOP OF PIPE ELEV 3281 95' `INV ELEV•3278.49' TOP OF PIPE ELEV•3279.49' �I.I�I�II�I 77 w > -------- --- ------ 0�: 081 ww o T y 0 50 100 pqqvq=;- = > g STA 167-20.00, 50' LT STA 170*LI.0600 50.100 THOLELOCATIO9 POTHOLE AT,.. ,AT, , 0 -ff oil (AT&T' SUDDENLINK)SUDDENLINK) ROW + -------- -- J-STA 167-96 81 7' RT STA 171+17 29 6' RT POTHOLE LOCATION #W6 POTHOLE LOCATION #WT 98TH STREET —1 w+-.—. 175+00 �j 7' RT STA 172+64.88 POTHOLE LOCATION #W8 ----------------- Row RELOCATE EXISTING POWER RELOCATE OW POL\E_ RELOCATE EXISTING POWER POLE EXISTING POWER POLE (By AN GUY WIRES (BY OTHERS) AND GUY WIRES OTHERS) O_ (BY OTHERS) A WATER WELL TO BE CAPPED REMOVE EXISTING RELOCATE EXISTING POWER POLE - AND ABANDONED FIRE HYDRANT c A 10 RELOCATE EXISTING WATER LINE. I x SEE 12 WATERLINE RELOCATION AND GUY WIRES (BY OTHERS) (BY OTHERS) I : RELOCA RELOCATE EXISTING POWER POLE SHEETS FOR MORE INFORMATION ;& I , : NOTES: LEGEND : I I$ 1. UTILITIES SHOWN ARE A GENERAL REPRESENTATION OF KNOWN LOCATIONS. ROW STORM DRAIN FIRE HYDRANT CONTRACTOR IS RESPONSIBLE FOR LOCATION VERIFICATION THROUGH EASEMENT/PROPERTY LINE WATER DIG TESS AND/OR FRANCHISE UTILITY OWNER.UNDERGROUND UTILITIES ATT FIBER IBER SANITARY SEWER WATER VALVE MAYHAVE BEEN RELOCATED WITH OLD LINES ABANDONED IN PLACE. ATT TELEPHONE UNKNOWN CONTRACTOR SHALL VERIFY WITH UTILITY COMPANIES REGARDING LIVE UTILITY NTS FIBER (ABANDONED) Lu� AND ABANDONED LINES. Z Lu rn WINDSTREA FIBER SANITARY SEWER MANHOLE 2 _�e M W 1 WINDSTREAM JAMES BLACKWELL (806) 637-7681 ui ui NDSTREAM TELEPHONE STORMDRAIN MH WEST TEXAS GAS RICK TANNER (806) 866-0339 SUDDENLINK FIBER POWER POLE AT&T BRYAN JONES (806) 741-6103 SOUTH PLAINS ELECTRIC ATMOS LYNN GREEN (806) 687-7130 0 ATMOS SIGN NTS JIMMY GRADO (806) 771-2099 m WEST TEXAS GAS WATER METER SPEC AL ARREOLA (806) 775-7717 if SUDDENLINK KADE THETFORD (806) 771-6229 5 w C3 Z -STA 1134-90 00 52' LT POTHOLE LOCATION #11 (AT&T) ------------ -------------- - ----- -- ---------------- ------- -- --- __LBTt STREEI_.-_,, 7, 1 W.-o-O -- — - — - — - — - — - —18-5+00 —.z 190+ Do Row- < m 78 71 NOTES: 1. UTILITIES SHOWN ARE A GENERAL REPRESENTATION OF KNOWN LOCATIONS. CONTRACTOR IS RESPONSIBLE FOR LOCATION VERIFICATION THROUGH DIG TESS AND/OR FRANCHISE UTILITY OWNER.UNDERGROUND UTILITIES MAY HAVE BEEN RELOCATED WITH OLD LINES ABANDONED IN PLACE. CONTRACTOR SHALL VERIFY WITH UTILITY COMPANIES REGARDING LIVE it AND ABANDONED LINES. " WINDSTREAM JAMES BLACKWELL (806) 637-7681 WEST TEXAS CTANNER 66-0339 AT&T BRYAN JONES (806) 7603 NSOS L RD(806)77;TGAO 1-2099 SPEC ALARREOLA(806) 7-' .......:.:._m p -- SUDDENLINK KADE THETFORD (806) 771-6229 __ __ _------ _.. ROW p. a j 98TH STREET .. .. ..... .. .... ... ..... .... .. W_. a L 87' 59' 54.38" F. ..,. ..., .. ... _.. .... .... .. .100 _ 200r00 w 95- � I_ - ROW na RELOCATE EXISTING POWER POLE g (BY OTHERS) Q POTHOLE +� UTILITY SIZE UTILITY MATERIAL UTILITY TYPE OWNER STA OFF NORTHING FASTING GROUND ELEVATION TOP OF UTILITY ELEVATION 1 2-2" PE FOC NTS 147+40.22 42' RT 7248044.38 909683.55 3301.32 3296.34 1 4" PE FOC AT&T 147+40.22 42' RT 7248042.60 909684.72 3301.44 3292.44 1 2" PE FOC NTS 147+40.22 42' RT 7248035.84 909683.64 3301.81 3295.63 1 V DBC BURIED TELEPHONE AT&T 147+40.22 42' RT 7248036.18 909683.26 3301.73 3298.13 2 2" PE FOC AT&T 147+65.15 51' LT 7248127.54 909689.91 3302.73 3297.91 2 2" PE FOC WINDSTREAM 147+65.15 51' LT 7248133.73 909689.26 3302.96 3300.31 2 2" PE FOC WINDSTREAM 147+65.15 51' LT 7248138.34 909689.99 3302.97 3300.29 3 2-4" PVC FOC AT&T 154+00.00 50' LT 7248100.32 910399.47 3296.20 3292.66 4 2" PE CATV/FOC SUDDENLINK 158+00.00 51' LT 7248094.95 910725.28 3292.39 3288.15 4 1" DBC BURIED TELEPHONE AT&T 158+00.00 51' LT 7248094.76 910725.29 3292.43 3288.27 4 4" PE GAS ATMOS 158+00.00 51' LT 7248089.42 910727.20 3292.07 3288.54 4 2-4" PVC FOC AT&T 158+00.00 51' LT 7248086.72 910727.88 3291.85 3289.73 5 6" PVC BURIED ELECTRIC SPEC 163+49.17 74' RT 7248055.74 911288.91 3281.92 3277.35 5 2" PE CATV/FOC SUDDENLINK 163+49.17 74' RT 7248055.58 911289.82 1 3281.94 3264.45 6 2" PE CATV/FOC SUDDENLINK 163+46.75 25' LT 7247988.25 911288.74 3285.11 3278.68 6 6" PVC BURIED ELECTRIC SPEC 163+46.75 25' LT 7247988.22 911288.96 3285.15 3278.68 7 27- PVC FOC AT&T 164+00.00 49' LT 7248062.65 911394.92 3284.10 3280.34 7 1/2" DBC CATV/FOC SUDDENLINK 164+00.00 49' LT 7248065.80 911395.46 3284.72 3281.28 8 1/2" DBC CATV/FOC SUDDENLINK 166+00.00 47' LT 7248059.08 911550.07 3282.48 3279.88 8 2-4" PVC FOC AT&T 166+00.00 47' LT 7248055.96 911549.68 3282.32 3279.12 9 2-4" PVC FOC AT&T 167+20.00 50' LT 7248054.59 911702.76 3277.92 3274.34 9 1/2" DBC CATV/FOC SUDDENLINK 167+20.00 50' LT 7248058.25 911702.58 3278.42 3274.72 10 2-4" PVC FOC AT&T 170+60.00 1 50' LT 7248043.72 912029.42 3270.97 3264.74 10 2" PE CATV/FOC SUDDENLINK 170+60.00 1 50' LT 7248046.36 912029.41 3271.14 3268.98 11 WAITING FOR DATA 184+90.00 52' LT 7247997.43 913433.66 3255.13 W1 16" PVC WATER CITY OF LUBBOCK 147+50.99 17' RT 7248058.51 909693.76 3298.61 3296.54 W2 8" PVC WATER CITY OF LUBBOCK 155+38.57 2' RT 7248046.04 910481.38 3291.13 3287.64 W3 6" PVC WATER CITY OF LUBBOCK 158+51.95 1. 5' RT 7248035.78 510794.59 3287.49 3283.68 W4 6" PVC WATER CITY OF LUBBOCK 161+70.16 4' RT 7248022.17 911112.52 3284.55 3281.27 W5 6" PVC WATER CITY OF LUBBOCK 164+81.10 1. 25' RT 7248014.20 911423.38 3279.18 3275.06 W6 8" PVC WATER CITY OF LUBBOCK 167+96.81 7. 25' RT 17247997.29 911738.68 3269.40 3266.39 W7 6" PVC WATER CITY OF LUBBOCK F171+1T.29 6' RT 1724978T.451 912059.02 1 3263.53 3258.61 W8 10" PVC WATER CITY OF LUBBOCK 172+64.88 7' RT 17247981.171 912206.48 1 3261.93 1 3257.31 LEGEND ..... _. ROW -------- EASEMENT/PROPERTY LINE ATT FIBER ATT TELEPHONE NTS FIBER WINDSTREAM FIBER WINDSTREAM TELEPHONE SUDDENLINK FIBER - SOUTH PLAINS ELECTRIC ATMOS WEST TEXAS GAS STORM DRAIN WATER SANITARY SEWER UNKNOWN UTILITY SANITARY SEWER MANHOLE STORMDRAIN MH POWER POLE _a SIGN WATER METER FIRE HYDRANT WATER VALVE r zw 2a .�ew o 5Q IL 3 z� S 9"- wo N rn gl :I :I ;I IdI 79 dl PROPOSED 16" C900 DR-18 _.. UPLAND AVE t EXISTING 16" . ,...... ....._. .... s PVC WATER LINE ..._�.. _...:_.__ w STA: 0+00 ,I Y `� BEGIN 16" WATER LINE RELOCATION ....�"___O "-�'" l INSTALL: I- ` ,%% STA: 1+50.38 (1) 16"X12" TEE END 16" WATER LINE RELOCATION (1) 16" GATE VALVE AND BOX € ( �'b I CONNECT TO EXISTING (5) LF OF 16" WATER LINE, LT 16" GATE VALVE CONNECT TO EXISTING 16" WATER LINE ; ; - ` - _.... j N:7248115.89 (SEE NOTE 2) -; 'I� E: 909694.82 N: 7247965. 51 i E:909694.75 ( 3 r PROPOSED 12" WATER y LINE C900 DR-18 & € EXISTING 12"WATER { '( (SEE SHEET 81) i LINE TO BE REMOVED I 98TH STREET PROPOSED (110' ROW) CONCRETE CHANNEL EXISTING 16" WATER LINE TO BE REMOVED DEPTH OF FUTURE DRAINAGE EXISTING SCALE: 1" = 50' HORIZONTAL EXISTING 16" STRUCTURE GROUND 1" = 5' VERTICAL WATER LINE IS (BY OTHERS) AT CL APPROXIMATE. CONTRACTOR PGL SHALL USE 3300 NECESSARY 3300 FITTINGS TO 'MAKE. ,..., CONNECTION. EXISTING �. 16"PVC 3295 3295 ORS,$ DEPTH OF EXISTING 16" xo 0 z 090 WATER LINE IS :. m N OF APPROXIMATE. 0 7a N5 CONTRACTOR SHALL 3290 z az z USE NECESSARY NUMBER OF FITTINGS TO MAKE CONNECTION. 3290 W j J C W N m x W J O Mp¢ +icp' +O a +vf-" O•ON W It 3285 .. r4-':�pzo N .. .-2 vvou a: < �a �> q ..Z0 � oe 3285 0+00 1+00 2+00 3+00 ❑'6 WE GRAPHIC SCALE IN FEEL 100 O2Ooll O Q GJ g ! NOTE: 1. ALL MATERIALS AND s WORKMANSHIP SHALL CONFORM TO THE CITY OF LUBBOCK'S STANDARD SPECIFICATIONS, EXCEPT WHERE MODIFIED IN THESE PLANS OR SPECIFICATIONS 2. CONTRACTOR SHALL REMOVE EXISTING 16" PVC WATER LINE BETWEEN STATIONS 0+00 - 1+50.38. d 3. CONTRACTOR SHALL VERIFY LOCATION AND ELEVATION OF EXISTING UTILITIES PRIOR TO i CONSTRUCTION. zw OQ Uw �w Z3 C) 0� a 5 wLU ~w wQ �- 0 2 rn� ZZ m nO 9 Lu HU c 3° a W d 80 J Noan1 W E . w g I OGRAP2HIIC SCALE IN FEET 100 i oil + ` __ _.-__-_.--___.__ _ _ ___-______.__.-_ _---_,_._ _ p Ur STA: 147+54.03, 51.57' RT �" 7 CUT AND PLUG EXISTING 12" WATER LINE a%X N: 7248023.92 E: 909695.60 rt 1 4 7-00 1 4 8+00 149+ 0C) 15CLI-00 1,51400 15" 3 1:.. !,,. I_. �. _I. _... _�. I NOTE: 98TH STREET EXISTING 12" WATER (110' ROW) `^ 1. ALL MATERIALS AND l LINE TO BE REMOVED PROPOSED TO WORKMANSHIP THEACITPSHALL CONFORM YOFLUBBOCK S t CONCRETE - STANDARD SPECIFICATIONS, ._._. ... _. CHANNEL .. EXCEPT WHERE MODIFIED IN THESE PLANS OR .... SPECIFICATIONS _ EXISTING IRRIGATION WELL TO _. .. BE REMOVED PROPOSED CHANNEL FL 2. CONTRACTOR SHALL REMOVE -- � -�� - - - EXISTING WATER LINE FROM EXISTING 12" WATER LINE TO ._.. .. .,. _._. .. ... .. .._. _._ . _... ,.. ... $ PROPOSED TIE IN LOCATION. ` N 3. CONTRACTOR SHALL VERIFY EXISTING 16 LOCATION AND ELEVATION OF -..,__.,. _.. ,...._...-_...._ ..... _... ............. ....._ _._ •0 EXISTING UTILITIES PRIOR TO PVC WATER '.... LINE y CONSTRUCTION. z IiA 4. CONTRACTOR SHALL MAINTAIN =IW 4' MINIMUM COVER. N PROPOSED 12" �7i C900 DR-18 z STA: 147+55.21. 109.98' RT a CONNECT TO PROPOSED 16"X12" TEE & 16" GATE VALVE & BOX N: 7247965.51 E: 909694.75 RE: 80 I SCALE: 1" s 50' HORIZONTAL EXISTING GROUND AT CL OF. PROPOSED 12'.' WATER ... 1" - 5' VERTICAL LINE 3300 3300 PROPOSED ... 16"X 2"TEE & 16" ATE VALV &� ^ ,. BOX + PROPOSED CHANNEL.FL _ 3295 3295 N m dr 3290 $ H� 3290 Na iO 446 LF OF 'C900 DR-18 z. 3285 ��� W 3285 147+00 148+00 149+00 150+00 151+00 152+00 d h 0 ZW oQ Uw o d G4 r 2 m� co rn� W oe Z Z i =iO uj ° 30 fV � r � 81 SHEET2OF7 I- NORTH wu STA: 155+38.57, 2.18' RT ---------- INSTALL:___ .. 108 LF 8" C900 DR-18 CONNECT TO EXISTING 8" PVC WATER LINE GRAPHIC SCALE IN FEET 08 TOP OF EXISTING 8" WATER LINE EL: 3287,64 0 25 50 loo 98TH( STREET NS48EE NOTE 3) : 72046.04 00 (110,ROW) 15� 00 54 +00 E: 910481.38 1 F, 156 01 0 757 EXISTING GATE VALVE TO BE zE EXISTING 12"WATER LINE TO REMOVED PROPOSED CONCRETE CHANNEL PROPOSED CHANNEL rL BE REMOVED ............ . . ........ ...................... .. .. . .... ......... . - ----- 1 ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE CITY OF LUBBOCK'S STANDARD SPECIFICATIONS, EXCEPTP"LAEREOR MODIFIED IN THESE NS + + PROPOSED 12 SPECIFICATIONS C900 DR-18 2. CONTRACTOR SHALL REMOVE 061 1 1 EXISTING WATER LINE FROM .......... EXISTING 12" WATER LINE TO PROPOSED TIE IN LOCATION. STA: 155 57, 109.97' RT oz +38 3. CONTRACTOR SHALL VERIFY INSTALL: (1) 12-X8- TEE a LOCATION AND ELEVATION OF EXISTING UTILITIES PRIOR TO 4 CONSTRUCTION. AND BOX N:7247938 ' 31 4. CONTRACTOR SHALL MAINTAIN E; 910477.64 4' MINIMUM COVER. z UJ 0 > r- L) U, :1 - 44 0 C) z L) Lu 1 0: R Lu EXISTING GROUND AT SCALE: 1' 50' HORIZONTAL 8 STA: 161+70.16, 4.11' RT STA: 158+51.95, 1.55 RT r---- ❑ 106 LF 6" C900 DR-18 o 108 LF OF 6" C900NDR-18..........�` -.. .._ __._ __......_.v..W _.�___._ CONNECT TO EXISTING 6" PVC WATER LINE--� � --q _ W ui CONNECT TO EXISTING 6" PVC WATER LINE „"wl' - , TOP OF EXISTING 6" WATER LINE EL: 3281.27 Koa7R �u '- _. _....... .�.......,..__.__. (SEE NOTE 3)„' ' OF EXISTING 6" WATER LINE EL: 328368 N: 7248022.17 (SEE NOTE 3) N: 7248035.78 1 E:911112.52 116- O ❑!2 E: 910794.59 GRAPHIC SCALE IN FEET = D O >� ....EXISTING GATE VALVE TO BE 1 9(110'SROW T �61i 00 I6.> G 25 50 EGG � 2� PROPOSED I��,+U!'1. :..:. ++I �) _.... 1C70i i?C' ) CONCRETE REMOVED PROPOSED 12" CHANNEL EXISTING 12"WATER LINE TO PRC900 DR 18 � "1 PROPOSED CHANNEL FL 3�C ,,.�BE REMOVED ........................ . .... ....... ...r „..,.,......... .. „................,,.,,...,.., .............. „ ., NOTE: s _._,. ..._ ... __ ...,, ,. .. 1. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM O i( STA: 158+51.95, 109.97' RT INSTALL: (1) 12"%6" TEE (1) 12" GATE VALVE AND BOX (1) 6" GATE VALVE AND BOX N: 7247927.43 E: 910790.82 STA: 161+70.16, 109.93 R . NSTALL: (1) 12"X6" TEE (1) 6" GATE VALVE AND BOX N: 7247916.37 E: 911108.84 EXISTING GATE VALVE BE REMOVED --• 8 .. TO THE CITY OF LUBBOCK S STANDARD SPECIFICATIONS, EXCEPT WHERE MODIFIED IN THESE PLANS OR SPECIFICATIONS 2. CONTRACTOR SHALL REMOVE A @, w EXISTING WATER LINE FROM b'3y0 m EXISTING 12" WATER LINE TO PROPOSED TIE IN LOCATION. 3. CONTRACTOR SHALL VERIFY < AND ELEVATION LOCATION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. the 4. CONTRACTOR SHALL MAINTAIN ..... 4' MINIMUM COVER. Zj OQ UW Y 3 0 �� p x EXISTING GROUND AT w m CL OF 12" WATER SCALE: i" - 50' HORIZONTAL _ a = LINE 1" - 5' VERTICAL a 3290 rn w > ; m 3290 +. <a z < �►-"""'"�- _ 'O:C.�� PROPOSED.. CHANNEL FL 2 w j 3285 — x" 3285 LF OF +a FS00 y C900 DR-1g 3280z � 3280 a 3275 3275 157+00 158+00 159+00 160+00 161+00 162+00 W zZ T MO Lu ° $ 30 w R � 83 STA: 164+81.11, 1.28' RLT-1--r<-,- INSTAL/ cl d 109 LF OF 6" C900 DR-18 Wzl CONNECT TO EXISTING 6" PVC WATER LINE Noa1H w EXISTING FIRE HYDRANT TOP OF EXISTING 6" WATER LINE EL: 3275.06 cc ASSEMBLY TO BE REMOVED (SEE NOTE 3) n8 N: 7248014.20 1 U0 16 00 1 �-,4 + 00 E: 911423.38 1 5 X) 98TH,STREET 166 + 00 1 GRAPHIC SCALE IN FEET (110 ROW) 0 25 50 100 PROPOSED CHANNEL FL EXISTING 12' WATER VALVE PROPOSED CONCRETE EXISTING 12' WATER TO REMOVED BE REMOVED CHANNEL TO B .. . ........... . ......... .... . .... ..... ............ . - ------- ------ - --- ---- - ------- ------------- -- . .. ........ NOTE: —77- 8 1. ALL MATERIALSAND WORKMANSHIP HALL CONFORM TO THE CITY OF LUBBOCK'S u (D D R /TO STANDARD SPECIFICATIONS, ... . ... .... EXCEPT WHERE MODIFIED IN THESE PLANS OR . .... ..... SPECIFICATIONS 41 1 1 1 1 1 1 1 z STA 162+27.58, 109.97- RT 'o '41) PROPOSED 12" :3 2. CONTRACTOR SHALL REMOVE EXISTING WATER LINE FROM INSTALL: C900 DR-18 EXISTING 12" WATER LINE TO (1) FIRE HYDRANT ASSEMBLY < PROPOSED TIE IN LOCATION. N: 7247914.38 STA: 164+8111, 109.98' RT a S. s g E:911166.23 INSTALL: 3. CONTRACTOR SHALL VERIFY 2,xx (1) 12"X6" TEE LOCATION AND ELEVATION OF L_(J) 12" 2. GATE VALVE AND BOX EXISTING UTILITIES PRIOR TO (1) 6- GATE VALVE AND BOX CONSTRUCTION. t�1 IQ AV = 1.6' ON N: 7247905.57 4. CONTRACTOR SHALL MAINTAIN E: 911419.60 4' MINIMUM COVER. 0 > z W W w 29 LF OF 12" FLOWFILL SCALE: 1" - 50' HORIZONTAL 3290 PLACED OVER TOP OF WATER INE 1. - 5' 'zo c) 0 3290 u= 0 E) ISTING ATMOS F- LU G� S LINE EXISTING GROUND.AT uj EXISTING 2" SUODENLINK CIL OF 12" WATER FIBER OPTIC LINE z LINE 0 UZ 4* 3285 < 3285 F- z z EXISTING 6" SPEC—\ ELECTRICAL LINE 8 PROPOSED w fHANNEL FL N 0 :i 0 It 3280 3280 w L) 0 9 :3W w C-4 84 3275 3275 + c� + x It it 3270 3270 163+00 164+00 162+00 165+00 166+00 167+00 SHEET4 OF 7 VERTICAL po �I _ - - NOR7H ❑ ._..._ _..._. STA: 167+96.80, 7.23' RT w STA: 171+17.25, 7.14' RT �`",. L :"""' "�" INSTALL ..................2. ,CONNECT: "„,„ IW 103 LF OF 8" C900 DR-18 103 LF 6" C900 DR-18 CONNECT TO EXISTING 8" PVC WATER LINE CONNECT TO EXISTING 6" PVC WATER LINE �g TOP OF 8" WATER LINE EL: 3266.39 TOP OF EXISTING 6" WATER LINE EL: 3258.61 8 (SEE NOTE 3) (SEE NOTE 3) GRAPHIC SCALE IN FEET L O 98TH STREET N: 7247997.29 N: 7247986.25 0 25 50 100 TT� M 00 8TH STREET IL•'+1 I E: 911738.68 1f"+-t 00 1 i1.. C1�_) E:912058.94 171-1 L 17:. 1ROW�_. I — I-.- __ I PLUGGEXISTIND ANDL TO BE CAPPED >J EXISTING GATE EXISTING GATE G% VALVE TO BE ^. VALVE TO BE fill REMOVED EXISTING t2 WATER LINE TO REMOVED E dpffi .. _. _.._ BE REMOVED ., ..„ ,,,,,,,,,,,,,,, Y „„ (/PROPOSED CHANNEL FL NOTE: 8 .�. i .... � ..., ...... . ,. ... ,.. 1. ALL MATERIALS AND ... .... . ,. .. .. .,. __.. .. ....,.... ._... ... _ . f WORKMANSHIP SHALL CONFORM �^ ..., ., ....._. ... ..... .. ... OSED ... ... ,L ,. ... _... 8 TO THE CITY OF LUBBOCK'S 1 j CONCRETE STANDARD SPECIFICATIONS, ^� EXCEPT WHERE MODIFIED IN CHANNEL 1 THESE PLANS OR SPECIFICATIONS s ' ..... .__,._._ ._...._. ,.... _._ ,. � Z... ,..._..._ _., V--- 2 CONTRACTOR SHALL REMOVESTA: 171+17,15, 109 98' RT EXISTING WATER LINE FROM d_ .._.,... _... ,__, _, ,. s INSTALL •S EXISTING 12" WATER LINE TO STA: 167+96.80, 109.98 RT : s INSTALL: (1) 12"X6" TEE t PROPOSED TIE IN LOCATION. i ;Ws o,11 (1) 12"XB" TEE PROPOSED 12" (1) 6" GATE VALVE � 3. CONTRACTOR SHALL VERIFY VALVE AND BOX LOCATION AND ELEVATION OF i AND BOX C900 DR-18 AV = 1.6' N: 7247894.61 N: 7247883.48 EXISTING UTILITIES PRIOR TO E:911735.11 E: 912055.26 CONSTRUCTION. 1t11".Oil 4. CONTRACTOR SHALL MAINTAIN 4' MINIMUM COVER. _ SCALE: 1" - 50' HORIZONTAL 1" — 5' VERTICAL 3275 3275 m �^ EXISTING GROUND AT CL OF 12" WATER LINE PROPOSED // 3270 _ CHANNEL rL 3270 IN 3265 500 ' 3265 N 3260 1 3260 � n io �0 ' i".- x iX CEO.: 3255 ^ N vQ N vvQ d 3255 167+00 168+00 169+00 170+00 171+00 172+00 Z� OQ Uw �w x �W-1:5 0U� 0 d �0 w wOO Wa .a to C) 2 m� rn� W Z Z ++ _ :1O LLI o $ O CV Ix y r liddigililil 85 EXISTING 12" WATER TO BE ABANDONED ...__...._.._, , 0 \ STA: 172+64.88, 710' RT - „,„„„„, 3_INSTALL:�_— ,.44 LF 10" PVC WATER LINE_ CONNECT TO EXISTING 10" - PVC WATER LINE TOP OF PIPE EL: 3257.31 (SEE NOTE 3) 0 0. _ 1 7 ; f 0U N:7247981.17 i 7n-� C -I E: 912206.48 17W 17F 5+ (TREET 110' ROW) STA: 172+64.88, 46.50' RT INSTALL: (i) FIRE HYDRANT ASSEMBLY N: 7247941.79 E: 912205.11 "..•- EXISTING FIRE HYDRANT.... H f ASSEMBLY TO BE REMOVED i EXISTING POWER POLE TO BE RELOCATED .. ...... ......... _....___.._.. ..... a1 ... ..... __. _.. �. N.... STA 172+6491 51 01 RT W ►yj DI o INSTALL (1) CUT AND PLUG EXISTING 12" WATER LINE (1) 12"X12" TEE (1) 12 X 10" REDUCER PROPOSED (1) 12 GATE VALVE AND BOX CONCRETE CONNECT TO EXISTING 12" PVC WATER LINE CHANNEL N:7247937.28 PROPOSED 12" E: 912204.98 STA: 172+64.94, 109.98' RT C900 DR-18 INSTALL: (1) 12"%12" TEE (1) 12"%10" REDUCER (1) 12" GATE VALVE AND BOX (1) 10" GATE VALVE AND BOX (1) 10" JOINT OF PIPE N: 7247878.35 E: 912202.96 r x ro x SCALE: 1" = 50' HORIZONTAL 0 0 o a 1" = 5' VERTICAL \\ a w K F O N H Z e 3265 GROUND `EXISTING AT Cl °1w >o c> of is n 3265 WATER LINE wFz ..aao �NN z '• ...12" CHANNEL^_vI2 .rn�Q+ ,.. °a� NZ^°ao° NPROPOSED xx cU�' .,. �zo=I w 3260 3260 W 124 LF is z 3255 <e 3255 + = r 44 LF OF 10" 3252 1 T y z �Q 3252 172+00 NORTH O m ¢S� OGRAP2HIC SCALE IN FEET 100 U1 ll d8 NOTE: 1. ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE CITY OF LUBBOCK'S STANDARD SPECIFICATIONS, EXCEPT WHERE MODIFIED IN THESE PLANS OR SPECIFICATIONS 2. CONTRACTOR SHALL REMOVE EXISTING WATER LINE FROM .c3 �_.•��" �ba11 EXISTING 12" WATER LINE TO PROPOSED TIE IN LOCATION. el °}111 3. CONTRACTOR SHALL VERIFY LOCATION AND ELEVATION OF 14q� EXISTING UTILITIES PRIOR TO •i;;;;• yppp y°j% a CONSTRUCTION. 4. CONTRACTOR SHALL MAINTAIN 4' MINIMUM COVER. Z OQ Uw OY �K v~ia rC) �a O w0 I- w �O x� rn� LLI ZZ T ::jO LL1 Q S OLu 'N N lI I iddlolillol 86 FAENNAE:--lt15YT!€!t! ----- a'' RIt t N rig�Ga� rq$5� avq kA alp 5 1— s i m , 1 T3� �g � omJ �s9 spppa��■ � � gp� a� i 3a p a��d�� �9 g�, ,� �i J 888 GG q I � B Iq oil v 1 � a q T1 QF .i If I I N A1Ei0A"°" 98TH STREET RECONSTRUCTION 0- Kimley»)Horn rn Ea UPLAND AVE TO MILWAUKEE AVE e< 1 a „" .1 WATER DETAILS / NENNEIN PIIfN FaW� / *LubQ& '� ,ao,s94 EN,E°' �H_UGO REED �_ 7Ik A$ ,11��`Ok1``��. �reme�amsomY mDA65OCIATES, INC. WHITE TRAFFIC BUTTON 1 24" WHITE SOLID O i W� R1-1 a; ' 2❑ 36" % 36" ZI STOP (SOLAR -POWERED RRPM TY II -AA 5 C ` LED BEACONS) O�� RIGHT (AXE h0 MUSTS I 4" PVC CONDUIT (TRENCH) IR (235 LF) 8" WHITE SOLID TURN RIGHT 0 50 100 m ARROW WHITE TY B R3-7R2 � 12" WHITE SOLID 36" % 36" O � 0 8" WHITE SOLID , � RRPM TY I-C e O t ACg • .. ___ - -- __—_--_ pu� —_... R2W. N 3e a 1 98 H —_—_— _—_—_— —_—_—__ — — — — va~i --_--___— 145+00 I 4" YELLOW SOU1D 15 w .1 1 8" WHITE SOLID Z LEGEND y}0, 1 ARROW WHITE TY B - - - -.............. -----------------------I - U SIGN NUMBER (REFER TO SIGN CHART) STOP El I i ARROW WHITE TY B � ♦' EXISTING SIGN I 4" T p. D f . . ....a j PROPOSED SIGN R1-1 ARROW WHITE TY B 48" % 48" TY D GROUND BOXES ❑3 LIMIT TY GROUND BOX (4 EA) D ' WHITE TRAFFIC BUTTON 50 ® 4" PVC CONDUIT f80RE> NOTES: •••1�--••-•••••ONOSKI Icnrv, s,• cuoxosni,,,,t — —• 4" PVC CONDUIT (TRENCH) i. CROSSWALKS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(24")(SLD) R2_ i AND SHALL 30" % 36" 93786 ��ge'�•'Fgxp'::M� FOLLOW THE STANDARD DETAILS INCLUDED. 2. STOP BARS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(24")(SLD) AND SHALL 12_1_f7 FOLLOW THE STANDARD DETAILS INCLUDED. � ¢ x RIGHT IANE 3. REFLECTIVE PAVEMENT MARKINGS SHALL BE INSTALLED WITH TY I (100 MIL) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. MUST URN RIGHT 111 W O U r. R 3-7R a a a:a:D zb0 36" % 36" Zo ----awl ARROW WHITE TY B I-EMA[N \ Sf \ f .. ' w Z EXISTING STOP SIGN OtrR j 'I. 1 1 In WHITE SOLID 4" YELLOW OKEN •I• 0 a mO O r. m -- 10 QQ ~ Y 0= m Z O a 2E=l SOLTO< N --- - - TH TR T - -- - - ---------- - - -- -- - — — — N ¢ Z<> y (,3 +00 160.00 P 4" YELLOW SOLID 165+00 RRPM TY II -AA LU W Vr O W Z J 8" WHITE SOLID q" WHITE!SOLID ,Z_, W C7 Y w 4" YELLOW SOLID __ -_ _. -. __ -_ -_---_I-__--_--_--_-__--_-__---_--.-----:-----.-_-__ � - - - - - 4" WHITE SOLID _.____-__-_-.___._.._.__.-_________ < Z a a (� z m w p 7 R3-9b Ri-1 24" % 36" 36" % 36" 88 SHEET 1 OF SPEED LIMIT 8 50 4-9b }I J 30" X 36" ' II J4424 X 36" h ' 4" YELLOW BROKEN ,J ISTING TOSTQI SIGN 4" YELLOW SOL`-4" WHITE SOLID ID RRPM TY II -AA 4" PVC CONDUIT (TRENCH)• (740 LF) LEGEND ❑' SIGN NUMBER (REFER TO SIGN CHART) p EXISTING SIGN F PROPOSED SIGN I TY D GROUND BOX ® 4" PVC CONDUIT (BORE) -• 4" PVC CONDUIT (TRENCH) RRPM TY II -AA - 24" YELLOW SOLID 4' YELLOW SOLID q^ WHITE SOLID 4" YELLOW SOLID ROW 24" WHITE-0 1 ` 1 ,D STOP LPMT 11 Z 50 c RI -I 36" X 36" R2-1 30" X 36" NOTES: 1. CROSSWALKS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(2411)(SLD) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. 2. STOP BARS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(24")(SLD) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. 3. REFLECTIVE PAVEMENT MARKINGS SHALL BE INSTALLED WITH TY I (100 MIL) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. ROW 4" WHtTE SOLID RHI{Hj�I________.__.____________________;�_______.. __. ______r ----------- ___________.g.___.___________. _,.______r_®_____ ................. [ _____..____ A.__ 4" YELLOW SOLID __v^F'RRPM TY II -AA -�' of O 50 100 �! I flu ;I:I3Ia1g 89 " YELLOW SOLID SPEED r LIMIT 50 L30" X 36" O8" WHITE SOLID O W WHITE --I-AAL H195.00 —'^ Marl Lu(E J R3-7R MUST 36" X 36' UAM RI R3-17aP 1 36' X 12" ------------- --ROW------ 4' WHITE SOLID GMT LMIE MUST R3-7R 36" X 36" ARROW WHITE TY B /1 RRPM TY I-C J///� art uMe — MUST 1® RIGM R3-7R 36" X 36" LEGEND O SIGN NUMBER (REFER TO SIGN CHART) EXISTING SIGN F PROPOSED SIGN TY D GROUND BOX 4" PVC CONDUIT (BORE) -• 4" PVC CONDUIT (TRENCH) TY D GROUND BOXES (4 EA) 4" PVC CONDUIT (BORE) 1229 LF,)- ARROW WHITE TY B _-__-__-__-__-_ram _ 12" WHITE SOLID — B" WHITE SOLID 24" WHITE SOLID I I I i l l � I `-— — — — — — — — — — N....................... �..i a 20 •OOv— — - -- — SEE CROSSWALK DETAIL BELOW '1- I I I I I; NOTES: 1. CROSSWALKS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(24")(SLD) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. 2. STOP BARS SHALL BE INSTALLED WITH PREFAB PAVEMENT MARK TY B (W)(24")(SLD) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. 3. REFLECTIVE PAVEMENT MARKINGS SHALL BE INSTALLED WITH TY I (100 MIL) AND SHALL FOLLOW THE STANDARD DETAILS INCLUDED. 24" WHITE SOLID CROSSWALK DETAIL 24" WHITE SOLID t YJ769 �aR'(CFg�p5 �aO 90 t Port 6' min, when n, shoulder exists (typ.) ," Ye low Centerline I 10- min. •i2' max. a c � o 0 4" Whiteit y =o o e 30' WIO -W 10 -, Edge Line 4" solid �" ," Solid 3^ in. 11-4" max. Ye now Line J" min.-4" mat. Tel low Line SN%1der width °qy YOry TWO LANE TWO-WAY ROADWAY WITH OR WITHOUT SHOULDERS Edge 6" min. (tyo.) /"White Lone Line 3��0 C 0 4- Solid o /' White Edge Line Yel leLine / C x CENTERLINE AND LANE LINES \ 3" min -4" usuoI FOUR LANE TWO—WAY ROADWAY (12' max. for traveled te WITH OR WITHOUT SHOULDERS enY 8' onlytna Pwemant Edge 6' min. Ityp.> 4' a,'Oita Lane Lino 4' Yellow Edge Line c o aN----*(i J0 iII o e o I> o c �, 1• White Edge LIM 6' (typ.) Povment Edge /- White Lane LiM White LiM e T Yellow Edge Line 1" Soli° Tell- LIM 1 10" min. - Median 12' mox. Width Medfon �r Width /• Yellow Edge Lim Twin. from ecgeI lM to 8' Sat° White Channenzing Line BtopfYield line _ 12'-21" White Stop a Yield Lim /' White Edge Lim y C> w 4' White Lam Lim o All medians shall be field measured to determine the location of necessary striping. Stop/yield Dart, and centlrliMs snail be placed when the median width is greater than ]0 ft. The median width is defined 08 the are° between two roadways of a divided highway measured from edge of traveled way to edge of traveled way. The median excludes turn lags. The median width might be different between intersections, interchanges and of opposite approaches of the Same intersection. The narrow median width will be the control ling width to determine if markings ore repaired. FOUR LANE DIVIDED ROADWAY INTERSECTIONS GENERAL NOTES 1. Edgelim Striping sholi be as shown In the Pions or us directed by the Engimer. The edge liM should typically be placed a minimum of 6 inches from the edge of pavement. nma This distant my vory due to povmeni roveling or other conditions. Edgelime ore ant rewired In curb and gutter sections of roadways. 2. The traveled way includes only that portion of the roadway used for Yehiwlan }ravel one ant the parking lanes, ei dewa Ike, berms and shoulders. The traveled waYS still be measured from the inside of edgel ine to inside of edgel im of a two lone roodway. EDGE LINE AND LANE LINES ONE—WAY ROADWAY WITH OR WITHOUT SHOULDERS 4" Minimum 4• White 30.45° Bridge Rai an Face of Curb typ. 12• min. I,-x4• typ. Minimum Requirements for Edge ime Traveled Way Width Z 20' STOP LINES Solid White Width: 12" min. 24 anti%. EDGE LINE 4• Solis Unite CENTERLINE 1' Yellow Longth: 10' Gant 30' • OPTIONAL 1• Soli° Yellow lire anpproa anee to intersections 1500' min.) Minimum Rewirewronte fan Centerlines without Edgelime Pavement Width 16' K W - 20' Ea GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE Based an Traveled Way old Paeement Widths far Undivided Highways edge I t M CLane width greater than or ewal to 11' Va'es R White edgel'm NOTES: I. No -passing Zone on bridge approach is optimal but if Used, it shall be a minimum 500 feet long. 2. For oro,ltllrg length IL See Tonle 1. 3. The width of the offset (W) and the repaired crosshotaning width is the ful I shoulder width in advance of the bridge. 4. The c—s hatch i rig is ant repaired If aeline°t°rs on barrier reflectors are used along the structure. S. For guard fence details, refer elsewhere in the plane. ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 EPDXY AND ADHESIVES OMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT OAS-8200 NOT APPLIED THERMOPLASTIC OAS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DAS-8240 All pavement marking materials shall meet the required Departmental Material Specifications as specifie0 by the plans. 3 JI to 12" �I F " 21" FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH 3 to 12' if H12" 16"1 77777777777 FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH YIELD LINES TABLE 1 — TYPICAL LENGTH (L) Posted Speed Formula ft S40 L 152 60 > 45 L•Ws %seen w.°wnt�w• ew.•e � a are m rwv w+w• cro•f0r.o:ailna Iwe n ro,ia �e,:e�.a w w m��..il.l.. 3 Lwwt•�w Im,�p epaonlno 11T.I F 10n, .f arfrt 111.1 EXAMPLES. M B foot sxxulaer in advance o1 o bridge reduces to 4 test on a 70 MPH roadway. The length of the cross- hatching Should bet L - 6 x 70. 560 ft. A 4 foot shoulder in cavorts, of a bridge rewces to 2 feet on a 40 MPH roadway. The length of the Gra8e- hataning Should bet L - 4(10)2 / 60 - 106.67 ft. rauded to 110 ft. 2 5 S-m B-00 Texas Deparin+eAH of Transporlallon Traffic OAersf" grfslm TYPICAL STANDARD PAVEMENT MARKINGS PM(1)-12 REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE SEE DETAIL 'A' SEE DETAIL 'B' Type 1[-A-A 0 0 0 0 0(2 o a 40, —1— 40' —1— w• �) CENTERLINE FOR ALL TWO LANE ROADWAYS Tyne I-C o 0 0 0 0 o p o Type 1.-A-A SEE DETAIL 'C' r a O 0 a O O a O CENTERLINE & LANE LINES Role" covalent wwker Type I-C, clew rote toward nil troff lG, sholl FOR FOUR LANE TWO—WAY HIGHWAYS be Diomd on 00-foof capers. --_------- C -—-—- �-—- _-—- Syweetritol woun--- ar—I--_-_-_---_-_- Continuous two-way, left turn IQe Type II -A -A a o D o o� o 0 0 ^o r \ /0' ��� 40, ���— 40, -1 Type I-C I' BO• `I CENTERLINE AND LANE LINES FOR TWO—WAY LEFT TURN LANE [� Type I-C or 11-C-R L 1 Type 1-C or II-C-R LANE LINES FOR ONE—WAY ROADWAY (NON —FREEWAY FACILITIES) Roiled PaMnOnt m kere Type II-C-R Shall have clear rocs torord nornol trorfic and red forty toward stung -ray trofric. CENTER OR EDGELINE 1030' -� BROKEN LANE LINE REFLECTORIZED PROFILE I PATTERN DETAIL USING REFLECTIVE PROFILE PAVE11NT WRKINGS 12'• I' I6'• ,• Ne* I� 300 to500 mil ❑ 4, :1 El OR - ITT In heignt /' 1/,,. N* OR 6' 51/2 1/f A wick field chant iw ire mlUneee of Dose line an0 profile marking is opproRtmtely I� �1 2 to 7' 2 to ]' eallol to o stack of 5 �tK�t0 a ieAi 2 to 7' f�+l 2 to 3' teight or 1 4' EDGE LINE OR CENTERLINE OPTIONAL 6' EDGE LINE OR CENTERLINE /' LANE LINE OPTIONAL 6' LANE LINE NOTE. Profile —kings ehall nci be oloceo an roov.oys •Ito 0 posted aDeeo Im11 of 45 MPH or lees. GENERAL NOTES 1. Al I raised povewent workers Dlaped In broken lines sholI be plooeo in line with Ong midway between the stripes. 2. On concrete poVwnts the rot wed aOvewM workers Wmld be shoat to One wide of the largitudindl joints. MATERIAL SPECIFICATIONS PAVELENT MIRKERS IREFLECTORIZEDI 0M-4200 EPDXY AND ADHESIVES DMS-6100 BITLNINOUS ADHESIVE FOR PAYEM:NT MARXERS OMS-6130 TRAFFIC PAINT DL5-SZ00 NOT APPLIED THERMOPLASTIC DMS-0220 PERMANENT PREFABRICATED PAVEWNT MARKINGS DWS-0240 All DOYemeflt marking moferiola aholI Rleet the required Depo'toentol Moteriol Specifications os specified by the Dlons. Type i (Top View) 35. IIIm1- 25o m1- I / �lclneelve Rood.ay Surface SECTION A RAISED PAVEMENT MARKERS T Texos DwartmefY Df TronspWailipn rrdyk Open0ans EYr2ekm POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-12 "' 2-10 5-00 2-12 a-o0 2-00 o� �F€ $hg mq� �Fh gs3 Wg8 8 m� h 49 g�h I?8 86: yayjjh° oE« S= o gF5 I Mile (Lore Vor ie$ tted B' Mite Lox Line 4e'�TYDe t-c �� 4' Mite TA broke N 24' Mite /L C J ¢ Type II -A -A spaced at 20' N ttyp.)— ,S Ns N fTc 4' yellow broke 4• yellow wall is 0 y� if if if I B" Mite (TYD) TYpe 1 Cor TYpe II-C-R spaced at 20' SEEMINOR FF 'iE '1f Ywies based On length of turn bay TWO -NAY STREET iF iF if Typical ly equal to %i the length of storobe lone TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP <_ 1 Mile (Aux!Iiay Lore) Varies e I ? ? � l� l� -,S;_9'_, Dotted B' Mita Lore Lie -'oon��o �J�', ` e eo 4 �TYOe t-C a_ W SEE DETAIL t N li\_ 4• Mite broke < , _ Ass Yellow oral" 4" yellow Drake _ u `s SEE DETAIL A 4• yellow solid _ 44 4• Mite broken v4 TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE (((Type II -A -A Marker, 4• yellow ' I I Solid N ' (tyD.>J See Nate S TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS 4" reuoe sand �]2 > J J ] 0 N 12" Whitey 24' White crosswalk $}OD Lira lines Final placemef of Stab Bar anal Crosswalk shall be opproved by the Engineer in the field. DETAIL B MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DAIS-4200 EPDXY AND ADHESIVES DWS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS M-6130 TRAFFIC PAINT DMS-8200 HOT APPLIED THERMOPLASTIC DAIS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 All Doveaent working mOterl0ls snail meet tne required Deportmentol Material SDecificotions as sDecif ied by the DI ans. Type II -A -A Markers — Ful I Lore Width Typical 12' Min. See note 6 DETAIL C GENERAL NOTES 1. Refer el "where in of ohs for additional RPM Placement and deto11 S. 2. Lane use word and d,row mork l nlge shall be used Mere through lanes o0prooching an intersection become mand°torY turn lanes. Lowe use word and arrow markings should be used in ouxilto, toned of subli ntial length. Lane use arrow Mork hugs or word and orrow workings may be used in other twos and fur n Doys 10r miyto3 e. Details for waffle ohd err Ms Os shown in the Standard Highway Sign Designs for Texas. ]. When lone used word and orrow markin'fgs are used, two seta of arrows should be used tne length of the bay is greater than 180 feet. When a st hale lane use arrow or word and arrow narking IS used far a short turn Inver It should be too tea at or near the upefreon end of the fui gidth turn lone. 4. Other crosswolk patterns as show in the 'Texas ManudI an Uniform Traffic Control Devices' may be used. 5. Raised Dovenlet InOfker Type I-C with undivided h iahways flue wadi ohs and two = left turn 'ores. ba ised pavMent marker Type tI-C-R with divided highways and raised medians. 6. A two-woY self -flan ITWLTI to re -use arrow pavement Mrkirg should be used of or 1 et Oownstreon frot the Degirn irg of o two-way Is lane within a Corr idol. Repent ing the marking after each in, elCf!an or dedicated turn boy I. not required unless stated elsewhere in the Plane. Texas DAWrtment OF Tronspvtollon Traffk Oplroflons Olvisltm PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)-12 TYPICAL TRANSITION FOR TWLTL ,.D, AND DIVIDED HIGHWAY 2.o 2•IO SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE IOesc iptive Codes correspond to project estimate as omntkies $"set$) FOR BREAKAWAY SUPPORT SM RD SGN A SSM TY XXX XX(X)XX(X-XXXX) Petit Type FRP Fibenglds Reinforced Plastic Pipe Isee S1D(FRP7) TWT •min -Walled Tubing fees S1O(TWT)) I OBWG 10 BOG Tubing lees 9DISLIP-n to (SLIP-3)) SBO Schedule ad Pip. (see ShD fsI IP•I) to (SLIP-3)) Mumer at PMefe (I or 21 Anchor Type Nan-creokoway portion of UA . Lnlvereal Anchor- Concreted (see 51D(FRPI and (TWn) IS Un veredl Anchor - Bolted dawn lye SUD(FRPI and (TWnI WS WeoDe khohcr Steel -lees SIDITWT>1 ""ag"t (i.e., Oubf.0-0-i IsWedge Anwar Pldoed Isell SAD(TWT11SA 5lipome - Caareted Isee SID (SLIP -II to (SLIP-311 Grtxua SB Slipoose - Bolted Down Ises SWO(SLIP-1) to !SLIP-3)) Surface Sign MguttIng Designation P Prefab. 'Plain' lees 51015L IP•1) to (SL IP•31, ITWT1, IFRPI) T Prefab. •T• Isee S1O(SLIP-I) to ISLIP-3), (TWT)l To avoid vehicle veercorriage snagging, any U Prefab. 'U• (see SWO(SLIP-1) to (SLIP-3)) sstant Iof tend lro of a breakaway support, m IF RE:10 when it Is broken away, should not project IE%Tor 1E%T • )amber of Extensions lees ShD ISL IP-11 to ISL IP•3), (TOM wore than x inches above a 60-inch chard BM Extruded Wind Bean lsee SID ISL IP-II to ISL IP-J11 ti. e„ typical space Gthreen wheel paths). WC I.ix •/ft Wing Channel (see ROM IP•I) }o ISL IP•3)) Ek1L • Extruded Aluminum Sign Pone is Ise S01(SLIP-31) No more than 2 sign posts should be located Acceptable within o 7 ft. circle. m -46— � 1 1 \ f — ' \ 7 ft. / \\ 7 ft. / \ dimedlmetenter / itiro 10 i — \ Not Acceptable � I SIGN LOCATION PAVED SHOULDERS 12 ft HIGHMAY\ min -- INTERSECTION AHEAD , 0 to ft 7.5 ft flak Travel n T.0 ft in - Shoulder LESS THAN 6 FT. WIDE When the ehauloer is 6 ft. or ley in width, the sign must be is at least 12 ft. from the edge of the travel lane, 6 It ,In HIGHWAY � INTERSECTION AHEAD i Greater mans ft n l,s Tt Travel 7.0 it mwaxin Shoulder _ GREATER THAN 6 FT. WiDE When the shoulder is greater than 6 ft in width, the sign must be Dloced at least 6 tt, from the edge of the efhoulder, BEHIND BARRIER s ft win.• -7HIGHWAY \ INTERSECTION AHEAD i nT.5 !tt fovel Rail ^ 7.0 mmaxin . 2 ft min-- F—CV�.Ie" Travel Barrier n 7.0 1t win L i I i Shoulder Snou loser _ \\ 7 ft. / \\ 7 ft. / BEHIND GUARDRAIL BEHIND CONCRETE BARRIER \ ofoeter / \ of / cirele .' Not Acceptable , circle ,' Not Acceptable •*Sign clearance Dosed an distance rewired for proper word roll or concrete barrier perforepae. TYPICAL SIGN ATTACHMENT DETAIL SIGNS WITH PLAQUES RESTRICTED RIGHT-OF-WAY (Wien 6 ft min, Is not poselble.l Single Signs Bock -to -Bock U-bolt Signs 4 EAST 1I j7 Mo.(aa Nylon rawer, flat �. 14n4U (LI(" lnl EAST boyible HIGHWAY rawer lack rower _ INTERSECTION Sigh ,fit Sign Porel 7.S ft mlmk 35 3T13 AHEAD C;,n T.0�ftminrr.sigh Post teat, lack — Awn a eupplemntal did"Tar eecandary signie uee4 6 the 7 ft sign height is 7,s !t max gn measured to thebottom 0! T.0 1t in �_(e+fr look Clapp Sign Post Paved ten supo ewntal plaque waster Shoulder or secondary sign. Travel Lane Sigh Paei—Nylon washer, flat hhOwer, lack rower, nut Bolts used to woknt sigh Parels to the clomp are 5/I6-Is LW9olvanixto swore lead with nut, ly I" raster, flat woeher and loot rower. The bait tMpth lei Inch for aiumi nun Clap Bolt Sign Panel Itylon rawer. flat !� ` ea5W, lack , ` Sigh Bolt When two sigh clomps us ed ed to wount signs nut back-to-back, use o 5/16-18 LAC galvanized hex head per ASTM ASOT rift, nut and heliml-spring took rower. The mProkiMte bolt long" far vor iCw lost Sizes and 61gI of= types are given in the table at rign. The Dolt length way reed to be adjusted depend rig ups held condltion& Sigh ClalDs way be eitherthe specific size clomp or the IniverboI Clap. Pipe Diameter Apprax mete Bolt Length Sdeclrlc Clap Universal Clasp 2' nominal 3' 1 J or 3 1/2• 2 1/2' nominal 3 or 3 1/2' 1 3 1/2 or s• 3• nominal 3 1/2 or P 1 w 1/2- CURB B, GUTTER OR RAISED ISLAND 2 ftr ,in x ft HIGHWAY in INTERSECTION AHEAD Face U 70 fftmann • /Fbonrb I 9� Pared Shoulder Right-ol-way restrictions may be created any rocks, water, vegetation, rarest, bui Idingo, a narrow island, or other foctare. In situations wave a lateral resirictian prevents the minimum horizontal clearaae from the edge of the travel lore, signs should he plaid as for from the travel IMe as practical. • Poet day be shorter it protected by woraroil or if Engineer deterwiree the post could not be hit due to extreme slope. T-INTERSECTION 12 a ,m 6 ft win 7.5 ft mac Travel n 7.0 ft min Shoulder Aden this sign Is needed at the and of o two -lore, two way roodgy, the right edge of the sign would be in line with the cMtenliro of the roadway. Place as close to ROW as practical. HEST GST ® 00 a b _?----•-••-••_.-y' ---------` --- Paved Shaul der Edge of Travel Lane y TOP • Sige Mal I be mounted using the following condition that real to in the greoteet sign elevotiou III a minimum of 7 to a maximum of 7.5 feet above the edge of the travel lane or (2) a mini" of 7 to o mximun of 7.5 feet move the prod at the boy en support when of telfin is instal lea an the bockslope. The waximus values may be increased wen directed by the Engineer. See the Troffic goerations Division website for detailed drawings of sign clangs, Triangular SI ipbose System owawhte and Wedge krfwa ar System paneM The websi to Morey in htto //wwr. txdot. gov/publ ;cot l ane/tratf ic. hte 7111111-Texos Asportfrerd of Transpolrtottan Trdfk Qwdkw a'Wdw SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 9-08 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS Past Bolt 11TG 10 BTUD;rg or Keeper Plate Schedule 80 Pipe (See General Note 3) Slip Base 5/8" structural INV, 13), nuts (31ma Waller. Washer. (61 per ASTM A325 if required by Or A449 and manufacturer golvmizea Der / Item 115 Doi vanizing.' e e o Bait length is 2 1/2'. 7" x 1/2" di ter rod a 04 rebm. ;loss A concrete 12- min. 24• sax. Non-relnfmcea concrete !Dating I.nal l pe used unless not elsewhere in the plane). Fingation should take approx. 2.5 cf of concrete. t f-- 12" No ---' SM RD SGN A5SM TY XXXXX(X)SA(X-XXXX) NOTE There are various devices approved for the Triangular Slipbose System. Please reference the Material Producer List for approved slip base systems. http://www.txdot.gov/business/producer_list.htm The devices shall be installed per manufacturers' recomnendotions. Installation procedures shall be provided to the Engineer by Contractor. CONCRETE ANCHOR Concrete aanar consists of 5/8' diameter stud Wit with LW Series Dolt thread. on the taper are. " min Naavy hex nut Par ASTM A563, and we 6 .din ha0aned M.her Per ASTM F436. The Or joint Stud Dolt anal hove o minima yield as ultimate tensile strength of 50 as 75 KSI, respectively. Nuts, poll, as WOSher9 Sall be Doi vmized Per Item 445, *Galvaniz- ing." Ad esiva type anchors shalt have Stud Doi is installed with Type III epoxy per DMS-67 Do, "Epekle. and Adhesives." Adhesive arbor. may be loaded after odegnote epoxy .,.; '' • :: ,`?: •,`.; :.'., ` ale time per the m fecTurar'. `\\\ recOmme6otima. Top of bolt salt extend at least 5/8" atamter Cmcrete•Anchor Men installed ush with tap of d in 40DO psi nnmmal- the nut Men installed. The mGnpr, 8 Dlaces (abed a minimum of weight Concrete With a 5 I/2" 5 1/2' and torque to min. of minimum erred tint shall hove a 50 ft-lbs). Anchor my be minimum allowable tension as shear expansion Or adhe.ive type. of 3900 axi 31D0 psi, respectively. SM RD SGN ASSM TY XXXXX(X)SB(X-XXXX) GENERAL NOTES: 1. Slip Dose an It be Permmently Imrked to indicate mamufectuler. Method, design, ma locotim of Wking are Subject to OPProval of the TxDOT Traffic Staaads Engineer. 2. Material used OB poet With this system shall conform to the fowl losing "'wificmim.t 10 BIG Tubing 12. 875" Outside diaalter) 0.134" nominal well thickness Saoee.. Or electric -re. t.tOce welded at"I tuDing Or pipe Steel shall be NSLAS Gr 55 per ASTM A1011 ar ASTM A1008 Other Steels may be used if they Meet the following: 55,000 PSI minimum yield strength 70,000 PSI minimum tensile minimum 20% minimaimgotian in 2" Noll thickness (uncoated) Seth be Within the range of 0. 122" to 0. 138' Outside di meter (uncoated) shall be within the range of 2.867' to 2183. rolvanizotion per ASTM A123 Or ASTM A653 G210. For orecoated steel thing (ASTM A653), recoat tube outalde dla titer weld aeon by metallizing With zinc wire per ASTM B833. Seh,W Is 8o Pipe (2.875" Outside ataeter) 0.2T6' nom no' well thickness Steel tubing per ASTM A500 Gr C Other seamless or electric -resistance welded Steel tubing Orpipe With equivalent put. ids diameter as well thickness may be used if they Met the fol lawingt 46, 000 PSI 'I nimm yield strength 62,000 PSI min imm tensile strength 21X minimum elongation in 2" Fail thickpe.s (_00ted) sal I pe Within the range of 0. 248' to 0. 304' Outside aIwater (uncoated) Shall be within the range of 2.855" to 2.895" Golvmizot ion Per ASTM A123 3. See the Traffic Operations Division ueb.ite for detailed drawings of sign claps and Texas Un ivereal Triangular SiiPbase System Comments. The website address ist http: //owe, txdot. gov/PuPI l ;Gat i ms/troff i C. htm 4. Sign supports Shall not be spliced except Where sham. Sign Support Poets Shall not be spliced. ASSEMBLY PRDCEDURE Foundotiac 1. Prepare 12-inch di water by 42-inm deep hole. If wild rock is shCalntered, the depth of the foundation may be reduced Such that it is emedded a minimum of 18 inches into the solid rack. 2. The Engineer may Permit botches of -rate lea, than 2 cubic Yards to be mixed With a portable, motor-dr Ivan concrete mixer. Fa amoil placements le„ than 0.5 cubic yore., hand mixing in a Suitable container may pe allowed by Engineer. Concrete shall be Class A. 3. Push the pipe end of the Slip ban stub into the center of the concrete. Rotate the ,tub back wow forth wh; 1e Pushing it down into the concrete to assure good contact between to concrete and stub. Contine to Work the stub into the concrete Vail it I. between 2 to 4 inches above the grove. 4. P11 the stub. All- a minima of 4 day. to Set, -1.11 atherwi,e directed by the Engineer. 5. The trio gular slipbose System i, multidirectional and is designed to release Malt struck from my direction. Support 1. Cut Support So that the bottom of the sign will be 7 to 7.5 feet above Ina edge of the travel Say (i.e., edge of the closest lone) when slip plate i. below the edge of >ov~t Or 7 to 7.5 fast above ,lip plate when the el ip plate is above the edge of the trovelvoY. The cut shall be pluib and Straight. 2. Attach sign to .upper} using carecitan9 shown. When multiple sign. dre installed an the some Support, ensure the minimum clearonce between each sign is maintained. See S1D(SLIP-2) for cl eoronces based an sign types. s Deporlmenl of Transpalaitlon Traffic Oyero/fms Ibvlslm SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM 9-08 SMD(SLIP-1)-08 ONE-WAY... Gap between i IR6-1) r plaques , �_.I Street Nare Sign ` shall be 1 4 1 r___ i ' \� (if rewired) `h r _ i v STOP (RL1) , / j— T // TIELD�flI.2) / i I --�rl— / ,Extruded 131/2 1 I i ,1 1 I See _ Detail D ` . Alum Wincla— L J L\ �J 1 1/2 I 1 (See SAID 2-1)) PLAq& 1- vaniable length J STOP • 2 32 inch pieces SM RD SGN ASSM TY %%XX%I71 %X tPI YIELD 1 - 8 'rxa) Duce 6 1 - 32 non piece SM RD SON ASSM TY X%XX%(I)X%IT) SM RD SGN ASSM IT %%XX%111%%(P-BM) I 131/2 _T 1 A h 0 j r ,r631 SM RD SGN ASSM IT %%%%%tin%X(UI 1 I -U- Exten0er \ a 1� ,I L _ J See F _ i i Detail F IIFT SIN i (Ihlx) 1 I I 1 r7 ) 1 I I L 1 _ J L _ 1 i I I I __T S4 RD SON ASSM TY 58011)XX(U-i EXT) SM RD SGN ASSM IT %XX%%(I)X%(U) r----, 1 r---—, I 1 1 1 I i 1 r— I —� r— 1 I —� I I P I 1 1 I See I-,' Detail E SM RD SGN ASSM TY S80(1)%%(U-2E%T) Nylon rasher, Alumna 5/16" x 1 3/4' Sign hex D01} with Pules nut, look rasher, Tn 2 flat rashers 1� per AST4 A307 galvanized Per Item 445, "Galvanizing.' Fi rip Channel Top view Detail A 1.12 •/1} Wing Channel Detail A i I I I d N P h I 5 I 0See l ` Detail B r_ �e _ r— —� _ _, I as let 'I C %z SM RD SGN ASSM TY %XXX%(1)X%(U•WC) (See Note 11) I I I I I I I I I I 1 I i I 1 I I I i I i I r W(max)•6FT �I I I 1 1 W I I 5W 1 g I I I I I S4 RD SGN ASSYM IT X%X%X(2)XX(P) SIDE VIEW Drill 7/16' hole 3/8" x 3 1/2' heavy hex (through) after Dolt with nut, lank r0ener aaearaly erg ,h.toll and 2 flat "Were Per ASTM Pont, rut, 2 not 1 1/2' A307 galvanized Per rashers and Item 445 "gal vonizirg.' lath ranter. Extender _ 11 I it I Detail F — \ ® U-Bracket SDI lass shall only be allowed behind the sign substrate. Nylon rasher, 5/16" x 1 3/4" Alaninm I hex Dolt with Sign nut, lock washer, Panel 1 2 flat washer. per AST4 A307 galvanized per Item 445, Nine arronrrrel I 'Galvanizing." 1 5/I6" x SN' I hex Dolt with I nut, lath washer I as 2 flat wo.nere per ASTM A307 SideView galvanized per Item 445, I "Galvanizing." Detail C f-- TBU Bracket 1/2' x 4" heavy I ` hex Dolt, nut, lack I I / rasher and 2 flat washers par ASTM D49 A30T galvanized per Item 445, i I ^Galvanizing.' 1 I I I i I Post Detail E ---__--- _ 0= TOP VIEW Sign Clap Extruded (S"ific or A lumin%In Universal) M irlabeo m lase SMD(2-1)) 3/8' x 3 1/2" square a head Dolt, rut, flat _"- Washer and lack "Welt per ASTM A307 galvanized Srr0n Clap OC Par Item 445 (Specific or -W lvoniz, now.- (Bolt Universal) Post/ length play vary abaendirg on sign m claType ao Detal I D pipe dioeter.I FRICTION CAP DETAIL 0.25 11 ..05" BIT All dimensions ore in english Skirt I�� ........ _ _ _ _ _ _ _ _ _ _ _ _ _ _ I� �I i" min, Ihlk l anuses detailed otnerw(se. Yariat ion Pine O.D. 1.75" max Depth -.025":. 010" I 1 S4 RD SON ASSM TY %%%XX Ii)XXIT) Roiled Crimp to 0.2W 0.6W 0.2N Ix - See Note 12) Rolled Dipe O.D. Pipe O.D. W •.025"t.010' GENERAL NOTES( I. 2. The Engineer nay rewire that a Schedule BO Past be used in place of a 10 BWG where a Sign height is ob"moily high due to a fill 91 ope. 3. Sign aup0anta Moll not be spliced except rlw�a Mown. Sign support poste shall not be spliced. 4. Al Meirnm e(gn Diwke Shall conform to Deportmeital Material Specifi0at ions DMS-7110 and M011 hove the following minimm thicknesses: O.OBO far Signs lase than 7.5 sq. ft., 0.100 for signs T.5 to 15 ga• ft., and 0. 125 for signs greater than IS So. ft. 5. Signs snot rewire specific supports awe to reasons in addition to windio(oing are indicated an the "REQUIRED SUPPORT" table on this Sheet. 6.For horizontal rectangular signs fabricated from flat at uninun, T-brackets are used for signs 24 inches or Ie.e in he i ant. U-brackets are used for signs of greoter height. T. When two Triangular eliDpose Supports are used to support a Single sign, they shall not be "rigidly" connected to each other except through the Sign panel. This will allow each support to act independently when ;netted by an arrant vehicle. B. Wing channel Mon I meet ASTM A 1011 55 Or 50 ON be pal van izea per ASTM A 123. 9. Excess Pipe, wing chamei, or Winabeas shall be cut off 8o that it owes not extend beyond the sign Darrel (i.e., excess sUPDOrt Shall not be visible when the sign is viewed from the front.) Repair galvanized apot!ng at gat Support ends per Item 445, "Galvanizing." IO.Adl ono oI route markers may be added vertically, provided the total Sign area does not exceed the maxima al towable aaxnt per Note 1. ii.Additi and sign clap rewired an the "T-bracket" post for 24 inch height Signs. Place the clap 3 inches above Dottan of ei On when possible. 12.Post open soda shall be fitted with Friction Caps. 13. Sign blonu9 shod be the sizes and Shapes Mown an the Duane. REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT 48-inch STOP sign (RI-1) Y 10 WGtn%(P 1 TY IOBNC(i l%xx( _ 60•inch YIELD sign (RI-2 )I) Y l�ti>%(P 7 TY i1%XXITI ) 48x16-inch ONE -NAY sign (R6-1) IIIW TY SWG0 XX(P-l1 TY 10 NCIi>%%(P-BMI 36x413, 4806, and 0.111-inch signs TY IOBIGit)%%ITI 48k60•inch signs TY SBOfiI%%IT) 4Bx48-inch signs (diamn l or aquae) TY IOBWG0)XX(TI ll i? signs IBk60- ro TY SBO(i)%%(T) /B•inan Advance School X-ing e- 157-11 TY IOBWO111%%(T) 48-inch School X-ing sign (52-1) TY IOBNG111%IITI Large Arrow sign (WI-6 N WI-7) TY IOBWG(l)% Tl Friction cape may be eamfocturea frown not rol lea a cola rol lea steel sheets. The minima sheet ectal thickness Shall be 24 gauge for all cap sizes. The rim edges shall be reasonably stroight and .moth. Cops Shall be Sized and formed in such a manner owe to produce a drive -on friction fit and have no tendency to rack when seated on the pipe. The depth elgil be sufficient to give positive protect lab agalnSt entraps of rainwater. They Shall be free of sharp creases or indentations and end n0 evidence of metol fracture. Cap. shall have an electrodega.ited coating of zinc in ac"bace with the rewirenpnts of ASTM Ell Close FE/ZN S. J0. 15 X W(pinl>8FT R ain; •IFFY ��------ ------------------- ----� N I I _ See OMoll C L �------------'--------- ----- D.15ir SM RD SGN ASSM T7 %XXXXII)XX4T-2EXT, Iw - See Note 12) Extruded Alan 01nsasoe (See Detoil D an SAID (SLIP-2)) or 1.12 1/ft sing Chanel (See Detoil A and Detal1 8) _ _ _ _ _ _ _ _ _ _ _ _ _ _ — _ _ f I B• I I I I 0U—)•15FT X - --------- ------ - I I I { 8 8 1/2' W-391 39• F-39' 2 N 2 SM RD SON ASSM TY XXXXXO MIU-%X, I II it Sigh CIaW — i -- Sign (Spec il lc or panel Uni rarsall Ring Coaxal Nylon wpMwr, Mx Dolt r1M nut, IOak wOSer, 2 flat waa}efs per ASTM A307 gal von ilea per Top VIM item //5, •Got van lzing.Detoi I A Sign Clog (Specific or Universal) Nylon .*Sec, S/16• x / 1/2' hex DOIt with nut, look wQeher, 2 flat wasera per ASTM A307 galvanized per itee //5, 'Wlrantzrnp,- ••" 80uae t and rut Extruded h JUSInal Panel Detoil D EXTRUDED ALUMINUM SIGN WITH T BRACKET Detoil A Detail B Wig Nylon waster, Own e1 5/16• x 2 1/2' tax bolt with Ix*Wi, lack was A \\\` 2 flat was per A- A307 got van fzed Per 'Galem it//5, von, zing.' Sigh Si71.. pare Detoil B w Tuttle iT i —ical• Li 2 7/8. 0. San. s0 'test pit Typical Sign Mount Sit RD SGN ASSII TY 580(2)XX(P-EXALT if Additioal Sti!lener pIoov0 at opproxipate center o! alga Men sign ridth it greater tom 10'. 6' Panel ahwld Sign Clog m ptawd at the top o1 Sea Detail D sign far prover wanting. 6' 12• Extruded Allnllnw Bracket Sign 2 7/8' 0. // Scn. 80 or IOBW SIID Does steel pipe Extruded Alunintrn Sign With T Bracket 3/8' x /' heavy hex p'III T/I6' halve bolt with nut, IOak v*SfW (through) after and 2 flat wolnsrs per ASTM a6aewD ly and IM1011 \ ,t}pT OplvmiZee per bolt, rut, 2 flat }I \Itdn //3-GolvmiZinO.' I.k1 1/2' , I oak wrier. Extender _ II II 1 II � Detail C \ ® T-Brooker Splices sal I only be allowed behind the sign enwetrate. S3x5.7 i fferstre bred with At clmpe It SW(2-I) addit ionat details, See Datoit E far clasp IMt011ation Sign C I spa (Swift. or / Universal l)\ 1 1 3/8• x 1 1/2' spaore head bolt, rut, flat waxer ad lock wW_ per ASTM A307 pot van Ind per Item 4r5, •GalvonlzIM. Detoil E Use Extrudea Alin 111rdDe0s as stiffeners See SW (2-1, far odditlaal allot Is See Datatl E far clomp instollatlon GENERAL NOTES. I. SIGN SIAPORT • OF POSTS W%. SION AREA 0 B6G I6 10 m 2 32 SF Son 80 1 32 SF on S80 1 2 H SF 2. The Engineer pay rewire that o Sanewte 80 boat be ased In place of a 10 ON Margt Is bberxel ly nigh dus to a fi 1) e a sign he i:Napa. 3. Sign supports Stoll roe0 t De aplioexcept Mere show Sign support poets SotI not be spl toed. /. Alum nw Sign blaeu Sxal I apn/ore to Departme"cl Motor ion Spec cations OW-7110 ad S1otI rove the fol loving mini" tniaweSSM 0. 080 for Sign Isee thhon 7.5 go. ft., 0.100 for Signs, 7.5 to IS ad. ft., and 0. 125 far alpha OrWW iron 15 San. ft. 5. Signs, that rewire abecific soporfa dw to reasons In addition to windlooaing ore inciaatea on the'REQUIRED SUP table an this Sheet. 6. Far harizantol recforgulor signs, fabricated from flat alumnus, T-broaWa are used for alga rcze 2/ is an Ieea in neigh. af U-broaa are used for Sign of grebter thigh. 7. shah two trlagula sl ipbove sLvwta are used to snp0art o single SI¢h, they Shot I not ov 'r lQldl y' ocmeatwd to. otnsr exOpt Mrg1y� tha nigh pas 1. TM15 nilI allow :oat YopOrt to cot irl0apanently Man ,Spotted by an arrant vehicle. 8. Wing charnel ShOI I Slat ASTM A 1011 SS Gr 50 odd be gOl,;,d pas ASTM A 123. 9. Excess plow, wing channel, or wtnmem what be cut off So that it sea not extend beyond tin sign portal (I.e., excess sod" gall not be visible Man the Sign la visaed from the fresh.) Repair galvanized coating at cut suppart ends Per Ilea //5, 'Gal vani Zing.' 10. Sign bloNSho t ot I be tin Sizes bra Shams a _ on tin Dian. It. Additional sigh clog required on G the-T-broat• post far 2/ Inch high Signs. Place the clog 3 Inctes obove bottom of Sign Man POSSible. Sh'.. 12.Post open eras olI be fit too with Friction Cape. REQUIRED SUPPORT SIGN DESCRIPTION SUPPORT /B•inat STOP sign (RI-1) TY I TY 1 fi>%%IP- ) 60-inCh YIELD sign (RI 2) h T I IIIX%( ) TY I (1 %%IP- 1 Ti ISxl6-irnon OE -MY sign IRG-1) TY aeeclll ( i TY I (llX%(P- 1 36x/8, /0x36, and /ex/8-inch at" TY IOBRO(I)XX(T) IBx60-inch signs TV S80(I)XX(T) /8x/8-inch signs (dialwcna or spars) TV IOM(1)XX(T, /8.60-Inch signs TY S80(I)XX(T) — 18•irch AOvaKe Stool %-Irg sign ISI-p /8-inch Stool X-ing sigh (S2.1) TY IOBeG 111X%lTl TY IOM(I)XX(T) Large Arrow sigh (111-6 s all-7) TY IOM(I)XX(T) TTexas DwartffaVd Transporlatlon Tralfk owdlow, awsts l SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-3)-08 9-08 GENERAL NOTES: I. Details show a typical warning sign with two flashing Deacon heads, other orrongwifits We possible. When Only One beacon is required, install the upper beacon. 7fr 2. See Item 6B5, he -Roadside Flashing Beacon Assemblies' for fur+r requl renente. � S 3. See SMO stomor0 sheets for lateral and vertical clearances and sign :�}33 mounting details. Ins+oft signs as shown on the sign layout sleets. 4. Use either a Screw -In Type Anchor Founaot i on or a Dr I Iso Shaft Foundation oe mown ein•wtere in the plans- anon plane require a Drilled Shaft Foundation, see standard sheet TS-FD. Install the Sorer -In Type Anchor Foundation as per manufacturer's reoamehdottans. On a elope, install one edge O+ prokrd level. Sorer-INDril lea Shalt _ FOunOot ion to Sub Otory +o Item 685. Installation Of a ground rod 31e§s: IS rot requ l red for So I powered fl oahi ng beacon assaabl ies. 3e` S. When used, provide Sorer -In Type Anchor Foundations as shown on TxDOT's Material Producer Screw-in (AFL) in the file "Highway Traffic Signals". rF g 6. Use So an ohs specifically designed for attaching cabinets, beacon �3h heod$, solar pels, era, to poles. 7. Instoil beacon heads as shown here, as shown elsewhere on the plans, or as di recteO. Use hardware specifically designed for mount lug beacon heads on Doles. B. Conduit in foundation and within 6 in. Of foundotton is subsidiary to the item a 5, 'Roodslde Flashing Beacon Assembl ice.' 2� 9. Per manufcatlren's recamlendations, en000e all threads on the pedestal wife gone and pipe unless the pipe is fully seated into Dose. In high rinds, use a pale and base col ion assmOly to odd strength and prevent h loosening on conectlon. 'gh 10. Provide single Dole non -fused watertight breakaway, electrical connectors far 3 w fronglDte pedestal pole bases, oe shown on TxDOT's AFL In the file "Roodray, ? Ill_ mtfan and Electrical Supplies.- on mOdels ore IIsted under Item 685. Far ungrounded (hot) conaletore, install a breakaway convector with a dLMny fuse Slug). For grounded (neutral) conductors, install a ;h breakaway, convector with a white co l Oren markinlg and a pernhaently instal led f. OU•Ily fuse (slug). . 11. Install the batteries In a pottery box. PI. the act ter hen on a - thick Dl astic sheet and correct together. Place a plastic cover (battery ° bell jar) over the top of earn battery and Secure the battery .11 jor 10 the battery with a strop. TM batteries, DeII jars, airOpe and a plant is sheet ore subs l Of dry to the Item 605, "Roadside Flashing Beacon Asssibliee.' When requ I red, install act ter t es in the fIcener cabinet. )•r Wire battariee according to slonufac+urer6 recomnemoti one. Provide the nanber of batteries a6 requirea by the manufocturwr. g12. See Standard sheet Electrical Details (ED) for additional requirements regarding the ins+ollotion of ground boxes/battery boxes, conduit, and cab i nets. 13. Provide clearance as Shorn above the Sidewalk or povement grade at the edge sif the rood. When a bottom beacon is rot used, mount the bottom of O^ a+ least 7 ft. above the Sidewalk Or Dovement Oroge at the edge of the rOdd. 14. Unless otrwise swn an 1 be one Dlece, Schedulhee 40 Al uni honun pipe, the plane, pole Shaft shclASTM 0429 or B221 (Alloy 6061-T6 Only). Aluminun conduit rill rot Develop the necessary Strength and will rot be of lowed. 15. Or1ent solar panel for optimum exposure to Sunlight (face to +he south). Prior f0 InS+aI hat lOn, check the IOco+I On t0 ensure there Is no overhead obstruction +hat wou Id block the solar panel from race ivino full sunlight. Un Isee spec if fed elsewhere, mount a minis of 14' above grade. 16. Ensure height of conduit is below top of anchor bolts. 4 1/2 outer die. east Aluninxum Pipe (see rote Ixl Breokowby Electrical Correctors (S•• Note 10 and OetOill� Dri l leg Shaft Foundation or Screw -In Type Anchor Foundation (See Note x) — Line Side I Loud Side Insulated I Ineulate0 Conductors I Conauctare 1 Fran 1 ft lery I To Fla~ Cao Imt Box Breakaway Base J -----------------I NON -FUSED BREAKAWAY ELECTRICAL CONNECTORS Pane I rote 15> SIGN (See Note 3) Coble clam or CGB connector Pul l comuctors +o randy slack In run between cabinet and Qr-no box. Clang cOble at .,+ end n ground pox and in cobtne+ at entry as Shorn. 7' Min. Batts cover -Frangible Batt. Pedestal Strop Pale Bose (See Note 9) I IT r Flush (0,•1/2") Min. I" Schedule 40 PVC Min. I" PVC conaui+ — Side of ground box FRONT I LINE Ground Box -(Type - Battery Bcx)w1+1h apron. ISee ro+e 12) 9- Gravel fill Bushina with Coble c l alp or CGB connector I LOAD NON -FUSED BREAKAWAY ELECTRICAL CONNECTORS EXPLODED VIEW Solor Panel 12" LED Beacon / Visor o� Drill Dole far wire entry, aldv any burrs on OUgh edge that may cause done to conductors. — n 12" LED Beacon r/ Vigor g — o 7 o N s See Note I Hardware +0 at+Oan base - 1 Ea. 1' Grode 5 COrri Oge Bolts Conduit opening 2'% Wiae (both si(3es) B In. (Soh. 40) Pipe Shaft Did. — 13- DIP. Neu ix SIDE Use CGB type cowec+an where table enters Dole. Cabinet far Flasher C_+roller/Sol Or Control Unit / But+enie6 (when squired). Mount bo+tam of cab iner 9 ft.- 6 1n. bbove Wage ( t 6 1, 1 Drill pole for wire entry, above any burrs on rough sages that mpg c- dongpe to comuctors. 1• P•destal Se he 91 ff 7bxWs Depoirb211/M o<111%,ripporbillflon I Shaded SOLAR POWERED ROADSIDE FLASHING BEACON ASSEMBLY DETAILS SPRFBA(1)-13 7 REQUIREMENTS FOR RED BACKGROUND REGULATORY SIGNS (STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) STOP YIELD DO NOT WRONG Eo WAY REQUIREMENTS FOR FOUR SPECIFIC SIGNS ONLY SHEETING REGUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND RED TYPE B OR C SHEETING BACKGROUND WHITE TYPE B OR C SHEETING LEGEND L BORDERS WHITE TYPE B OR C SHEETING LEGEND RED TYPE B OR C SHEETING REQUIREMENTS FOR WARNING SIGNS 0 0 TYPICAL EXAMPLES SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND FLOURESCENT YELLOW TYPE BFLOR CFLSHEETING LEGEND L BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND L SYMBOLS ALL OTHER TYPE B OR C SHEETING REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS (EXCLUDING STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) SPEED LIMIT 551 TYPICAL EXAMPLES SHEETING REGUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING BACKGROUND ALL OTHERS TYPES OR C SHEETING LEGENO,BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM AND SYMBOLS LEGEND,BORDERS AND SYMBOLS ALL OTHER TYPE B OR C SHEETING REQUIREMENTS FOR SCHOOL SIGNS SCHOOL SPEED LIMIT 20 nA WHEN A*FLASHING TYPICAL EXAMPLES SLEETING REGUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND UNITE TYPE A SHEETING BACKGROUND FLOURESCENT TYPE BFL OR CFL SHEETING YELLOW GREEN LEGENO,BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM AND SYMBOLS SYMBOLS RED TYPE B OR C SHEETING GENERAL NOTES I. Signs to be f-mished shol I to as detailed elsewhere In the plane aWor as shown on sign tabulation Meet. Stadora sign designs and arrow dimenslons can be fauna in the "Standard Highway Sign Designs for Texoe- (SHSO). 2. Sign legend Moll use the Federal Hlglwey Aaninletrotion (FHWA) St adord Nighwgy Alphbbete (B, C, 0, E, Esod or F). S. Loterol spacing between Iette's oho n 016 eholI aanform with the SHSD, and any oporoved ohahpee Hereto. Lateral spacing of legend mall provlde o beI rw d appearance when epocing le not Mown. A. Block legend ad borders Mal I be opal led by WsMing process or cut-out acrylic non-refleotlW blOak film to backgra Meeting, or Comb motion thereof, S. /Tire legend aMa d d borders l I be Opal Tea by screening process with ♦rune ent colawed Ink, transparent mlarea overlay film to white bgakgrald Mooting or aW-aut Moo white Meeting to colored bOCkgra ting, ar cowbinotlan thereof. 6. Colored legend shall be Opal to by scrsMing Proceee with tronsocrent colored INN, troh&W_t Colored g lay fllm or Colored Mooting +G background Mooting, or aarbinotion thereof. T. Sign substraN etq 11 be any mOteriol that a is the Depor+l +ol MO+er lal Sped fioc+ton reauirennente of DMS-T110 a approved al+erno+i— B. Mounting details for rooaeide axisnted signs ore shown In the �SMD senles- S+ondora Plan Sleets. ALUMINUM SIGN BLANKS THICKNESS Square Feet Minimise Thic"ss Lees than 7.5 0.080 7.5 to 15 0.100 Greo+er than 15 0.125 DEPARTMENTAL MATERIAL SPECIFICATIONS ALUMINUM SIGN BLANKS DMS-T1tO SIGN FACE MATERIALS OMS-11"O The Standard Highway Stan Designs far Texas (SHSD) can be found a+ +he fol low Ing webeite. IHtp1/www.bad gov/ Aare GePMmenf-Thmepdrptldn I sfr;Odd TYPICAL SIGN REQUIREMENTS TSR(4)-13 17-07 7.13 9-00 GENERAL NOTES FOR ALL ELECTRICAL WORK i. The location of all COrdui+e, junction boxes, ground boxes, and electrical services is diogrommotic and may be shifted to accommodate field conditions. 6° `0; 2. Provide new and unused moteriois. Ensure that all motericls and installations comply with the applicable articles of the National Electrical Code )NEC), TxDOT standards and specifications, Notional Electrical Manufacturers Association (NEMA), and ore listed by 6 � Underwriters Laboratories (UL) or O Nationally Recognized Testing Lob (NRTL). NRTLS such as Canadian Standard ASSOCIot;on (CSA), Intertek Testing Services NA Inc., or FM Approvals Tom: LLC con be considered equivolent to UL. Where reference is mode to NEMA listed devices, International Electrotechnicol Commission (IEC) listed devices will not be considered on 6 acceptable equal to a NEMA listed device. Acceptable devices may hove both a NEMA and IEC listing, Faulty fabrication or Dam workmonshiD in any material, equipment, or installation �= g is justification for rejection. Replace Or reinstall rejected material or equipment Ct no oddi+ionol cost to the Deportment. :Xm 3. Miscellonems nuts, bolts and hardware, except for high strength bolts, may be stainless steel when Dl ons specify galvanized, provided the bolt Size ism/z in. or less in diameter. 4. Provide the following test equipment as required by the Engineer to Confirm compliOnce with Fg the contract and the NEC: voltmeter, ammeter, megohm meter (1000 volt DC), ground resistance tester, torque wrenches, and torque screwdrivers. Ensure oil equipment has been properly Ep calibrated within the last year. Provide calibration certification to the Engineer upon B request. Operate test equipment during inspection as requested by the Engineer. g m$ 5. Install grounding as shown on the plans and in occordonce with the NEC. Ensure all metal)is conduits; metal poles) luminaires; and metol enclosures are banded to the equipment grounding ` conductor. Provide stranded bore copper or green insulated grounding conductors. Ground rods, connectors, and bonding jumpers ore subsidiary to the various bid items. :h 6. When required by the Engineer, notify the Deportment in writing of materials from the Material Producers List IMPL) intended for use On each project. Prequolified moteriols are ji" listed on the MPL on T%DOT'S website under "Raaaway Illumination and Electrical Supplies." b No substitutions will be allows for moteriols an this list. gygym CONDUIT od A. MATERIALS 6 1. Provide conduit, junction boxes, fittings, and hardware as per TxDOT DeDortmentol Material Spec lficatian (OMS) 11030 "Conduit" and item 618 "Conduit" of TxDOT's "Standard SDecificotians For Construction And Maintenance Of Highways, Streets, And Bridges," latest edition. Provide conduits listed under Item 618 on the MPL under "Roadway Illumination and Electrical Supplies. m$� Provide conduit types according to the descriptive code or as Shawn on the Plans. Do not <: Substitute other types of conduits for those shown. Provide liquidtight flexible metal conduit (LFMC) when flexible conduit !a tailed for on gelvon!zed steel rigid metallic conduit (RMC) o systems. Provide liquidtight flexible nanmetaliic conduit (LFNC) when flexible conduit is $ called for on polyvinyl Chloride (PVC) systems. > w mn 2. Provide galvanized steel RMC for all exposed COnaUiiB, unless otherwise shown an the plans. erg: Properly bond oil natal conduits. it 3. Unless otherwise shown on the plans, Dravida junction boxes with a minimum size as shown in the following table, which applies to the greotest number Of conductors entering the box through one conduit with no more than four conduits per box. When a mixture of conductor sizes is oresent, count +he conductors as if off ore Of the larger size. For aItuations not applicable t0 the table, size junction boxes in accordance with NEC. 0 d o v� AWG 3 CONDUCTORS S CONDUCTORS 7 CONDUCTORS xl 10" x 10" x 4" 12" x 12" x 4" 16" x 16" x 4" •2 8" x 8" x 4" 10" x 10" x 4" 12" x 12" x 4" 14 8" x 8" x 4" ID" x ID" x 4" 10" x 10" x 4" •6 8" x 8" x 4" 8" x 8" x 4" 10" x 10" x 4" =8 8"x8"x 4" 8"x8"x 4" 8"x8"x 4" d 4. Junction boxes with On internal volume of less than t00 Cu. in. and supported by entering raceways must hove threaded entries or hubs identified for the intended Purpose and Supported by connection of two or more rigid metal conduits. Secure conduit within 3 ft. of the enclosure or within IS in. Of the enclosure if all Boma s conduit entries are On the Boide. Mechanically secure all junction boxes with On internal volume greater than 100 Cu. inches. m 5. Provide hot dipped galvanized cost iron or sand cast at umi nun outlet boxes for i junction boxes contoining only 10 AWG or 12 AWG conductors. Do not use die cost uN o l uminue boxes. Size outlet boxes according to the NEC. c 6. Do mat use intermediate metal conduit (IMC) or electrical metal tic tubing IEMT> a m un IeS8 specifically required by the Dion sheets. When EMT is coiled for, provide No, junction boxes mode from go I vonize" steel sheeting, listed and approved for outdoor uSe, unless otherwise noted on the plans. Size Oil galvanized 9+eel junction boxes in accordance with the NEC. Provide junction boxes for IMC conduit systems that meet me ow the sarequirements for junction boxes use" with RMC systems. g7. Provide PVC jutCti On boxes intended for outdoor use an PVC conduit Systems, unless Otherwise noted On the plans. S. Provide PVC elbows 1n PVC conduit Systems, unless otherwise shown on the plans. Use Only a flat, high tensile strength polyester fiber pull tape for pulling conductors through the PVC conduit system. When galvaniZed steel RMC elbows Ore specifically tailed for in the plans and any portion of the RMC elbow 18 buried less than 18 in., ground the RMC elbow by means of a grounding bushing on a rigid metal extension. Grounding of the rigid metal elbow is not required if the entire RMC elbow is encosed in o minimum Of 2 in. of concrete. PVC extensions ore allowed on these concrete encosed rigid me#oi elbows. RMC or PVC elbows are Subsidiary to various bid items. 9. When required, provide High -Density Polyethylene (HOPE) conduit with factory installed internal conductors according to Item 622 "Duct Coble." At the Contractor's request and with approval by the Engineer, substitute HDPE conduit with no conductors for bored schedule 40 or schedule 80 PVC conduit bid under Item 618. Ensure bored HDPE substituted for PVC is schedule 40 and Of the Same SlZe PVC called for in the plans. Ensure the substituted HDPE meets the requirements Of Item 622, except that the conduit is supplied without factory -installed conductors. Make the transition of the HDPE conduit to PVC for RMC elbow when required) at the bare pit. Provide conduit of the size and Schedule OS Shawn On the plane. Do not extend substituted Conduit into ground boxes Or foundations. Provide PVC or galvanized steel RMC elbows as coiled for at all ground boxes and foundations. 10. Use two -hale strops when Supporting 2 in. and larger conduits. On electrical Service poles, properly sized stainless steel or hot dipped galvanized one -hole standoff strops are allowed on the tier vi Ce riser conduit. B. CONSTRUCTION METHODS 1. Provide and Install exponslon joint conduit fittings on all structure -mounted conduits at the structure's expansion joints t0 allow for mlavement Of the Conduit. In addition, provide and install expansion joint fittings on all continuous runs of galvanized steel RMC conduit externally exposed on structures such as bridges Ot maximum intervals of 150 ft. When requested by the project Engineer, supply manufacturer's specification Sheet for exponsim joint conduit fittings. Repair or replace expansion joint fittings that do not 011aw for movement at no additional Cast to the Department, Provide the method Of determining the cmount of expansion to the Engineer upon request. Do not use LFMC or LFNC Os a substitute for the required expansion conduit fittings. 2. ace all conduit supports at maximum intervals of 5 ft. Install conduits cers when SD O Do attaching metal conduit to surface Of concrete structures. Sae "Conduit Mounting Options" on ED(2). Install conduit support within 3 ft. of all enclosures and conduit terminations. 3. Do not ottach conduit supports directly t0 pre -stressed concrete beans except as shown specifically !n the plans Or as approved by the Engineer. 4. Unless Otherwise Shown on the Plans, jock Or bore conduit atmed beneath existing roodwoys, driveways, sidewalks, or after the base or surfacing operotion has begun. BockfilI and compact the bore pits below the conduit per Item 476 "Jacking, Boring, or Tunneling Pipe or Box" prior to installing conduit or duct Coble to prevent bending of the connections. 5. When OIMing Conduit in the sub-grode at new roadways, bockfill oil trenches with excovo+e" moterlal unless otherwise noted on the plans. When placing conduit in the sub -base of new roodwayS, baCkf,11 all trenches with cement -stabilized base as per requirements of Items 110 "Excavation", 400 "Excavation and Backfili for Structures", 401 "Fiowobte Backfill", 402 "Trench Excavation Protection", and 403 "Te-wrory Special Shoring." 6. Provide and plate warning tape approximately 10 in. above ail trenched conduit as Der Item 618. 7. During construction, tempararity cap Or Dl ug Open ends Of all conduit and raeewoys immediately after ihetallotion to prevent entry Of dirt, debris and animals. Temporary Caps constructed of durable duct tape are allowed. Tightly fix the tape t0 the Conduit Opening. Clean out the conduit and prove it clear in accordance with Item 618 prior to installing any conductors. 8. Ensure conduit entry into the top Of Cry enclosure is waterproof by installing conduit seoling hubs or using boxes with threaded bosses. This includes surface mounted safety switches, meter cons, service enclosures, auxiliary enclosures and junction boxes. Grounding bushings on water tight sealing hubs ore no+ required. 9. Fit the ends of all PVC conduit +ermino+ions with bushings or bell end fittings. Provide and ins+011 a grounding type bushing On Oil met01 conduit temminOtiOn3. 10. Ins#alt o bonding junper from each grounding bushing +a the nearest ground rod, grounding lug, or equipment grounding conduc+or. Ensure all bantling jumpers ore +he same size as the equipment grounding conductor. Banding Of conduit used as a casing under roadways for dUCt cable iS no+ required, if the Cuct extends the full length through the casing. 11. At all electrical services, install a 6 AWG solid copper grounding electrode conductor. 12. Pioce conduits entering proud boxes sa that the conduit openings are between 3 in, on" 6 in, from the bottom of +he box. See the ground box detail on shee+ ED(4), 13. Seat ends Of all conduits with duct seal, expandable foam, or by Other methods approved by +he Engineer. Seal conduit 1-d(o+ely after completion Of conductor ins+alio+ion and Dull tests. Do na+ use duct tope as a permanent conduit sealant. Do not uSe silicone caulk as O conduit sealmt. 14. File smooth the cut ends Of oil mounting Strut and conduit. Before installing, paint the field cut ends of all mounting strut and RMC (threaded or non -threaded) with zinc rich Point (94% or more zinc content) to alleviate OVersoroy. Use zinc rich paint to touch up galvanized mOteriol as allowed under Item 445 "Galvanizing." Do not point non -galvanized moteriot with O zinc rich point as on alternative for moterlots required to be galvanized. AEmspq OPerat/one J78x8a Department Of T--POH don S7anda,d ELECTRICAL DETAILS CONDUITS & NOTES M -14 a No.3 Re l nforci ng NO. 1 Ground steel Re IhfOCCTng box 1, steel n------- Close A fi— 10'(typ) concrete Apron, 4 F1� (� 1 1 (tlnen re0uired) < 1 10. 1 1 Grounding (! A I ityDi A bushing for 1' to 6' r. If -L _ =Xi a= —==F fit(ing for i 4,.:•. T-- �h� i PVC (4) Ground , o= ug 1 I Conduit an Conduit <a« I duct cable all aka _��_____�� 8L F PLAN VIEW SECTION A - A jib gat APRON FOR GROUND BOX 8g: (1) Uniformly apace ends of conduits with in the grand box. Position ends o1 conduits so hY that proud box wal Is do not interfere with the ins tol lotion Of grounding bushings an DeII ena fittings. (2) Mai ntain sufficient space between conduits to al law for proper instal lotion Of bushing. : (3) Place aggregate under the box, not in the box. Aggregate should not encroach on the knjb inter for volume Of the box. a (41 Instoll a grounding bushing On the upper end of oil RMC terminating in a proud box. w Ground RMC elbows when any port of the el Dow is less than 18 In. below the bottom of the ground box. Instoll O PVC pushing or bell end fitting On the upper end of olI PVC conduits terminating in O ground box. GROUND BOX DIMENSIONS TYPE OUTSIDE DIMENSIONS (INCHES) (Width x Length X Depth) A 12 X 23 X I I B 12 X 23 X 22 C 16 x 29 x 11 D 16X29X22 E 12 X 23 X 17 GROUND BOX COVER DIMENSIONS DIMENSIONS (INCHES) TYPE H I J K L M N P A, B& E 23 i/4 23 13 3'4 13 1/29 T/a 5 i/e I% 2 C& D 30 %x 1 30 I/4 17 %2 17 I/4 13 7/4 6 N I% 2 10• GROUND BOXES typ) A. MATERIALS I. Provide polymer concrete ground boxes meoaur tng 16x30x24 in. f11xLx01 an mnl her in pron-Full OCCOrdOrC, with Deportmentol MoiKtol Specif scat Ton (DWS) 11070 'Ground Boxes' and h Of box J Item 624 'Grand Boxes.' !-.t 2. Provide Type A, B, C, D, and E grand boxes as shown in the plane, and as listed an ggregate the Mater iol Producers List tMPLI on the Department web site under 'Roodroy Illmination fill (3) and Electrical Supplies,' Item 624. 3. Ensure grand box cover is correctly labeled in accordance with DWS 11070. 4. Provide larger grand boxes In accordance with Item 624 and as shown in the plans. S. CONSTRUCTION METHODS I. Rama a oil gravel and dirt from conduit. COP Oil conduits prior to pi ocing oggregote and setting grand box. Provide Grode 3 or 4 coarse aggregate as shown on Table 2 of Item 302 Aggregates for Surface TreatmEnsure ents.' Ense oggregote bed Is In pi and at least 9 inches deep, Prig' to setting the ground box. Instoll grand box on top of ogp•egote. 2. Cost ground box aprons in place. Reinforcing steel may be field bent. Ensure the depth Of concrete for the apron extends from finished prods to the top Of the aggregate bed under the box. Grand box aprons, including concrete and reinforcing steel, are subs; d Tory to proud boxes when coiled for by descr;ptive code. 1. Keep bolt hales in the box clew of dirt. Bolt Covers down when not working in grand Doze a. 4. [natoll all conduits and ails in O neat and wGrknlpnllke mpnner. Uniformly space condut to ao groudd,ng bushings and bell end fittings con eosily be Installed. 5. Teeporori ly seal all conduits in the grand box until conductors are installed. 6. PermoMntly seal conduits imnediotely after the completion of conductor installation and pull teats. Pernnonently seal the ends Of OII conduits with duct sea 1, exponocible s, fanor other method as opprOVed. 0e not use dumanen duct tops Os O Permanent conduit sealant. Do not use al I;cone coulk os 0 Beal ant. 7. When a grand rod Is present in O ground box, bald oil equipment grounding conductors together and t0 the ground rod with listed CCnn&Ctana. 8. When O type B or D ground box is stacked to meet vol tome requlrem tsI it is allowable t0 cut on appropriately sized hole for conduit entry in the side wall at least 18 inches below grace. 9. If on existing proud box in the contract has O mwtot cover, bad the Cover to the equipment grounding oondUCtOr with a 3 ft. long stranded bonding Jumper the some size as the grounding conductor. The bonding Jumper Is subsid Iory to various bid items. Verify existing ground boxes with met01 Covers We shown on the plans, with notes fully describing the work requred 10. If other ground boxes With Vol covers We within the Project limits but are not part of the contract, the Engineer may direct the Contractor to bad the mrtol Covers, identifying the spec( f is boxes In writing. This work will be paid for separately. 11. Bond metal grand box covers +o the grounding conductor With a took ground type lug. Hole far''/2, L bolt with reuse for head N For Cover logo and !coal ing requirements. See DWS 11070 PLAN VIEW END GROUND BOX COVER H A001r' P ,IOuus Dspebnsnut rA7FmlpounNOn a'Orx t ELECTRICAL DETAILS GROUND BOXES SIDE EDM-14 SITE DESCRIPTION PROJECT LIMITS: THE PROJECT LIMITS SHOWN ON THE TITLE SHEET AND LIMITS OF RIGHT OF WAY SHALL ALSO BE THE LIMITS OF COVERAGE OF THE SW3P. PROJECT LOCATION MAPS: PROJECT LAYOUT SHEET DRAINAGE PATTERNS: MAINTAIN EXISTING APPROX. SLOPES ANTICIPATED AFTER MAJOR GRADING AND AREAS OF SOIL DISTURBANCE: REFER TO TYPICAL SECTION SHEETS MAJOR CONTROLS AND LOCATIONS OF STABILIZATION PRACTICES: NA PROJECT SPECIFIC LOCATIONS: N/A SURFACE WATERS AND DISCHARGE LOCATIONS: PLAYA LAKE 094A TYPICAL AREAS WHICH WILL NOT BE DISTURBED: OUTSIDE GRADING LIMITS/OUTSIDE ROW ENDANGERED SPECIES, DESIGNATED CRITICAL HABITAT AND HISTORIC PROPERTY: N/A ESTIMATED START DATES AND DURATION OF ACTIVITIES IN THE INTENDED SCHEDULE/SEQUENCE OF EARTH - DISTURBING ACTIVITIES: START 2/I8. END 10/18. NATURE OF ACTIVITY: PAVING IMPROVEMENTS/CHANNEL IMPROVEMENTS, CULVERTS MAJOR SOIL DISTURBING ACTIVITIES: SOIL DISTURBING ACTIVITIES WILL INCLUDE PREPARING THE RIGHT OF WAY, CLEARING AND GRUBBING, EXCAVATION AND EMBANKMENT FOR ROADWAYS, SIDEWALK, CONCRETE RIPRAP, DRAINAGE CHANNEL, REMOVAL OF ASPHALT, STRUCTURE INSTALLATION, EROSION AND SEDIMENT CONTROLS, AND TOPSOIL WORK FOR FINAL PLANTING AND SEEDING. TOTAL PROJECT AREA: ROW TO ROW (OR DRE) TOTAL AREA TO BE DISTURBED (AT EACH SITE): GRADING LIMITS ONLY WEIGHTED RUNOFF COEFFICIENT BEFORE CONSTRUCTION: 67 WEIGHTED RUNOFF COEFFICIENT AFTER CONSTRUCTION: 79.2 EXISTING CONDITION OF SOIL 4 VEGETATIVE COVER: THE SOIL ENCOUNTERED AT THE SITE CONSISTS OF SANDY CLAY, SHALEY CLAY CLAYEY SAND, SILTY SAND, WEATHERED SHALL SHALE, CEMENTED SAND, AND SANDSTONE. THE VEGETATIVE COVER IS FAIR, MOSTLY CONSISTING OF GRASS AND WEEDS. OF EXISTING VEGETATIVE COVER: 15% NAME OF RECEIVING WATERS: PLAYA LAKE 094A EROSION AND SEDIMENT CONTROLS USE "T" OR "P" IN THE BLANKS BELOW IF APPLICABLE (I- TEMPORARY, P- PERMANENT) , OTHER EROSION AND SEDIMENT CONTROLS: SOIL STABILIZATION PRACTICES: BUFFER ZONES P PERMANENT PLANTING, SODDING, OR SEEDING P MULCHING P PRESERVATION OF NATURAL RESOURCES _ TEMPORARY SEEDING P SOIL RETENTION BLANKET OTHER OTHER OTHER: DISTURBED AREAS ON WHICH CONSTRUCTION ACTIVITY HAS CEASED (TEMPORARILY OR PERMANENTLY) SHALL BE STABILIZED WITHIN 14 DAYS UNLESS ACTIVITIES ARE SCHEDULED TO RESUME WITHIN 14 DAYS. FOR CONSTRUCTION PROJECTS, THIS DISTRICT OF THE TEXAS DEPARTMENT OF TRANSPORTATION USES SITEMANAGER, A COMPUTER BASED CONSTRUCTION RECORD -KEEPING SYSTEM, AS PART OF RECORD FOR PROJECT WORK INCLUDING ENVIRONMENTAL RELATED ACTIVITIES. DOCUMENTATION DESCRIBING MAJOR GRADING ACTIVITES, TEMPORARY OR PERMANENT CESSATION OF CONSTRUCTION AND STABILIZATION MEASURE IS PART OF THIS SYSTEM AND IS INCORPORATED BY REFERENCE INTO THIS SW3P. STRUCTURAL PRACTICES: CHANNEL LINERS DIVERSION DIKE AND SWALE COMBINATIONS P CURBS AND GUTTERS DIVERSION, INTERCEPTOR, OR PERIMETER DIKES HAY BALES DIVERSION, INTERCEPTOR, OR PERIMETER SWALES P PAVED FLUMES T ROCK BEDDING AT CONSTRUCTION EXIT PIPE SLOPE DRAINS P STONE OUTLET STRUCTURES T ROCK FILTER DAMS STORM INLET SEDIMENT TRAP _ SEDIMENT BASINS TEMPORARY EROSION CONTROL LOGS (BIOLOGS) SEDIMENT TRAPS TIMBER MATTING AT CONSTRUCTION EXIT T SILT FENCES VEGETATIVE FILTER STRIPS _ STORM SEWERS VELOCITY CONTROL DEVICES OTHER OTHER OFFSITE VEHICLE TRACKING CONTROLS: HAUL ROADS DAMPENED FOR DUST CONTROL EXCESS DIRT ON ROAD REMOVED DAILY LOADED HAUL TRUCKS TO BE COVERED WITH TARPAULIN _ STABILIZED CONSTRUCTION ENTRANCE OTHER NARRATIVE - SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTIVITIES. THE ORDER OF ACTIVITIES WILL BE AS FOLLOWS: I INSTALL SILT FENCES 2 WHEN ALL CONSTRUCTION ACTIVITY IS COMPLETE AND THE SITE IS STABILIZED AND APPROVED BY THE ENGINEER REMOVE ALL TEMPORARY STRUCTURAL CONTROLS AND RE-SEEb ANY AREAS DISTURBED BY THEIR REMOVAL. ANY PERIMETER CONTROLS SHALL REMAIN IN PLACE UNTIL FINAL STABILIZATION OF THE AREA UPSTREAM. STORM WATER MANAGEMENT: 1 STORM WATER DRAINAGE WILL BE PROVIDED BY THE DITCHES, INLETS AND STORM WATER SYSTEMS WHICH WILL CARRY DRAINAGE WITHIN THE ROW TO THE LOWS WITHIN THE ROADWAY AND PROJECT SITE WHICH DRAINS TO NATURAL FACILITIES. 2 OTHER PERMANENT EROSION CONTROLS INCLUDE HYDRAULIC DESIGN TO LIMIT STRUCTURE OUTLET VELOCITIES AND GRADING DESIGN GENERALLY CONSISTING OF 4:1 OR FLATTER SLOPES WITH PERMANENT VEGETATIVE COVER. MAINTENANCE: CONTRACTOR IS RESPONSIBLE FOR MAINTAINING EROSION CONTROL ELEMENTS THROUGH DURATION OF CONSTRUCTION. INSPECTION: NA WASTE MATERIALS: ALL WASTE MATERIALS WILL BE COLLECTED AND STORED IN A SECURELY LIDDED METAL DUMPSTER. THE DUMPSTER WILL MEET ALL STATE AND LOCAL CITY SOLID WASTE MANAGEMENT REGULATIONS. ALL TRASH AND CONSTRUCTION DEBRIS FROM THE SITE WILL BE DEPOSITED IN THE DUMPSTER. THE DUMPSTER WILL BE EMPTIED AS NECESSARY OR AS REQUIRED BY LOCAL REGULATION AND THE TRASH WILL BE HAULED TO A PERMITTED LANDFILL. NO CONSTRUCTION WASTE MATERIAL WILL BE BURIED ON SITE. CONSTRUCTION DEBRIS AND LITTER SHOULD BE PICKED UP ON A DAILY BASIS UNLESS OTHERWISE DIRECTED BY THE ENGINEER. WASTE AND DIRT PILES SHOULD BE REMOVED ON A WEEKLY BASIS. HAZARDOUS WASTE (INCLUDING SPILL REPORTING): NO LONG TERM WATER QUALITY IMPACTS ARE EXPECTED AS A RESULT OF THE PROPOSED PROJECT. SEE THE NEXT PLAN SHEET FOR A LIST OF POTENTIAL POLLUTANTS. IN THE EVENT OF A MAJOR SPILL, NOTIFY THE TXDOT ENGINEER IMMEDIATELY. ALL PERSONNEL WILL BE INSTRUCTED IN THE PROCEDURES FOR SPILL HANDLING AND DISPOSING OF ANY HAZARDOUS MATERIALS THEY WILL BE USING. ALL SPILLS, INCLUDING THOSE OF LESS THAN 25 GALLONS SHALL BE CLEANED IMMEDIATELY AND ANY CONTAMINATED SOIL SHALL BE IMMEDIATELY REMOVED FROM THE SITE AND BE DISPOSED OF PROPERLY. DESIGNATED AREAS SHALL BE DETERMINED BY THE AREA ENGINEER FOR SPOILS DISPOSAL AND MATERIAL STORAGE. THESE AREAS SHALL BE PROTECTED FROM RUN-ON AND RUN-OFF. MATERIALS RESULTING FROM THE DESTRUCTION OF EXISTING ROADS AND BEING REMOVED AND/OR DISPOSED OF BY THE CONTRACTOR WILL BE DONE SO IN ACCORDANCE WITH ALL FEDERAL, STATE, AND LOCAL LAWS, ORDINANCES AND REGULATIONS AND WITH THE APPROVAL OF THE PROJECT ENGINEER. ANY CHANGES TO AMBIENT WATER QUALITY DURING CONSTRUCTION OF THE PROPOSED PROJECT SHALL BE PROHIBITED AND MAY RESULT IN ADDITIONAL WATER QUALITY CONTROL MEASURES, WHICH SHALL BE MITIGATED AS SOON AS POSSIBLE AND SHALL BE REPORTED TO THE TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEO) WITHIN 24 HOURS OF BECOMING AWARE OF IMPACTS. SANITARY WASTE: ALL SANITARY WASTE WILL BE COLLECTED FROM THE PORTABLE UNITS AS NECESSARY OR AS REQUIRED BY LOCAL REGULATION BY A LICENSED SANITARY WASTE MANAGEMENT CONTRACTOR. REMARKS: CONSTRUCTION STAGING AREAS AND VEHICLE MAINTENANCE AREAS SHALL BE CONSTRUCTED BY THE CONTRACTOR IN A MANNER TO MINIMIZE THE RUNOFF OF POLLUTANTS. ALL WATERWAYS SHALL BE CLEARED AS SOON AS PRACTICABLE OF TEMPORARY EMBANKMENT, TEMPORARY BRIDGES, MATTING, FALSEWORK PILING, DEBRIS OR OTHER OBSTRUCTIONS PLACED DURING CONSTRUCTION OPERATIONS THAT ARE NOT PART OF THE FINISHED WORK. DISPOSAL AREAS, STOCKPILES, AND HAUL ROADS SHALL BE CONSTRUCTED IN A MANNER THAT WILL MINIMIZE AND CONTROL THE AMOUNT OF SEDIMENT THAT MAY ENTER RECEIVING WATERS. DISPOSAL AREAS SHALL NOT BE LOCATED IN ANY WETLAND, WATER BODY OR STREAMBED. © 2017 Texas Deportment Of Transportation Ir NO SCALE SHEET 1 OF 2 „�HWA _PROJECT NO. HIGHWAY N0. TxDOT STORM WATER POLLUTION 1 6 PREVENTION PLAN (SW3P) slarE" "- couNTY 102 t m� S� ,u r 0 0 LIST OF POTENTIAL POLLUTANTS POTENTIAL POLLUTANT RELATED SOURCE CONTROLS CEMENTATEOUS MATERIAL AND CEMENTATEOUS AGGREGATES (BROKEN REMOVAL OF CONCRETE RIPRAP, CULVERT COMPONENTS, BRIDGE THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN CONCRETE) COMPONENTS, ETC. STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. MILLED ASPHALTIC CEMENT PAVEMENT (MILLINGS) OBLITERATION OF ABANDONED ROAD AND PLANING OF ASPHALT THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. VIRGIN ASPHALTIC MATERIAL INCLUSIVE OF PRIME OILS, PRECOAT APPLICATIONS OF PRIME COATS, SEAL COAT, AND PAVING THIS MATERIAL SHALL BE APPLIED AT APPROPRIATE RATES FOR CONSTRUCTION PURPOSES WHICH WILL PRECLUDE THESE AGGREGATES, AND HOT MIX BITUMINOUS MIXTURES OPERATIONS MATERIALS FROM ENTERING RUNOFF. IN THE EVENT OF ANY UNINTENDED DISCHARGE, CONTROLS TO CONTAIN RUNOFF WILL BE IMMEDIATELY PLACED AND TCEO WILL BE IMMEDIATELY NOTIFIED. CONSTRUCTION OF CONCRETE BRIDGE COMPONENTS SUCH AS DRILLED THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN CONCRETE, REBAR, WIRE, WIRE FABRIC LUMBER, NAILS, STYROFOAM SHAFTS, CULVERTS, ABUTMENTS, BENTS, REINFORCED CONCRETE STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. BLOCK, FIBERBOARD, CURING COMPOUND AND LINSEED OIL SLABS, RAIL, INLET, CONCRETE TRAFFIC BARRIERS, CURB AND ANY TEMPORARY FILLS MUST BE REMOVED IN THEIR ENTIRETY AND THE AFFECTED AREAS RETURNED TO THEIR PREEXISTING GUTTER, RIPRAP AND SIGN FOUNDATIONS CONDITION/ELEVATION. MASONRY CONCRETE BLOCK, GEOGRID FABRIC, CARDBOARD, AND THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN PLASTIC RAP CONSTRUCTION OF MODULAR RETAINING WALL SYSTEMS STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. WOOD POSTS, STEEL POSTS, BARRELS, CONES, SIGN BOARDS PLACEMENT AND/OR REMOVAL OF BARRICADES, SIGNS AND TRAFFIC THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN (ALUMINUM AND PLYBOARD), FASTENERS, NUTS, BOLTS, AND WASHERS CONTROL DEVICES STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. WOOD POST, STEEL POST, STEEL FASTENERS, NUTS, BOLTS, AND THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN WASHERS CONSTRUCTION OF METAL BEAM GUARD FENCE STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. STRUCTURAL STEEL I -BEAM, SIGN BOARDS, AND CONCRETE THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN FOUNDATIONS REMOVAL OF ROADSIDE SIGN ASSEMBLIES LARGE AND SMALL STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. THERMOPLASTIC PAINT, GLASS BEADS, REFLECTIVE TABS, AND THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN RAISED REFLECTIVE PAVEMENT MARKERS APPLICATION OF PAVEMENT MARKINGS/MARKERS STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. ALL EQUIPMENT AND VEHICLE MAINTENANCE SHALL BE PERFORMED IN A DESIGNATED AREA WITH APPROPRIATE MEASURES FOR PETROLEUM PRODUCTS (SMALL QUANT171ES INTRODUCED BY CONTAINMENT AND PROPER DISPOSAL OF ALL WASTE MATERIALS INCLUDING HYDRAULIC OIL AND OTHER LIQUIDS IN ACCORDANCE CONTRACTOR) EQUIPMENT FAILURE, MAINTENANCE AND REPAIR STATE AND LOCAL WASTE MANAGEMENT REGULATIONS. ALL MATERIAL STORED PRIOR TO DISPOSAL SHALL BE CONTAINED IN A A CONTAINER WITH SECURE COVER MEETING ALL STATE AND LOCAL WASTE MANAGEMENT REGULATIONS. ELIGIBLE NON -STORM WATER DISCHARGES INCLUDING BUT NOT MOISTURE APPLICATIONS FOR DUST CONTROL, DENSITY, VEGETATION THIS MATERIAL SHALL BE APPLIED AT APPROPRIATE RATES FOR CONSTRUCTION PURPOSES WHICH WILL PRECLUDE THESE LIMITED TO NON -POTABLE WATER AND NON -STORM WATER DISCHARGE WATERING, NON -DETERGENT VEHICLE WASHING, AND AIR MATERIALS FROM ENTERING RUNOFF. IN THE EVENT OF ANY UNINTENDED DISCHARGE, CONTROLS TO CONTAIN RUNOFF WILL BE CONDITIONING CONDENSATE IMMEDIATELY PLACED AND THE NON -POTABLE WATER WILL BE RECOVERED AND PROPERLY STORED FOR REUSE. SURVEY STAKE, FLAGGING TAPE AND PAINT SURVEY STAKING, ALIGNMENT ESTABLISHMENT THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. WASTEWATER WASHOUT AND CLEANOUT OF STUCCO, PAINT, FORM RELEASE OILS, THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN CURING COMPOUNDS AND OTHER CONSTRUCTION MATERIALS STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN SOAPS AND SOLVENTS VEHICLE AND EQUIPMENT WASHING STORED ON SITE PRIOR TO DISPOSAL, IT SHALL BE CONTAINED SO AS TO ENSURE THAT 1T CANNOT ENTER SURFACE RUNOFF. UNSUITABLE FILL MATERIAL EXCAVATION -ROADWAY, SPECIAL AND EROSION CONTROL THIS CONSTRUCTION WASTE SHALL BE PROPERLY DISPOSED OF IN ACCORDANCE WITH STATE AND LOCAL REGULATIONS. WHEN STORED ON SITE PRIOR TO DISPOSAL, 17 SHALL BE CONTAINED SO AS TO ENSURE THAT IT CANNOT ENTER SURFACE RUNOFF. © 2017 M�Texas Deportment Transportation of NO SCALE SHEET 2 OF 2 F HWA DIVISSION PROJECT NO. HIGHWAY NO. TxDOT STORM WATER POLLUTION B PREVENTION PLAN (SW3P) STATE COUNTY SHEET No. TEXAS DISTRICT CONTROL I SECTION 1 103 REV. DATE: 02/27/2014 W21 W Wa> Q i� ZV I Jj! 0 SO 100 rs O v R ROW N g 5°ee k ib'oi az E 1. > }� fw 94, •' � � rs r ', ROW 'r"�.r'�' ... Q .._...... ....:. t DRAINAGEEASEMENT:•...... .... . :: f 1... WATERLINE EASEMENT I• {/v LEGEND —�— SEDIMENT CONTROL FENCE 0 SEEDING LIMITS H ROCK FILTER DAM © EROSION CONTROL BLANKETS w w w --�i+ FLOW DIRECTION C CONCRETE w a a WW w> EMOMMS ASPHALT PAVEMENT uo}Iw�—____� 3 Z� I I f o I LLI ? � In I'. i R In SQt FkT' r" � ,afF '{ rh °✓ ,� '�, �r r , -ax I a rr r R°�;1y v �; ,� mad ., � , �, r r x k h F" „�, � i a W T' v-." hlk 1.�+P19f.�'ch 0� mtn�,612FE,k'�k�yws'" rn ul,wxA 8 �I: Otunna *'p,,,,a,,, .rrww ^'�..w,-w„w,,,w�. ywy.,,,,,,..N W 2 w Z O = v F _ _ _ — _ o o a w ROW W U ¢ •.•::. .�:: ::•:::::. .... 5 z .: _ �. w ....:.. ...?.. .......::•: :•:: •}::{{v::}:DRAINAGE EAS MENT....:•...:.......... ' m • \ 1 W TV I 104 SHEET 10F3 FILE ,d, \06]1�6019•N �u�� 1lP\MFipn\VIo15�i\09•Emironwlfol\9EY/•EMVEnO51gIg2.Opn PLU TEO. 1 /1/ 1 1 _ o —'/-------- — —_Ln _ r � ✓ P n W „r' i§� ,.� a �'' : ...✓ rC`3 1 :i XP� T ¢ !)"`gym s^F� t7.�# k (���; _—_ . LEGEND SEDIMENT CONTROL FENCE SEEDING LIMITS — sue ROCK FILTER DAM C!�— EROSION CONTROL BLANKETS --may FLOW DIRECTION CONCRETE ASPHALT PAVEMENT II I� II III 'I I S 87•599' 54.338_E �IrI r � —, DO —T — — — — — — — — — — ROW I� II W9 g c L Q 5ss--� k I � Ca E 51 ! 106 SEE DETAIL 7 DRAINAGE CHANNEL �SEE DETAIL 5 SEE DETAIL 2 i 0 1 .. .. . . .. . . . . . . . . . . . . . . . . . . NORTH AMERICAN GREEN PERMANENT TURF REINFORCEMENT MAT (OR APPROVED EQUAL) OVER SEED AND COMPACTED EARTH. —OVERLAP ENDS SEE DETAIL 4 �—SEEiDETAIL 5 OVERLAP MATS SEE DETAIL 7 i SEE DETAIL 6 TYPICAL CHANNEL PLAN VIEW SEE DETAIL 7 SEE DETAIL 7 VARIES VARIES 4') USUA A.1 S AL SEE DETAIL 7 L 3; i SEE DETAIL 5 SEE DETAIL 5 TYPICAL CHANNEL CROSS SECTION INTERFACE OF CONCRETE RIPRAP III FLOW 2'-5,. FLOW _T FLOW 12" 2 \/\\//\ 6, 6 EROSION CONTROL BLANKET NOTES i. PREPARE SOIL AND APPLY SEED MIXTURE AS SPECIFIED BEFORE INSTALLING EROSION CONTROL BLANKET. 2. BEGIN AT THE TOP OF THE CHANNEL BY ANCHORING THE BLANKET [N A 12" DEEP X 6" WIDE DITCH WITH APPROXIMATELY 12 OF BLANKET EXTENDED BEYOND THE UP -SLOPE PORTION OF THE TRENCH. ANCHOR THE BLANKET WITH A ROW OF STAPLES APPROXIMATELY 12 " APART IN THE BOTTOM OF THE TRENCH. BACKFILL AND COMPACT THE TRENCH AFTER STAPLING AND FOLD THE REMAINING 12" PORTION OF THE BLANKET BACK OVER COMPACTED SOIL AND SOD. SECURE THE BLANKET WITH A ROW OF STAPLES SPACED APPROXIMATELY 12" APART ACROSS THE WIDTH OF THE BLANKET. 3. ROLL CENTER BLANKET IN DIRECTION OF WATER FLOW IN BOTTOM OF CHANNEL. BLANKET WILL UNFOLD WITH APPROPRIATE SIDE AGAINST THE SOIL SURFACE. ALL BLANKETS MUST BE SECURELY FASTENED TO SOIL SURFACE BY PLACING STAPLES THROUGH EACH OF THE COLORED DOTS CORRESPONDING TO THE APROPIATE STAPLE PATTERN. 4. PLACE CONSECUTIVE BLANKETS END OVER END (SHINGLE STYLE) WITH A 4"-6" OVERLAP. USE A DOUBLE ROW OF STAPLES STAGGERED 4" APART AND 4" ON CENTER TO SECURE BLANKETS. 5. FULL LENGTH EDGE OF BLANKETS AT TOP OF SIDE SLOPES MUST BE ANCHORED WITH A ROW OF STAPLES APPROXIMATELY 12" APART IN A 6" WIDE BY 6" DEEP TRENCH. BACKFILL AND COMPACT TRENCH AFTER STAPLING. 6. ADJACENT BLANKETS MUST BE OVERLAPPED APPROXIMATELY 2"-5" AND STAPLED. 7. THE TERMINAL END OF THE BLANKETS MUST BE ANCHORED WITH A ROW OF STAPLES APPROXIMATELY 12" APART IN A 6" DEEP BY 6" WIDE TRENCH. BACKFILL AND COMPACT TRENCH AFTER STAPLING. rn zw f< x" W o U� � Q O s 3 U� zo a�u FQ � i =a m a J Z J W Oop Ozw KOY W U Z DO tI.-I1rl.11lp 107 Corxeci the endn 0 1 fhe euppeea ive reinfproement sheets or rolls O mi nlsun 01 fi times with hog rirge. I I Go l von i Zed reldsd WIre meah (W. W. M.1 (12.5 GA. SNG Min.) with O max imun opening site O1 2"x A'or Noven We (W. M.)f5ee woven mesh opt tan petal l) Top of �' min tmllm steel Or Woos poste spaced at 6' t0 B'. Softwood poets sholl be S" mi nimun In di ometer or nanlnOl 2' x A'. Hardwood poste ShotI hove O minimun cross section of 1.5" x 1.5" Fasten fabric to the top strand of the wire using hop rirge or ROg_r^Aol Ot O max imim spacing 01 IS". y Attach the wire mesh an0 fobrlo on end I poets ue ing 4 evenly epoced atoples for Wootlen poets (an � T-CI IDe ar �• sewn vent ic0l pockets for steel poet.). Woven filter fobr i c Ip PIOCe .' t0 6- of fabric ogoinat the trench altls and Oppra%intently 2" agr06e the trench Datum In the upetreas direction. Munitt—t trench size shall be 6- square. BOckfill and nano tome. TEMPORARY SEDIMENT CONTROL FENCE v z Filter fabric S' in. width. Backfill 6 hand tome. Bg. Embed Poet$ 18" min. FL y� Or Anchor if in rock. J SECTION A -A HINGE JOINT KNOT WOVEN MESH (OPTION) DETAIL Golvanized hinge joint knot woven mean (12.5 GA.SNG Min.) requires O minim Of five horizontal wires spaced of 0 max(anon of 12 inches oport and all vertical .free spoced at O max tabu. Of 12 inches apart. - SEDIMENT CONTROL FENCE USAGE GUIDELINES A sediment control fence may be caletructed near the downstream perimsrer of a disturbed area along a cantour to intercept aediment from overland LEGEND runoff. A 2 year storm frequency may as used to calculate the flow rote to be filtered. Seaiment Control Fence S.dim t control fence snouto be sized to fi Iter O max ie flow through SCF rote of 100 GPM/FT2. Sediment control fence 1a not recotm*nded t0 control erosion from O drainage prep larger than 2 acres. GENERAL NOTES I. vertical tracking Is required on projects .here edit distributing activities have occurred unless other.I se approved. m 2. Perforvertical tracking On elope$ t0 temporarily stabilize soil. 3. Provide equipment With O track undercarriage capable of producing linear Bail impressions megeur ing a minf 01 12" in length by 2" t0 A" in Width by 1/2" t0 2' 1n depth. 4. Do not exceed 12" between frock impressions. 5. In$t011 cantinous linear track impre$$tone where the minisvn 12• length i$preeeiOne are perDend i pular t0 the elope or direction of water flow. *15 " W W W`� " W•. •,. Linear soil impressions. Dozer tracks create }rock impr(nis (n panel lei to me Slope can°qtour.� f_^ f•., . VERTICAL TRACKING DepertmnR of RlumpofM/on SUWXWd TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES FENCE & VERTICAL TRACKING ECM-16 Excavation (If Sheef Flow Vi .��� Vic` ��!N:w:� I.» �• .�;� (anal Sandbags FILTER DAM AT TOE OF SLOPE (See usage Gut dellne6> FD EN PLAN VIEW j•'4' Did. Rebor Stokes PLAN ViEW SECTION B-B TYPE 4 (SACK GABIONS) FD Earth enDonkment A 'V' SlVope soy be used for hiyer elan l+y fldes . (See 'V. Shape Plan Vlew below) FILTER DAM AT SEDIMENT TRAP o— OR I 2' Min. Width far Payment L*Vel Created Weir C 2. Wetr Langth I' Min, 3. 4. \ 5. 4' Min. C PROFILE 6. 7. 9. Galvanized woven ,'• y,11, air mesh (for Types 2 i 3) I{�I See No� 2 I Types I L 2 IB' open graded Type 3 • 36' 9. rock 4' Min. SECTION C-C ROCK FILTER DAM USAGE GUIDELINES Rack Filter Dame should be constructed ooW tream from disturbed areas to interoapt Sediment from overlord runoff mnd/or cone Itroted flow. The tlans should be sized to filter o moximun flow through rate of 60 GPM/FT2 of cross aectioral area. A 2 year Storm frequency spy be used to calculate the flow rote. TY 1 (Is' high with row wire mesh) (3" io 6" Weis Type I spy be uaed a+ tie toe 01 alOpea. Orak/ltl mists, n amyl I d tCM a, and at dike or'. swole outlets. This type of dam is recommended to control erosion from o Oral nog* creo of 5 acres or lees. Type I may hot be used in concen+roted high velocity flows (opproximently a Ft/Sec or mere) In Mich aggregate wosh put spy occur. Sandbags may be used at the embedded foundation (4" peep min.) for better filtering efficiency of low flows if called for on the Dlon. or directed by the EngI nee,. TYDe 2 (I s' hh with wire mesh) (3' to 6" aggregate): TYbe 2 my be uaad In ditcnea and at dike or Swale ou+lets. Type 3 (36' high with wire mesh) (4• to 9• aggreo+a) Type 3 soy be used In stream flow mnd should De recuretl to +he etr*om bed. W4 (Sock gab iansl (3' to 6" gggrega+e): Type 4 May be uses in ditches t>nd &roller engnne le to form an shoe an control dam. Type 5: Provide rock filter donna as Shown on Diane. FILTER DAM AT CHANNEL SECTIONS ---(Ej)— OR —QEY>— OR r�io GENERAL NOTES If Shown an the Plana or directed by the Engineer, filter dams should be Dl aced neon the toe of elopes wtere erosion is anticipated, upstream and/or ccwTe+ream at drainage structures, and in roadway ditches and charnels to collect Sediment. Materia is (aggregate, wire mesh, sandbags, etc.) shall be as indicated by the Specification for "Rock Filter Dame for Erosion and Sedimentation Contra l•. The rock filter doe dimensions shall be 05 indicated On the SW3P plans. Side elopes should be 211 or flotter. Dame within the Safety zee anal Move aldeaI oyes of 611 or IF otter. Moin+pin a minimum of 1' between too of rock filter dan weir and top of enbpnkmarf+ for filter tlams at Sediment traps. Filter dams should be embedded o minimum of 4" Into existing ground. The sediment +rop for ponding of sediment laden runoff shall be of the a imeneions shorn art the Plans. Rock filter doe types 2 S 3 &hall be Secured with 20 gouge galvanized woven re mesh With I' diameter he-9010I openings. The aggregate shall be Placed on +he mesh to the height a elopes Specified. The mesh shall be folded of the upstream side over the aggregate and tightly Secured t0 itself on the downstream aide using wire ties or hog rings. For in Stream use, the mesh should be secured or stalked to the stream bad prior to aggregate placement. Sack Gobiana should be staked tlawml with Y4' dim. rebor Stokes, and have a double -twisted hexagonal weave with o nominal mesh opening Of 2 1/2* x 31/4' Flow outlet Should be onto O atpoll Zed ores (vegetotian, rack, eta.). The guidelines shown hereon are suggestions only and nay be modified by the Engineer. PLAN SHEET LEGEND Type I Rook Fl (ter Dom FDI Type 2 Rock FI Iter Dom Type 3 Rock Filter Dom �D -- Type 4Rock Filter Dom AMP*- hvs OW-bp.,M of Tranpora.uon Sftndd TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES ROCK FILTER DAMS EC(2)-16 tics a Drain to sediment trapping device I I 50' Min. PLAN VIEW ELEVATION VIEW CONSTRUCTION EXIT (TYPE 1) ROCK CONSTRUCTION (LONG TERM) GENERAL NOTES (TYPE 1) 1. The length of the type I construction exit shall be as Indicated On the plans, but not less than 50'. 2. The coarse aggregate Should be Open graded with o siZe of 4" to 8". 3. The OPpraach transitions Should be M steeper than 611 and constructed as a;rec+ed by the Engineer. 4. The construction exit foundo+ton course Mall be flexible base, bitunl moue concrete, portl and cement concrete Or other materiolos approved by the Engineer. 5. The construction exit shall be gill to allow drainage to a Sediment trapping device. 6. The guidelines shown hereon are suggestions only and nay be nod;fiea by the Engineer. 7. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed by the engineer. / 2" x 10" Treated timber plonk a Drain to sediment trapping device I I 50' Min. 2" X 6" _ I I TYeotetl timer plonk y Rcilr.ad ties Typical dimensions 8" x 10" x 8' PLAN VIEW 4' Min. 50' Min. 4' Min. APProoch transition Approach transition Foundation course 6" min. ELEVATION VIEW CONSTRUCTION EXIT (TYPE 2) TIMBER CONSTRUCTION (LONG TERM) GENERAL NOTES (TYPE 2) I. The length of the type 2 construction exit shall be a5 I no lcated on the Pima, but hot is as than 50'. 2. The treated timber planks Shall be attached to the railroad ties with I/Z"x 6" min. lag bolts. Other fasteners may be used as approved by the Eno;near. 3. The treated tinter planks small be 92 grade min., and should be free from large and loose knots. 4. The approach transitions Shall be nl steeper than 6:1 and constructed as directed by the Engineer. 5. The cons+ruction exit foundation course shall be flexible base, b itun; npus collar@+e, Dart1ond cement concrete or other mpteriol as approved by The Engi near. 6. The construction exit Should be groded to allow drainage t0 a sediment trapping device. 7. The guidelines shown hereon are suggestions only and may be modified by the Engineer. 8. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-woy traffic for the full width of the exit, or as directed by the engineer. ...........—.. y Rcilr.ad ties Typical dimensions 8" x 10" x 8' PLAN VIEW 4' Min. 50' Min. 4' Min. APProoch transition Approach transition Foundation course 6" min. ELEVATION VIEW CONSTRUCTION EXIT (TYPE 2) TIMBER CONSTRUCTION (LONG TERM) GENERAL NOTES (TYPE 2) I. The length of the type 2 construction exit shall be a5 I no lcated on the Pima, but hot is as than 50'. 2. The treated timber planks Shall be attached to the railroad ties with I/Z"x 6" min. lag bolts. Other fasteners may be used as approved by the Eno;near. 3. The treated tinter planks small be 92 grade min., and should be free from large and loose knots. 4. The approach transitions Shall be nl steeper than 6:1 and constructed as directed by the Engineer. 5. The cons+ruction exit foundation course shall be flexible base, b itun; npus collar@+e, Dart1ond cement concrete or other mpteriol as approved by The Engi near. 6. The construction exit Should be groded to allow drainage t0 a sediment trapping device. 7. The guidelines shown hereon are suggestions only and may be modified by the Engineer. 8. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-woy traffic for the full width of the exit, or as directed by the engineer. ...........—.. See note 2 2" x 8" treated timbers le naid ant. abutted ends 0; sturbed of wood sheets Soil Area Swe was /20 Min. thick Plywood or prassatl nrofar board sheets At— Saw A Paved Roadway PLAN VIEW 2" X 8" Timbers wailed onto ends of wood sheets D is+urbetl soil 76 Penny Nails s 1' on centers. Mtn. th tak treated plywood or pressed wafer board sheets SECTION A -A CONSTRUCTION EXIT (TYPE 3) SHORT TERM GENERAL NOTES (TYPE 3) I. The length of the type 3 construction exit Shall be as shown on the pions, or os directed by the Engineer. 2. The type 3 construction exit may be constructed fram open graded crushed Stone with a e;ze of two t. four inches spread o min. of 4" thick To the limits Mown an The plane. 3. The treated timber planks shall be 02 grade min., and Should be free from large and loose knots. 4. The guidelines Shown hereon are suggestions only and may be modified by the Engineer. Dhb7on ,7bX.S Department of 7lansporteNan Staad.,d TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES CONSTRUCTION EXITS EC (3) —16 7—,' Lr—, ^ r—�.• ._�� ram..•-' r--r—"+. r--•i l^� '--�.'.� i"^�� I���^, �'�i "ram :�� '�', �..,� =6 TEMP. EROSION CONTROL LOG 1' (TYP. ) . . COMPOST CRADLE UNDER EROSION CONTROL LOG SECTION A -A EROSION CONTROL LOG DAM W TE1P. EROSION ADDITIONAL UPSTREAM CONTROL LOG STAKES FOR HEAVY RUNOFF EVENTS A A SECURE END 1' OF LOG TO STAKE LOG ON DOWNHILL STAKE AS DIRECTED SIDE AT THE CENTER, A EACH ENO, AND AT ADDITIONAL POINTS AS NEEDED TO SECURE LOG (4' MAX. SPACING)♦ OR AS DIRECTED BY THE ENGINEER. PLAN VIEW STAKE LOG ON DOWNHILL J AS ac OR ! FLOW 1 SECURE END OF LOG TO STAKE AS DIRECTED ADDITIONAL UPSTREAM STAKES FOR HEAVY RUNOFF EVENTS DISTURBED AREA —BACK OF CURB B LIP OF GUTTER STAKE ON DOWNHILL SIDE OF TEMP. EROSION LOG AT 8' (ON CENTER) MAX. CONTROL LOG AS NEEDED TO SECURE LOG, OR AS DIRECTED BY THE ENGINEER. PLAN VIEW ADDITIONAL UPSTREAM STAKES FOR HEAVY RUNOFF EVENTS TEMP. EROSION CONTROL LOG R.O.W. STAKE COMPOST CRADLE UNDER EROSION \ CONTROL LOG EGEND CL-D EROSION CONTROL LOG DAM CL-BDC EROSION CONTROL LOG AT BACK OF CURB CL-ROW EROSION CONTROL LOG AT EDGE OF RIGHT-OF-WAY CL-SSi EROSION CONTROL LOGS ON SLOPES STAKE AND TRENCHING ANCHORING CL-SSL EROSION CONTROL LOGS ON SLOPES STAKE AND LASHING ANCHORING CL-DI EROSION CONTROL LOG AT DROP INLET CL-CI EROSION CONTROL LOG AT CURB INLET CL-DI EROSION CONTROL LOG AT CURB & GRATE INLET SECTION B-B EROSION CONTROL LOG AT BACK OF CURB L LL B .Q •3 BAR REBAR STAKE DETAIL STAKE ON DOWNHILL SIDE OF I• LOG AT e' (ON CENTER) MAX. (TYp.) AS NEEDED TO SECURE LOG. OR AS DIRECTED BY THE ENGINEER. C R.O.W. TEMPORARY EROSION CONTROL fFLOW f $ LOG DISTURBED AREA SECURE END BACK OF CURB OF LOG TO STAKE AS C DIRECTED ADDITIONAL UPSTREAM LIP OF GUTTER STAKES FOR NE AVY RUNOFF EVENTS PLAN VIEW R. 0.W TEMP. EROSION CONTROL LOG COMPOST CRADLE UNDER EROSION STAKE CONTROL LOG //AV//A\`\//A //AV//A\`\,\.//AV//A\`\ \ //AY//A\\. SECTION C-C GENERAL NOTES: 1. EROSION CONTROL LOGS SHALL BE INSTALLED IN ACCORDANCE WITH MANFACTURER'S RECOMMENDATIONS, OR AS DIRECTED BY THE ENGINEER. 2. LENGTHS OF EROSION CONTROL LOGS SHALL BE IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND AS REQUIRED FOR THE PURPOSE INTENDED. 3. UNLESS OTHERWISE DIRECTED, USE BIODEGRADABLE OR PHOTOOEGRADA8LE CONTAINMENT MESH ONLY WHERE LOG WILL REMAIN IN PLACE AS PART OF A VEGETATIVE SYSTEM. FOR TEMPORARY INSTALLATIONS, USE RECYCLABLE CONTAINMENT MESH. 4. FILL LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE THE MINIMUM COMPACTED DIAMETER SPECIFIED IN THE PLANS WITHOUT EXCESSIVE DEFORMAT[ON. S. STAKES SHALL BE 2- X 2- WOOD OR e3 REBAR, 2'-4' LONG, EMBEDDED SUCH THAT 2' PROTRUDES ABOVE LOG, OR AS DIRECTED BY THE ENGINEER. 6. DO NOT PLACE STAKES THROUGH CONTAINMENT MESH. 7. COMPOST CRADLE MATERIAL IS INCIDENTAL 6 WILL NOT BE PAID FOR SEPARATELY. 8. SANDBAGS USED AS ANCHORS SHALL BE PLACED ON TOP OF LOGS i SHALL BE OF SUFFICIENT SIZE TO HOLD LOGS IN PLACE. 9. TURN THE ENDS OF EACH ROW OF LOGS UPSLOPE TO PREVENT RUNOFF FROM FLOWING AROUND THE LOG. 10. FOR HEAVY RUNOFF EVENTS, ADDITIONAL UPSTREAM STAKES MAY BE NECESSARY TO KEEP LOG FROM FOLDING IN ON ITSELF. EROSION CONTROL LOG AT EDGE OF RIGHT-OF-WAY MINIMUM COMPACTED T R MINIMUM COMPACTED O . T R SEDIMENT BASIN 8, TRAP USAGE GUIDELINES An erosion control lap sediment troy My be used to filter eediment art of runoff oroinintp from on uistobi l l zed area. Loa Tr 1 The orainoge area for a eeolnlent troy should not exceed 5 aces. The troy copoclty and. I be 1800 CF/Ace (0.5' Over the arolnoge area). Control lops should be plocea In the following Iocotichat I. Wlthin orainoge ditches spaced as needed or min. 500' on Center 2. Imlydiotely preceding ditch Inlets or droin inlets 3. Just before the orointppe enters a water course 4. Just before the droirgpe levees the right of way 5. Just before the droirgpe I— the oanetruc;iw lima;s where droinoge flare Croy from the proleot. The lops should be cleared When Hie sealernt has accumulated to o depth Of 1/2 the lap (IloMeter. Clewing and raindval of accumulated sediment deposits is incidental and Wi II not be paid for -porotely. DIAMETER MEASUREMENTS OF EROSION CONTROL LOGS SPECIFIED IN PLANS SHEET 1 OF 3 oeEm TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURES EROSION CONTROL LOG EC(9)-16 TOP OF SLOPE TOP OF SLOPE 6' BELOW l e o 6' BELOW / TOP OF SLOPE / :: m•.• .e 'a°• SLOG T ECURE END TOP OF SLOPE / •DISTURBED AREA �ti :y�. STAKE AS / e o as y '. 5, DIRECTED LOG SPACING LOG SPACING 4•� (SEE EROSOG ION (SEE EROSION / / CONTROL CONTROL LOG / L SPACING SPACING TABLE BELOW) / TABLE BELOW) / END SECTION RAP DETAIL EROSION CONTROL LOG / / EROSION CONTROL LOG 5'-0" ABOVE TOE OF SLOPE L— TOE OF SLOPE I EROSION CONTROL LOGS ON SLOPES STAKE AND TRENCHING ANCHORING ADDITIONAL STAKING IF NEEDED FOR HEAVY RUNOFF EVENTS 2' MINIMUM 2' OVERLAP EROSION CONTROL LOG SPACING TABLE SLOPE LOG OIAMETER 6• 8• 12" 18• 1:1 OR STEEPER 5' 10, 15, 20' 211 10' 20' 30' 40' 3$1 15, 30' 45' 60' 411 OR FLATTER 20' 40' 60, 80' 0 ADJUSTMENTS CAN BE MADE FOR SOIL 7YPE1 SOFT, LOAMY SOILS -ADJUST ROWS CLOSER TOGETHER; HARD, ROCKY SOILS- ADJUST ROWS FARTHER APART EROSION CONTROL LOG PLACE EKCAVATED MATERIAL dl ROS ILL ON SIDE OF EROSION CONTROL LOG. EROSION CONTROL _ LOG NOTE$ COMPACT Ex SOIL TO PR UNDER CUTTI L I 1 11 _I — r STAKE AND TTRENCHING ANCHORING DETAIL CL-SST TRENCH DEPTH TABLE LOG DIAMETER DEPTH 6' 2" 8 3• 12" 4• 18• 5• 2" x 2• WOOD o •3 REBAR, 2' 70 4' LONG. 5'-0" ABOVE TOE OF SLOPE — TOE OF SLOPE EROSION CONTROL LOGS ON SLOPES STAKE AND LASHHIINGG ANCHORING STAKE STAKE ROPE — EROSION EROSION — CONTROL CONTROL LOG LOG NOTCH TYP —� 1 I 2 STAKE AND LASHING ANCHORING DETAIL SHEET 2 OF 3 STAK V2' x %• NOTCH —:;I STAKE NOTCH DETAIL , � 1 �g RLAP ENDS TIGHTLY MIN [MW SECURE ENDCOMPLETELY SURROUND OF LOG 70DRAINAGE ACCESS TO STAKE ASAREA DRAIN INLETS WITH DIRECTEDEROSION CONTROL LOG EROSIONJOLLOG b4,STIKE FLOWFLOW ORUSESANDBAGS ONDOWNHILL SIDE OF OG AS NEEDED TO HOLD IN PLACE (TYPICAL) EROSION CONTROL ^LOG AT DROP INLET CURB AND GRATE INLET SANDBAG �- TEMPORARY EROSION CONTROL LOG USE STAKES ON DOWNSTREAM SIDE OF LOGS AT ENDS MIDPOINT, 6 AS NEEDED OR SA48AGS TO HOLD IN PLACE. SANDBAG EROSION CONTROL LOG AT CURB & GRADE INLET CL-G 6' 'I Quo+ S �o� F/ 2 SAND BAGS ar USE STAKES ON DOIINS7REAM SIDE OF TEMP. EROSION TEMP. EROSION LOGS AT ENDS MIDPOINT, L AS CONTROL LOG \� 2 SAND BAGS CONTROL LOG NEEDED OR SANDBAGS 70 HOLD IN PLACE. EROSION CONTROL LOG AT CURB INLET EROSION CONTROL LOG AT CURB INLET CL-CI�C� NOTE: EROSION CONTROL LOGS USED AT CURB INLETS SHOULD ONLY BE USED IF THEY WILL NOT IMPEDE TRAFFIC OR FLOOD THE ROADWAY OR WHEN THE STORM SEWER SYSTEM IS NOT FULLY FUNCTIONAL. = SHEET 3 OF 3 �, DpA7wn Am n.pw*" * o! h� sonars TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL MEASURESI EROSION CONTROL LOG EC(9)-16