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-R0396 - Allen Butler Construction - 11/15/2018 (20)
Resolution No. 2018-RO396 Item No. 6.2.1 November 15, 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. 14318 as per RFP 19-14318-FM for Westl 50th Street Paving Improvement Project, 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 November 15, 2018 DANIEL M. POPE, MAYOR A TEST: �4 W/11� �' D✓ Re ecca Garza, City Secretary APPROVED AS TO CONTE Jesica McEachern, Assistant City anager APPROVED AS TO FORM: (IJA elli Leisure, Assistant City Attorney ccdocs/RES.Public Works CONTRACT 14318 — West 50th Street Paving Improvement Project October 18, 2018 CERTIFICATE OF INTERESTED PARTIES FORM 1295 loll Comptete Nos 1- 4 and 6 if there are Interested parties. OFFICE USE ONLY Cornptete Nos.1, 2.3. 5, and 6 if there are no Interested pwUes. CERTIFICATION OF FILING CeMffcate Number. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2018-415334 Allen Buder Construction, Inc. Lubbock, TX United States Date Filed: 1011612D18 Name of governmen entWy or state agency tivat is a party tot the contract for Wlich the form Is being filed. City of Lubbock Date Acknowledged: 3 Provide the Identification number used by the governmental entity or state agency to track or Identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 19-14318-FM WestSOth St. Construction 4 Name of Interested Party City, State, Country (place of business) Nature of Interest (check applicable) Controlling Intermedlary Davis, James J. Lubbock, TX United States X Wetzel, P.E., Daniel Lubbock, TX United States X Carroway, Keith Lubbock, TX United States X 5 Check only if there is NO Interested Party. 6 UNSWORNDECt ARA-110N /�rr My name Is —1 � --L•+�4 and my date of birth is My address isYd1NGs.,., 4.+aoc �_virrr s• e_�s.•.R !�%C , _i'p2_. (Street} (city) (State) (zip coft) (—try) I declare under penalty of pe +;.try t ai the foregoing is true and correct. Executed in.e c +_!C .County, State ofs _ (month) fyear) Signature of auth _ Ing business entry (t]sGBrttnl) Forms provided by Texas Ethics Commission www.ethlcs.state.tx.us Version V1,0.6711 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 12018-415334 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: 10/16/2018 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: 10/23/2018 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. 19-14318-F M West 50th St. Construction 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Davis, James J. Lubbock, TX United States X ! Wetzel, P.E., Daniel Lubbock, TX United States I X Carroway, Keith 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 1 , (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 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.6711 W � �COCOO��C�07� 0 Ll - oCD G�C�c��0oil on a°� dCrJCrJH0.0ov � ?' CDOil 0-0ro� p CD CD rA cn<" t" C-Dz�rry� 0.4 03 CD a. _ _ rCCnC=izCO� r) a.� CD CDCD O'Q CL 0.4 two � .°O r� y��y►b���tr1 IDCD p 5 �Z�-]xCrsJ,b,•�•r� CD cP '-O O C� ' x ?" o-b�r x n K�U N pCD nyo r '-• � Oz7"xy (.^+ CL � yy C=: o oZd ►� o fA s oO o�` a pv�'�Csi►-3��Q2'CAi7r CA CD CD CD ooxoyo�x Z 0 CrtD --I O' CD C1 v CD 0 O CD cr 0 CL m CL 0 CD O CD 0 -n a) 0 3 CD c CS CD CD 0 CD Q w N a) 0 CD 3 CD c m 0 -c O c Cn Cn cc' v CL CL CD 3 CD CS 0 O O_ cn v CL CD 0 m 0 —I 3 CD 0 3• v 0 c cQ' O CD sll c v O CL CD 0 v m a 0 cn CD 3' 0 0 0 O v CD v CL CD 0 a) O CD a 0 CL cn 0 3 cn C cn CD CD v CD O CD 0 3 w m Cr 0 O Q cn 0 4 cn 0 a CD 0- a) Q. iZ v CCDD l�. CD v w CD CD O cn c m v 3 CD 0' 0 7 cn v m n. v CD O. 3 CD cn 0 CD a) cn CD 0 0 v N � 0 CD O M. CL Cl) rt 3 a) O c 5' 0 3 gin' 0 CAD 0 CD a� 3 CD 0 O v 0 :s 0 0 W, cn 000� CA .O+ O CD WE 0 4RCD 0 N -0 CD �. v�0v3 c =0M, 0 c %<0=CD Xi - CD vc?Q CD r« 0 CD CD N M CD C�'oo cn .Err- O -mom 0� cr a CL Cl) c CD aipo -i Q 7 cn ' O n^. CQ q CD a) 0OQ� �W0C? uj v CD -h �. m� CD CD v 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 — $4,000,000 F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 4. Return all the contract books with correct bonding information, insurance and signatures within 10 business days. 5. X Complete the form 1295. City of Lubbock iFXA November 16, 2018 NOTICE OF AWARD Allen Butler Construction, Inc. Attn: James J. Davis 2413 PR 7320 Lubbock, TX 79423 Subject: RFP 19-14318-FM / Contract 14318 West 50th Street Paving Improvement Project Dear Mr. Davis: Official notice that award of the above -referenced project is made to your firm in accordance with the terms and conditions of the proposal and subject to contract. The value of the award One This award does not constitute a contract. You have ten (10) business days from this notice, exclusive of the day of notice, to provide a contract with the duly authorized signatures affixed thereto, your original Insurance Certificate and original Insurance Certificates for all sub -contractors. All Insurance Certificates must be in compliance with "CONTRACTOR'S INSURANCE" Section of the bid and with the following additional insured endorsement: "City of Lubbock, its officers, agents and employees are named as primary additional insured's on General Liability policies, with respect to RFP 19-14318-FM. The Insurance Certificates must include a Waiver of Subrogation in favor of the City of Lubbock on General Liability, Automobile Liability, and Worker's Compensation policies. The Certificate Holder is City of Lubbock, c/o City of Lubbock Purchasing Department, 1625 13`h Street, Suite 204, Lubbock, Texas 79401. Upon satisfactory fulfillment of these requirements, a written Notice to Proceed will be issued. THIS LETTER IS NOT A NOTICE TO PROCEED. A NOTICE TO PROCEED WILL BE ISSUED BY THE PURCHASING DEPARTMENT AND OWNER'S REPRESENTATIVE UPON RECEIPT OF THE EXECUTED CONTRACTS, ALL APPLICABLE INSURANCE CERTIFICATES IN COMPLIANCE WITH SPECIFIED INSURANCE REQUIREMENTS, REQUISITE BOND(S), AND SIGNED NOTICE OF AWARD. The time for substantial completion of work is 135 Consecutive Calendar Days from the date of commencement specified in the Notice to Proceed and with the understanding that time is of the essence. Liquidated damages is the sum of 500 for each calendar day in excess of the time set forth herein above for completion of this project; as more fully set forth in the general conditions of the contract documents. The time for final completion of work is 165 Consecutive Calendar Days from the date of commencement specified in the Notice to Proceed and with the understanding that time is of the essence. Liquidated damages is the sum of $500 for each calendar day in excess of the time set forth herein above for completion of this project, as more fully set forth in the general conditions of the contract documents. Please to acknowledge receipt and acceptance of this Notice of Award by signing in the space provided on the second page and RETURNING BOTH ORIGINAL PAGES to the City of Lubbock Purchasing and Contract Management Office within TEN (10) BUSINESS DAYS as specified in the proposal documents. Congratulations on your efforts and we look forward to working with you on this project. ISSUED BY Owner: CITY OF LUBBOCK this November 16, 2018 By: Marta Alvarez Signature 4&A,541 Title: Director of Purchasing & Contract Management ACCEPTANCE OF NOTICE Receipt of the foregoing Notice of Award is hereby acknowledged Company: Allen Butler Construction, Inc. Proposal: RFP 19-14318-FM Contract No. 14318 by: y �i�'TfiE,ac� Signatur : -- Title: Date: 11140 �� ACORU® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 11/27/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER IBTX Risk Services 10101 Reunion Place Suite 100 CONTACT NAME: JIII McElroy PHONE FAX AIC No Ext : 214-989-7100 LAIC.No): 214-596-9030 ADDRIESS: service@ib-tx.com INSURERS AFFORDING COVERAGE NAIC # San Antonio TX 78216 INSURER A: The Charter Oak Fire Insurance Company 25615 INSURED ALLEBUT-01 Allen Butler Construction, Inc. 2413 PR 7320 INSURER e : The Travelers Indemnity Company 25658 INSURER C : Travelers Property Casualty Company of America 25674 INSURER D : Lubbock TX 79423 INSURER E : INSURER F : COVERAGES CFRTIFIC_ATF NIIMRFR• 1nR7An5RQc% RFVICIrTN NI IMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE TADDL SUBR POLICY NUMBER POLICY MMIDD EFF (MMIDDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY DT-CO-9J970804-COF-18 4/1/2018 4/1/2019 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR ' DAMAGE TO RENTED PREMISES Ea occurrence $ 300,000 X MED EXP (Any one person) $ 5,000 Contractual Liab X XCU PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT LOC I PRODUCTS - COMP/OP AGG $ 2.000,000 Ltd. Pollution $1,000,000 OTHER: i B AUTOMOBILE LIABILITY DT8106K9797321ND18 4/1/2018 4/1/2019 COMBINEDSINGLE LIMIT Ea accident $1,000,000 BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS IAUTOS BODILY INJURY (Per accident) $ X HIRED X NON -OWNED ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ $ I C X UMBRELLA LIAB X OCCUR ZUP31M2766218NF 4/1/2018 4/1/2019 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE I DED I X I RETENTION $ nn, $ WORKERS COMPENSATION 3 AND EMPLOYERS' LIABILITY Y / N i PER ER E.L. EACH ACCIDENT ANYPROPRIETOR/PARTNER/EXECUTIVE I OFFICER/MEMBEREXCLUDED9 N/A ..........__.-........_-____...-_..___ _$_______________ (Mandatory in NH) ; E.L. DISEASE -EA EMPLOYEE $ If yes, describe under ' DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ f1 k E DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) The General Liability & Automobile policies include blanket additional insured endorsements [CGD604 08/13, CAT474 02/16] as required in a written contract with the named insured. The General Liability, Automobile & Workers' Compensation policies include a blanket waiver of subrogation endorsement [ILT001 01/07, CGD316 11/11, CAT353 02/15 , WC420304B] as required in a written contract with the named insured. Primary Non -Contributory wording [CAT474 02116]. Contractual Liability Railroad per endorsement [CGD316 11/11]. Umbrella policy follows form of General Liability, Auto & Work Comp policies. The General Liability and Auto Policies include a Blanket 30 day Notice of Cancellation (Workers Compensation Notice of Cancellation endorsement [WC420601]). RE: Blanket all Jobs C_FRTIFir`ATF HAI f1FR (`ANr`CI 1 AT1/1N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Lubbock Texas 1625 13th Street, Room 204 AUTHORIZED REPRESENTATIVE Lubbock TX 79401 9)1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD _ ADDENDUM zbbock TEXAS ADDENDUM 1 Extended Closing Date, Revised Proposal Submittal Form, Revised Specification, & Lubbock and Western Railway License Agreement for Public Road Crossing RFP 19-14318-FM West 50th Street Paving Improvement Project DATE ISSUED: October 12, 2018 NEW CLOSING DATE: October 17, 2018, at 1:00 p.m. CST The following items take precedence over specifications for the above named Request for Proposals (RFP). Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Extended Closing Date The closing date has been extended to Wednesday, October 17, 2018, at 1:00 PM CST. Revised Proposal Submittal Form The following items on the Proposal Submittal Form have been revised and must be submitted with the response. The revised Proposal Submittal Form is attached to this addendum. Please acknowledge reception of this addendum on the signature page of the Revised Proposal Submittal Form. The following item has been revised: 1. Revised quantity, unit, and unit price for Item 49. 2. Revise the bid price and amount for Item 50. Revised Specification Please see the attached revised specification. The following items have been modified in Specification Section 01020 — Measurement and Payment: Part 2.49, Pay Item 49 — Lubbock and Western Railway Flagmen Lubbock and Western Railway License Agreement for Public Road Crossing Please see the new attachment, Public Crossing Agreement 301013. All requests for additional information or clarification must be submitted in writing and directed to: Fernando Moncada, Buyer City of Lubbock Purchasing and Contracts Management Office 1625 13th Street, Room 204 E Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to,FMoncada@mylubbock.us Questions are preferred to be posted on BidSync. www.bidsync.com THANK YOU, 9~a9da W"Mda CITY OF LUBBOCK Fernando Moncada Buyer City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the Proposer's responsibility to advise the Director of Purchasine and Contract Management if anv laneuaLze. reauirements. etc.. or anv combinations thereof inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT I DATE: PROJECT NUMBER: RFP 19-14318-FM West 50th Street Paving Improvement Project Proposal of Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) - Ladies and Gentlemen: (hereinafter called C ' The Offeror, in compliance with your Request for Proposals for the West 50th Street Paving Improvement Project 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 Description Estimated Unit Unit Price Extended No. Quantity Amount 1 MOBILIZATION 1 LS 2 TEMPORARY CONSTRUCTION 1 LS ACCESS ROAD 3 TRENCH SAFETY SYSTEM 5,200 LF TEMPORARY EROSION, SEDIMENT, 4 AND WATER POLLUTION 1 LS PREVENTION AND CONTROL 5 PREPARING RIGHT-OF-WAY 52 STA 6 REMOVAL OF STRUCTURES 1 LS 7 ASPHALT REMOVAL 13,600 SY 8 CONCRETE REMOVAL 53 SY REVISED Item No. Description Estimated Quantity Unit Unit Price Extended Amount 9 6" C-900 PVC PIPE 590 LF 10 8" C-900 PVC PIPE 336 LF 11 10" C-900 PVC PIPE 110 LF 12 12" C-900 PVC PIPE (OPEN CUT) 5,050 LF 13 12" C-900 PVC PIPE IN 18" STEEL CASING (BORED) 150 LF 14 6" GATE VALVES AND VALVE BOX 14 EA 15 8" GATE VALVES AND VALVE BOX 7 EA 16 10" GATE VALVES AND VALVE BOX 2 EA 17 12" GATE VALVES AND VALVE BOX 16 EA 18 FIRE HYDRANT 10 EA 19 FITTINGS 7,000 LBS 20 CORPORATION STOP FOR TESTING/TAPPING 6 EA 21 EXCAVATION FOR ROADWAYS AND DITCHES 2,525 CY 22 EMBANKMENT BORROW 4,275 CY 23 2" HMAC TYPE C 25,015 SY 24 6" FLEXIBLE BASE 25,015 SY 25 TRAFFIC CONTROL 4 MO. Offeror's Initials REVISED Item No. Description Estimated Quantity Unit Unit Price Extended Amount 26 24" CONCRETE CURB AND GUTTER 1,078 LF 27 6" CONCRETE DRIVEWAYS 750 SY 28 26" X 24" DRIVEWAY GRATE 193 LF 29 MAILBOX 8 EA 30 KEYPADS 2 EA 31 HYDROSEED 41,500 SY 32 PAVEMENT MARKINGS 4" (YELLOW) 12 455 ' LF 33 PAVEMENT MARKINGS 4" (WHITE) 10,583 LF 34 PAVEMENT MARKINGS 8" (WHITE) 367 LF 35 PAVEMENT MARKINGS 12" (WHITE) 395 LF 36 PAVEMENT MARKINGS 12" (YELLOW) 246 LF 37 PAVEMENT MARKINGS 24" (WHITE) 156 LF 38 PAVEMENT MARKINGS (ARROW) 8 EA 39 PAVEMENT MARKINGS (RR CROSSING) 2 EA 40 RAISED PAVEMENT MARKERS 376 EA 41 STREET SIGN 6 EA 42 STOP SIGN 1 EA t, Offeror's Initials or Description Estimated Quantity SMALL SIGN POST .,'4-INCH CONCRETE•• • �.5'X 3'CONCRETE BOX CULVERT' CONCRETE WINGWALLS '• • • • '• 1 111 111 ✓`"� ,: z"' C ✓ ".: s.. .w'"'r • TALEXTENDED ^2 �,., s ::.ems; .i %.r•` 1 AMOUNT , • Proposed Flours for Flagmen Item Description Estimated Unit Unit Price Extended No Quantity Amount 50 LUBBOCK AND WESTERN RAILWAY HRS $90.00 FLAGMEN TOTAL EXTENDED AMOUNT (Items 1-50): $ PROPOSED CONCSTRUCTION TIME: 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: (to Substantial Completion) TOTAL CALENDAR DAYS: (to Final Completion) (not to exceed 210 days to Substantial Completion / 240 days to Final Completion). Offeror's Initials i_ 1 REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written Notice to Proceed" of the Owner and to substantially complete the project within 210 Consecutive Calendar Days with final completion within 240 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $ $500.00 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance [with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving ,proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety ._;company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all 'required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. Offeror's Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of Dollars ($ ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Date: Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - Email: FEDERAL TAX ID or SOCIAL SECURITYNo. H MNVBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) HUGO REED AND ASSOCIATES, INC. 1601 AVENUE N 1 LUBBOCK, TEXAS 79401 1 8061763-8842 1 FAX 8061763-3891 TEXAS REGISTERED ENGINEERING FIRM F-760 TEXAS LICENSED SURVEYING FIRM 100676.00 West 50th Street Paving Improvement Project Addendum #1 Tuesday, October 9, 2018 The following is designated "Addendum #1 ", which revises the Proposal Submittal Form and Section 01020 of the Contract Documents and Specifications. 1. Proposal Submittal Form Revise bid quantity, unit, and unit price of Item 49. Revise bid price and amount of Item 50. 2. Specification Section 01020 —Measurement and Payment Revise Part 2.49. The Proposal Submittal Form included in this addendum shall replace all previous versions of the Proposal Submittal Form in the Contract Documents and Specifications. Section 01020R of the Specifications included in this addendum shall replace Section 01020 in the Contract Documents and Specifications. j% *:............................ OF m TERRY L. WHITE, II /0 , �, 00 I 17032 rr .::................; CICENS��•'�r1��� 1 Sgl0�t N` G� t%6 WEST 50TH ST. PAVING IMPROVEMENTS �- CIP 92502 SECTION 01020R MEASUREMENT AND PAYMENT 1 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. 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 and on which no separate payment is made shall be` included in the bid prices on the various pay 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. PART 2 - PAY ITEMS 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 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. 2. 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. 3. 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. 4. 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. 5. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 2.2 PAY ITEM NO.2 — TEMPORARY CONSTRUCTION ACCESS ROAD This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install, and remove a temporary construction access road at the location indicated in the plans. Measurement for payment shall be on lump sum basis. REVISED OCTOBER 2018 01020R - Page 1 of 8 MEASUREMENT AND PAYMENT H In WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.3 PAY ITEM NO. 3 — TRENCH SAFETY SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install and remove a trench safety system as required at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. 2.4 PAY ITEM NO. 4 — TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL The unit price shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, san bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with TPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. 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 storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. 2.5 PAY ITEMS NO. 5 — PREPARING RIGHT OF WAY Measurement will be made on the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements that are not called out to remain and are not included in the bid items. This work shall include, but not be limited to, removal of landscaping features, trees, stumps, bushes, vegetation, roots, shrubs, edging, fences, miscellaneous stone, existing utilities to be abandoned, etc. No separate payment will be made for disposing of excess material. Any existing improvement shown to remain on the plans, which is damaged or destroyed by these operations, shall be replaced at the Contractor's expense. All work shall be performed in accordance with TxDOT Specification Item 100. 2.6 PAY ITEM NO. 6 — REMOVAL OF STRUCTURES (MAILBOXES, KEYPADS, SIGNS, FENCING, CATTLE GUARD, ETC.) This item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely remove, load, haul, salvage or legally dispose of mailboxes, keypads, signs, fencing, cattle guard, and other related items as indicated on the plans. Measurement for payment shall be on a lump sum basis. 2.7 PAY ITEM NO. 7 — REMOVAL OF HMAC TYPE D 2-INCH PAVEMENT AND FLEXIBLE BASE (8"- 13") Measurement will be made of the area, in square yards, of asphalt (HMAC) and flexible base material removed and salvaged to depth of thirteen inches. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. Flexible base material shall become property of the contractor. 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 HMAC 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. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.8 PAY ITEM NO.8 — REMOVE CONCRETE (PAVEMENT) Removing concrete pavement will be measured by the square yard (regardless of thickness). The Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no REVISED OCTOBER 2018 01020R - Page 2 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 j payment will be made for that removal. 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. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.9 PAY ITEM NO. 9 — 6-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.10 PAY ITEM NO. 10 — 8-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 8-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.11 PAY ITEM NO. 11 —10-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 10-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.12 PAY ITEM NO. 12 —12-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 12-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 —Water Utilities. 2.13 PAY ITEM NO. 13 —12-INCH C-900 PVC WATERLINE AND 16-INCH CASING PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to _f completely install 12-inch C-900 PVC, pressure class 150, waterline pipe and 16-inch casing pipe or tunnel liner plate including, but not limited to, casing spacers or stell skids, grout, and end seal as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 02326 — Pipe Jacking, boring, and Tunneling and Section 02349 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate. 2.14 PAY ITEM NO. 14 — 6-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. r 2.15 PAY ITEM NO. 15 — 8-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.16 PAY ITEM NO. 16 —10-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. REVISED OCTOBER 2018 01020R - Page 3 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.17 PAY ITEM NO. 17 —12-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to i completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.18 PAY ITEM NO. 18 — FIRE HYDRANT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install each new fire hydrant. Measurement for payment shall be on the number of fire hydrants actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.19 PAY ITEM NO. 19 — DUCTILE IRON FITTINGS This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install waterline pipe fittings. Measurement for payment shall be per pound of the ductile iron waterline pipe fittings. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.20 PAY ITEM NO. 20 — CORPORATION STOP FOR TESTING/TAPPING This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install corporation stops for testing/tapping new waterline pipe. Measurement for payment shall be on the number of corporation stops actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.21 PAY ITEM NO.21 — EXCAVATION FOR ROADWAYS AND DITCHES Measurement will be made of the volume, in cubic yards, of roadway and ditch excavation. Payment will be made at the unit price bid per cubic yards. The unit price bid shall be complete compensation for excavation, loading, hauling, and stockpiling to location specified on plans, proof rolling, dewatering, stripping topsoil, scarifying subgrade, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with Section 02300 — Earthwork. 2.22 PAY ITEM NO.22 — EMBANKMENT BORROW Measurement will be made of the volume, in cubic yards, of embankment or borrow. Limit of payment for "borrow" is finished subgrade elevation. Payment will be made at the unit price bid per cubic yard. The unit price bid is full compensation for furnishing and installing borrow necessary to backfill to the top of finished subgrade elevation, this includes any and all borrow material, density controlled compaction, proof rolling, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with Section 02318 — Borrow. 2.23 PAY ITEM NO.23 — HMAC TYPE C (2") Measurement will be made of the area, in square yards, of asphalt paving actually constructed, not to exceed the area shown on the plans. 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 and prime coats, compaction and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications 8.9. 2.24 PAY ITEM NO. 24 — FLEXIBLE BASE (6") 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. All work shall be performed in accordance _ with City of Lubbock Standard Street Specifications Section 8.8. REVISED OCTOBER 2018 0102OR - Page 4 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.25 PAY ITEM NO. 25 — TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed in accordance with Section 01570 — Maintenance and Control of Traffic. 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 determined a lack of evidence that the 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. 2.26 PAY ITEM NO. 26 — 24-INCH CONCRETE CURB AND GUTTER Payment will be made at the unit price per linear foot. This item shall consist of the work, labor and materials required. Concrete curb and gutter shall conform to city standards. All work shall be performed in accordance with Section 02525 — Miscellaneous Roadway Construction. 2.27 PAY ITEM NO. 27 — 6" CONCRETE DRIVEWAYS Measurement will be made of the area, in square yards, of concrete 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, compaction, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications 8.7. 2.28 PAY ITEM NO. 28 — 26X24- INCH DRIVEWAY GRATE Measurement will be made of the length, per linear foot of driveway grate actually installed. Payment will be made at the unit price per linear foot. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.29 PAY ITEM NO. 29 — MAILBOX Measurement will be made of the number of mailboxes actually installed, including mail box and post set in concrete base. Payment will be made at the unit price bid per each installed. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.30 PAY ITEM NO. 30 — KEYPADS Measurement will be made of the number of keypads actually installed. Payment will be made at the unit price bid per each installed. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.31 PAY ITEM NO. 31 — HYDROSEED Measurement will be made of the area, in square yards, of hydro seed shown on plans or outlined in the specifications. Hydroseed will be paid for at the unit price bid per square yard. The unit price bid shall include spreading topsoil, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Section 02934 — Hydromulch Seeding. 2.32 PAY ITEM NO. 32 — PAVEMENT MARKINGS 4" (YELLOW) Measurement will be made of the linear feet of broken and continuous 4" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.33 PAY ITEM NO. 33 — PAVEMENT MARKINGS 4" (WHITE) Measurement will be made of the linear feet of broken and continuous 4" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and REVISED OCTOBER 2018 01020R - Page 5 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 t installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.34 PAY ITEM NO.34 — PAVEMENT MARKINGS 8" (WHITE) Measurement will be made of the linear feet of broken and continuous 8" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.35 PAY ITEM NO. 35 — PAVEMENT MARKINGS 12" (WHITE) Measurement will be made of the linear feet of broken and continuous 12" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.36 PAY ITEM NO. 36 — PAVEMENT MARKINGS 12" (YELLOW) Measurement will be made of the linear feet of broken and continuous 12" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.37 PAY ITEM NO. 37 — PAVEMENT MARKINGS 24" (WHITE) Measurement will be made of the linear feet of broken and continuous 24" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.38 PAY ITEM NO. 38 — PAVEMENT MARKINGS (ARROW) A count will be made of the number of arrows actually installed. Payment will be made at the unit price bid per each arrow installed. The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.39 PAY ITEM NO.39 — PAVEMENT MARKINGS (RR CROSSING) A count will be made of the number of markings actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.40 PAY ITEM NO.40 — RAISED PAVEMENT MARKERS Measurement will be made of the number of each raised pavement marker. Payment will be paid for at the unit price of each raised pavement marker. The unit price shall include furnishing and installing all materials, equipment, labor, tools, and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 672 and TxDOT Standards. 2.41 PAY ITEM NO.41 — STREET SIGN A count will be made of the number of street signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. REVISED OCTOBER 2018 0102OR - Page 6 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.42 PAY ITEM NO. 42 — STOP SIGN A count will be made of the number of stop signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. 2.43 PAY ITEM NO.43 — SMALL SIGN POST A count will be made of the number of sign posts actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 644 and 656 and TxDOT Standards. 2.44 PAY ITEM NO.44 — 4-INCH CONCRETE FLATWORK Measurement will be made of the area, in square yards, of 4-inch concrete flatwork actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.45 PAY ITEM NO. 45 — METAL BEAM GUARD FENCE Measurement will be made of the length, per linear foot of metal beam guard fence actually installed. Payment will be made at the unit price per linear foot. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.46 PAY ITEM NO.46— 5X3 FOOT CONCRETE BOX CULVERT Measurement will be made of the length, per linear foot of Culvert actually installed. The work performed, and materials furnished, will be paid at the unit price bid per linear foot of Culvert. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 462 and TxDOT Standards. 2.47 PAY ITEM NO.47— CONCRETE HEADWALLS AND WINGWALLS Measurement will be made of the number of concrete headwalls and wingwalls actually installed. The work performed, and materials furnished, will be paid at the unit price bid per number of concrete headwalls and wingwalls actually installed. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; excavation and backfill; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 466 and TxDOT Standards. 2.48 PAY ITEM NO.48 —LUBBOCK AND WESTERN RAILWAY COORDINATION AND INSURANCE This item shall consist of all work necessary to facilitate the following items related to the reconstruction of paving improvements and a signalized railroad crossing: A. Coordination and scheduling with LUBBOCK AND WESTERN RAILWAY B. Execution of LUBBOCK AND WESTERN RAILWAY Right of Entry Agreement C. Obtain necessary insurance policies based upon the requirements of LUBBOCK AND WESTERN RAILWAY. The Contractor shall provide copies of all agreements and insurance policies associated with this pay item. Payment will be made on a lump sum basis upon the successful execution of all necessary agreements and obtaining insurance policies. 2.49 PAY ITEM NO.49 —LUBBOCK AND WESTERN RAILWAY FLAGMEN This pay item shall consist of the costs charged to the contractor by LUBBOCK AND WESTERN RAILWAY for the presence of a LUBBOCK AND WESTERN RAILWAY provided flagman. Payment shall be made on a per hour basis for each hour that a flagman is present on the job site. The REVISED OCTOBER 2018 0102OR - Page 7 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Contractor shall provide documentation from LUBBOCK AND WESTERN RAILWAY indicating the number of hours flagmen were present with each request for payment. 2.50 PAY ITEM NO. 50 — RAIL ROAD CROSSING PLANKS CONSTRUCTION OF CROSSING ARMS AND SIGNALS BY LUBBOCK AND WESTERN RAILWAY FORCES This pay item shall consist of the costs charged to the contractor by LUBBOCK AND WESTERN RAILWAY for installation of new track panels, concrete crossing surface, and new crossing signals and necessary electrical work. The contractor shall provide documentation from LUBBOCK AND WESTERN RAILWAY indicating the costs paid by the contractor to LUBBOCK AND WESTERN RAILWAY with the CONTRACTOR'S request for payment. Payment will be made only for actual costs paid by the contractor to LUBBOCK AND WESTERN RAILWAY. END OF SECTION I , 01020R -Page 8 of 8 REVISED OCTOBER 2018 . MEASUREMENT AND PAYMENT Pubrc *Mk* AWSWM9 30109E I :: f i ff w This agreement, dated as of this 12* day of July, 2016 between LUBBOCK & WESTERN RAILWAY which has a mailing address at 315 West 3r 1 Street, Pittsburg, KS 66762 ("Railroad") and CITY OF LUBBOCK having a mailing address at 16251P Street, Lubbock, Tears 79401("Licease0}. VVPTNESSETH: VVEWMAS, the parties have reached accord concerning the terms and conditions for Licensee's use of a public grade crossing across Railroad's property and desire to reduce them to writing. NOW, THEREFORE, the parties hereto, intending to be legally bound, agree as follows: 1. CROSSING (a) Railroad hereby grants to Licensee, insofar as it has the legal right and its present title hereby permits, the License to use crossing at grade, over the roadway and track of Lubbock & Western Railway, located near the County of Lubbock, State of Texas. (Milwaukee Avcnuc & 501h Street) (b) Licensee will be closing existing crossing to put in anew crossing. (c) The Crossing shall be a public one, and Licensee shall not permit it to be used except by Licensee, its officers, employees, agents and other persons having business or visiting with Licensee. No lease, assignment of any type or transfer or conveyance of a real property interest is intended by this License. 2. PAYMENT Licensee shall pay Railroad, upon execution of this License, the sum of SEVEN HUNDRED FIFTY DOLLARS (S750.00) as reimbursement for the fees, costs and expenses of preparing this License. & CONSTRUCTION (a) All materials and work contemplated by this License shall be furnished and performed by Licensee at the sole cost and expense of Licensee. (b) The following work and materials shall be provided by Licensee subject to the prior approval of Railroad's Property Manager, or his designee: Pubk Cresft AWGWAM 301013 1 8.17-2016 Pubtc Cms" Agrmrod 301013 (c) Licensee shall install, repair and maintain all asphalt material, together With all approach work, at its sole risk, cost and expense. (d) Licensee, before performing any work set forth in this License, shall give Railroad's Property Manager, or his designee, at least four (4) days prior notice. (a) The Crossing shall also include adequate drainage facilities necessary or appropriate for the prevention of ponding and/or flooding or any other kind of water damage in the general area where the Crossing is located. Said drainage facilities shall be installed, repaired, maintained and cleaned by Licensee at the sole risk, cost and expense of Licensee. (f) Public Crossing must be protected on all four sides with Jersey Barriers situated in such a way as to prevent access to ATV riders and other trespassers. 4. MAINTENANCE (a) Licensee shall perform all maintenance and repairs to the Crossing at the sole cost and expense of Licensee. (b) Licensee shall at all times keep the Crossing and the flangeways in the Crossing free and clear of dirt, ice, snow and debris, and shall in any event promptly, upon notice from Railroad, perform the above work, or Railroad, for the purpose of protecting and safeguarding its property, traffic, employees or patrons, may at any time, with or without prior notice to Licensee, remove any dirt, ice, snow, and debris from the Crossing and the ilangeways in the Crossing and thereafter, bill Licensee in accordance with the terms of Section 8 hereof for all costs and expenses incurred by Railroad. Licensee, when performing any work at the Crossing, shall be responsible to ensure that people, equipment and materials are kept a safe distance away from the tracks on the approach or any moving equipment on the tracks. S. MAINTENANCE OF RIGHT-OF-WAY In the event Railroad shall be required, or may desire at any time, or from time to time, to change the grade or location of any of its tracks or facilities, or to remove, construct or add to any of its tracks or facilities upon land owned or used by Railroad, then Railroad shall, at the sole cost and expense of Lim, make such adjustments or relocations in the Crossing and Licensee's facilities which may, in the opinion of Railroad, be necessary and bill Licensee for such costs and expanses in accordance with the terms of Section 8 hereof. In the even any of the work provided for in this Section S requires the adjustment or relac adon of any facilities of Licensee not located on Railroad's property, then Licensee shall, at its sole cast and expense, promptly make all required adjustments and relocations to its facilities so affected. Pubis C ApMMW 301013 2 8-17-2016 Puti&C Cry AWewr*M MOM b. RAILROAD'S PARAMOUNT USE Railroad shall have the paramount right at all times to use its track(s), right-of-way and property at the Crossing. Licensee shall exercise the greatest care in the use of the Crossing and shall require all others permitted hereunder to Use the Crossing to also exercise the greatest care in the use of the Crossing. 7. CROSSING PROTECTION (a) Sole responsibility for protecting the Crossing from the standpoint of safety and policing the Crossing shall rest exclusively on Licensee at all times and under all circumstances. (b) Licensee shall erect, maintain and renew appropriate signs, or notices, satisfactory to Railroad setting forth the fact that the Crossing is private and shall take whatever further steps as may be necessary to prevent unauthorized persons from entering upon or using the Crossing for any purpose whatsoever.. (c) Railroad may at any time install, maintain and renew railroad • highway grate crossing signs, and Licensee shall pay all costs and expenses of the installation, maintenance and renewal thereof in accordance with the terns of Section 8 hereof, (d) Licensee shall, at its sole risk, cost and expense, cr+ect, maintain, repair and renew appropriate look -type gates on both sides of the Crossing satisfactory to Railroad, which shall be suitably situated and kept closed and locked at all times when the Crossing is not in actual use. (a) N it is deemed necessary by Railroad or any federal, state, or municipal authority or other governing body, to install automatic protection at the Crossing, said automatic crossing protection shall be installed, maintained and ultimately removed by Railroad at the sole cost and expense of Licensee. (f) In addition to the foregoing, but not in limitation thereof, if at any time Railroad should deem crossing flagmen or watchmen desirable or necessary to pmpedy protect its operation near the Crossing, Railroad may place flagmen or watchmen at the Crossing and bill Licensee in accordance with the terns of Section 8 hereof for all costs and expenses incurred in placing such flagmen or watchmen. The furnishing or failure to furnish flagmen or watchmen by Railroad shall not release Licensee faro any and all other liabilities assumed by Licensee under the terms of this License. PMbk C85ft AWQWWM 301013 3 5-17-28% u PubftCfo$ftAWe~3D1G13 & BILLING All costs and expenses in conmection with the construction, adjustment, alteration, { relocation and removal of the Crossing shall be borne by License, and in the event of work being performed or material furnished by Railroad under the stipulated right to perform such wort: of construction, adjustment, alteration, relocation or removal under any section hereof, Licensee shall pay Railroad the actual cost of material plus the current applicable overhead percentages for storage, handling, transportation, purchasing and other related material management expenses and the actual cost of labor plus the cumnt applicable ovediead pert eritages as developed and published by the Accounting Department of Railroad for fringe benefits, payroll taxes, administration, supervision, use of tools, machinery and outer equipment, supplies, employers liability insurance, public liability insurance, and other insurance, taxes and all other indirect expenses. The aforementioned material and labor overhead charges shall be applied at no, which is effective at the time of the performance of any work., by Railroad on the Crossing. Licensee shall pay all bills rendered pursuant to this License within thirty (30) days of presentation by Railroad. �M1X14 Licensee shall assume and p.ty any and all taxes and assessments, which may be levied upon the facilities aSc•tded the Licensee under this License, and Licensee shall indemnify, defend and hold Railroad harmless therefrom. It LIABILITY Licensee hereby releases and will protect, defend, indemnify, and save harmless Railroad from and against all claitas, liabilities, demands, actions at law and equity (including without limitation claims and actions under the Federal Employers' Liability Act), judgments, settlements, losses, damages, and expenses of every character whatsoever (hereinafter collectively referred to as "Claims") for injury or death of any person or persons whomsoever and for damage to or loss or destruction of property of any kind by whomsoever owned, caused by, resulting fiam, arising out of, or occurring in connection with the construction, maintenance, alteration, repair, relocation, renewal, removal, use or presence of the Crossing, or incidental to or appertaining thereto, and regardless of whether or not such injury or death or such damage to or less or destruction of property are due to or chargeable to, in whole or in part, any alleged active or passive negligence or participation in the wrong or upon any alleged breach of any statutory duty or obligation by Railroad. "To the extent allowed by law." 11. INSURANCE (a) Before Licensee may make use of the Crossing, Licensee shall, at its sole cost and expense procure and deliver to Rallroad and thereafter maintain in effect during the term of this License public liability insurarim as well as contractual liability __ PUM Chomp AgraWOM 301013 4 8-17.2016 Pubic Cms** ADMMW9 301013 insurance covering all liabilities assumed by Licensee under Section 10 of this License, without exception or restriction of any kind. Said insurance shalt be in limits of not less than FIVE M LLION DOLLARS ($5,000,000.00) single limit, bodily injury, death and/or property damage whether of Licensee, Railroad, or others, and said insurance shall be in such companies and in such form as shall be acceptable too Railroad. Said insurance shall be endorsed to provide that the insurance company shall notify Railroad in writing at least thirty (30) days in advance of any cancellation or charges which modify the coverage provided hereunder. The providing of such insurance shall not be deemed a limitation on the liability of Licensee as provided in this License, but shall be additional security therefore. (b) Railroad Mall have the right to periodically conduct a review of the adequacy of the insurance requirements provided for in Section 11(a) and on (1) year intervals from the effective date of this License. In the event that Railroad should determine that the requirements of Section II(a) no longer provide adequate protection to Railroad, at its sole option, may give Licensee notice ("Insurance Notice") that Licensee must immediately obtain such additional insurance as Railroad requires. 12. EFFECTIVE DATE AND TERNMATION (a) This License shall become and be effective as of the July 12, 2016, and shall be terminable upon not less than thirty (30) days' notice served or given by either party hereto to the other, provided, however, that this License may be immediately terminated upon violation of any of the terms hereof by Licensee. Prior to the termination of this License as set forth above, Railroad may remove the Crossing, in, upon or over its right-of-way or property and track, at the sole cost and expense of Licensee, which shall make payment to Railroad in accordance with the terms of Section 8 hereof; or Railroad may wreck and scrap or convert all of the Crossing, to its own use without liability to Licensee in any event for compensation or damages therefore. (b) Notwithstanding any other terms of this License, in the event Licensee shall fail to fully, faithfully and strictly comply with the terms of Sections I0 and 11 hereof, all rights and privileges of Licensee to use the Crossing herein granted shall automatically cease and terminate and Railroad shall have the immediate right (without notice to Licensee) to barricade and remove the crossing at the sole cost and expense of Licensee which shall make payment to Railroad in accordance with the terms of Section 8 hereof. (c) Any obligation assumed and any liability which arose or may have arisen or been incurred by either party hereto prior to termination of this License shall survive the termination of this License. Pubic CMNhV kgresm * 301013 5 &17-W1e PWft Muir* AgrUMN9 301013 13. PERMITS AND APPROVALS Licensee, at its sole risk, cost and expense, shall obtain all permits and approvals which may be necessary or appropriate and Licensee shall comply with all federal, state and local laws, and assume all cost and expense and responsibility in connexion therewith, without any liability whatsoever on the part of Railroad. Licensee hereby agrees to indemnify, defend and hold harmless Railroad therefrom. To the extent allowed by law." A- 14. SUCCESSORS (a) This License shall inure to the benefit of and be binding upon the parties hereto and their respective heirs, administrators, successors and assigns, subject, however, to the terms of Section 14(b) hereof. (b) The permission and license hereby afforded shall be the personal privilege of Licensee, and no assignment or transfer thereof by operation of law or voluntary act of Licensee shall be made, or other use of the Crossing be permitted as herein provided, without the prior consent of Railroad. i �KU5. t Tine waiver by Railroad of any breach of any term, covenant, obligation or condition herein contained shall not be deemed to be a waiver of any subsequent breach of the same or a waiver of any other tenor, covenant, obligation or condition herein contained. 16. NOTICES (a) Every notice, approval, consent, or other communication desired or required under this License shall be effective only if the same shall be in writing and sent postage prepaid by overnight mail or United States registered or certified mail (or a similar mail service available at the time), directed to dw other party at its address as follows (or such other address as either party may designate by notice given from time to time in accordance with this Section): Peso Crossing Agreement 301013 6 8.17-2018 Pubic Cra k4 Agreement 30IM3 If to Railroad: Lubbock & Western Railway 315 West a Street Pittsburg, KS 66762 Attn: Real Estate Department City of Lubbock 1625 W' Street Lubbock, Texas 79401 Attn: L. Wood Franklin, P.E. (b) Notwithstanding anything to the contrary set forth above, in the event Railroad is unable to locate Licensee, such notices may be posted at or near the Crossing. 17. ENTIRE AGREEWNT The entire agreement between Railroad and Licensee is set forth in this License and there are no understandings, agreements, or representations of any kind between the Parties, verbal or otherwise, other than as set forth in this License. No change or modification of any of the terns, obligations or provisions hereof shall be valid unless in writing and signed by the parties hereto. M PARTIAL OMALIAITY If any term, obligation or condition of this License or the application thereof to any person or circumstance shall be held invalid or unenforceable to any extent by a final judgment or award which shall not be subject to change by appeal, then the rrernainder of this License or the application of such tam or condition to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be affected thereby and each term, covenant and condition of this License shall be valid and be enforced to the firllest extent permitted by law. Furthermore, each agreement, obligation and other provision of this License is and shall be deemed and construed as a separate and independent obligation of the party bound by, undertaking or making the same, and not dependent or any other provision of this License unless expressly so provided. 19. THIRD PARTY BENEFICIARY Nothing contained in this License shall be construed as to confer upon any other party the rights of a third party beneficiary. ire Cn=kV Agria " t 3DIO13 ? 8-17-2018 Pubdc Q=Mm Ag=QWM 301013 20. GOVERNING LAW This License and the rights and obligations of the pasties hereunder shall be construed in accordance with the laws of the state wherein the Crossing is located. 21. EXHIBITS AND ADDENDA Any exhibit or addendum to this License shall be deemed a part hereo£ 22. HEADINGS Section headings are inserted for convenience only and shall not affect the construction or interpretation of this License. 23. TERMINOLOGY As used in this License, the terns "Railroad," Vicennsee," and "Party" shall include the respective subsidiaries and affiliates of Railroad and Licensee and the directors, officers, agents and ernployees of Railroad and Licensee and such subsidiaries and affiliates. IN WITNESS WHEREOF, the said parties hereto have caused this License to be duly executed and delivered as of the day and year first above written. WrITiESS: LUBBOCK & WESTERN RAILWAY Director &vw Fstrnte WITNESS: CITY OF LUBBOCK i Pd*0CMWM AWOMW 901013 6 6-17 201a Q d w iD .......%uvm ME !! .000 va"Au +t i •+Mono�tdswrAwra mwaoEman 9MIMPPAWO i I poopmomAm 1 .�W,r **Q CJWLTMl w iusbacm awls4rr+ II t I� II I II 50TH STREET - RAILROAD CROSSING JANUARY 27, 2016 Lubbock $cxa raa HM PubMe Grossing Agreement 301013 Publc Crosskg Agreement 301013 10 kcamemn 7-12-2016 Page Intentionallv Left Blank City of Lubbock Bid RFP 19-14318-FM City of Lubbock, TX Purchasing and Contract Management Contractor Checklist for RFP 19-14318-FM West 50th Street Paving Improvement Project 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. The bidder MUST submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. _�" Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. _� Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. Contractor's signature must be original. 4. r' Complete CONTRACTOR'S STATEMENT OF QUALIFICATIONS �._ 5. _� Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. G. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 7. .•- Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses must be explained in detail and submitted with Bid. 8. l Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. �'' Complete and submit the CONFLICT OF INTEREST QUESTIONNAIRE. I0. _� Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel 11. _� Complete and submit the LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 12. /� Complete and submit the FINAL LIST OF SUB -CONTRACTORS. DOCUMENTS REQUIRED BEFORE CONTRACT IS FINALIZED: 13. Please acknowledge and submit the ONLINE DISCLOSURE OF INTERESTED PARTIES FORM 1295 within the specified time according to Texas Government Code 2252.908 using the Texas Ethics Commission website. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON- RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BII) SUBMITTAL. ALLEN BUTLER CONSTRUCTION, INC. (Type or Print Company Name) 9/28/2018 7:56 AM p.17 Paize Intentionally Left Blank INDEX 1. NOTICE TO OFFERORS 2. GENERAL INSTRUCTIONS TO OFFERORS 3. TEXAS GOVERNMENT CODE § 2269 4. PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. UNIT PRICE PROPOSAL SUBMITTAL FORM 4-2. CONTRACTOR'S STATEMENT OF QUALIFICATIONS 4-3. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 4-4. SAFETY RECORD QUESTIONNAIRE 4-5. SUSPENSION AND DEBARMENT CERTIFICATION 4-6. PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL VERIFICATION 4-7. PROPOSED LIST OF SUB -CONTRACTORS 5. POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) t: 5-1. FINAL LIST OF SUB -CONTRACTORS 6. PAYMENT BOND 7. PERFORMANCE BOND 8. CERTIFICATE OF INSURANCE 9. CONTRACT 10. CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 11. CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES 12. GENERAL CONDITIONS OF THE AGREEMENT 13. CITY OF LUBBOCK WAGE DETERMINATIONS t 14. SPECIAL CONDITIONS (IF APPLICABLE) 15. SPECIFICATIONS Paize Intentionally Left Blank NOTICE TO OFFERORS Page Intentionally Left Blank Notice to Offerors RFP 19-14318-FM 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 1:00 PM on October 15, 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: West 50th Street Paving Improvement Project 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 1:00 PM on October 15, 2018, and the City of Lubbock City Council will consider the proposals on November 1, 2018, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful proposer will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful proposer will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that proposer will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offerror. FAILURE OF THE PROPOSER TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from http://www.bidsync.com at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. It shall be each proposer's sole responsibility to inspect the site of the work and to inform Offerror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. There will be a non -mandatory pre -proposal conference on October_ 8, 2018, at 11:00AM, in the City of Lubbock, Pu_rchasina and Contract Management Office, Room 204,1625 13th Street, Lubbock, TX 79401. Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre - proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, 'Alarta .iACvareZ Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT GENERAL INSTRUCTIONS TO OFFERORS Pase Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS PROPOSAL DELIVERY TIME & DATE The City of Lubbock is seeking written and sealed competitive proposals to furnish West 50th Street Paving Improvement Project per the attached specifications and contract documents. Sealed proposals will be received no later than 1:00 PM on October 15, 2018, at the office listed below. Any proposal received after the date and hour specified will be rejected and returned unopened to the proposer. Each proposal and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "RFP 19-14318-FM, West 50th Street Paving Improvement Project" and the proposal opening date and time. Offerors must also include their company name and address on the outside of the envelope or container. Proposals must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 1625 13th Street, Room 204 Lubbock, Texas 79401 1.1 Offerors are responsible for making certain proposals are delivered to the Purchasing and Contract Management Office. Mailing of a proposal does not ensure that it will be delivered on time or delivered at all. If proposer does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. 1.2 Proposals may be delivered in person, by United States Mail, by United Parcel Service, or by private courier service. Only written proposals submitted in conformance with the Instruction to Offerrors will be considered responsive and evaluated or award of a Contract. 1.3 The City of Lubbock reserves the right to postpone the date and time for opening proposals through an addendum. PRE -PROPOSAL MEETING 2.1 For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 11:00AM, October 8, 2018, in the City of Lubbock, Conference Room 103, 1625 13th Street, Lubbock, TX 79401. All persons attending the meeting will be asked to identify themselves and the prospective proposer they represent. 2.2 It is the proposer's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre - proposal meeting to offerors who do not attend the pre -proposal meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at www.bidsync.com. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 3.2 Any proposer in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the proposer, or in the event the Director of Purchasing and Contract 0 5 Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at hqg://www.bidsygc.com and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that a proposer may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt*of any addendum sent to offerors. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each proposer shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 4.2 Before submitting a proposal, each proposer shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the proposer from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the proposer fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If proposer does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. PROPOSAL PREPARATION COSTS 5.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 5.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 2 l� 8 H 5.3 All costs related to the preparation and submission of a proposal shall be paid by the proposer. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 6.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. 7 LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the proposer is or may be required to pay. 8 UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective offerors are strongly encouraged to explore and implement methods for the utilization of l_ 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. I 1 PLANS FOR USE BY OFFERORS It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 12 PROPOSER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and 3 j 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: Fernando Moncada, Buyer City of Lubbock Purchasing and Contract Management Office 1625 13th Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: FMoncada@amylubbock.us P, Bidsync: www.bidsvnc.com 13 TRYIE AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within 210 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful proposer. 13.2 The Contractor will be ermitted to prosecute the work in the order of his own choosing, P p g, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 13.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. n 1` ' 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 way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. IV IM FA 21 22 PLANS FOR THE CONTRACTOR The contractor will, upon written request, 'be furnished up to a maximum of rive sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. PROTECTION OF THE WORK The Contractor shall be responsible for the care, preservation, conservation, and protection of all 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. 3 (c) Equipment schedule. TEXAS STATE SALES TAX - 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor 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 t? expense. t 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 6 responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23 EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24 CONTRACTOR'S REPRESENTATIVE The successful proposer shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful proposer shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25 INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26 LABOR AND WORKING HOURS 26.1 Attention of each proposer is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The proposer' attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the proposer's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 7 27 NM 29 7 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the _ Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's. Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. PROVISIONS CONCERNING ESCALATION CLAUSES Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the proposer without being considered. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the 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. H 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 Allen Butler Construction, Inc. 29.3.2 Proposal "RFP 19-14318-FM West 50th Street Paving Improvement Project" 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 1 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. r (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to proposer for his inspection in accordance with the Notice to Offerors. If Plans and Specifications are too bulk or cumbersome to be physically bound the are to be P Y pY Y � Y considered incorporated by reference into the aforementioned contract documents. 31 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 W 32 obligations of the contract and to complete the work described therein. Evaluation of the proposer's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the proposer to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the proposer. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. BASIS OF PROPOSALS AND SELECTION CRITERIA The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 30 points for Contractor Qualifications, 5 points for Safety Record Questionnaire, and 5 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 32.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 32.2 30 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within and i past experience with the contractor. The City may also interview the job superintendent at a time _ to be named after receipt of proposals. This criterion is subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of 30 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 10 Qualifications" is a minimum, and you may provide additional pertinent information relevant to the project for which you are submitting this proposal. 32.3 5 POINTS - SAFETY RECORD QUESTIONNAIRE: This criterion is also more subjectively evaluated and the formula is as follows: (Points = Score) with a maximum of five points allowable. Each evaluator assigns points based upon the responses you provide in your "Safety Record Questionnaire" and the Contractors Experience Modification Ratio (EMR). Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed as well as the EMR. 32.4 5 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score. 32.5 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, during which time the Committee Chairperson totals the individual scores. If the individual scores are similar, the Chairperson averages the scores then ranks offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 32.6 The estimated budget for the construction phase of this project is $2,000,000. 32.7 Proposals shall be made using the enclosed Proposal Submittal Form. 33 SELECTION 33.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 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 it 34 35 GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 33.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 33.4 In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 33.5 A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind " ANTI -LOBBYING PROVISION 34.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 34.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 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 12 locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 13 Page Intentionally Left Blank TEXAS GOVERNMENT CODE & 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) the selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank No Text Page Intentionally Left Blank REVISED PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: 10-17-18 PROJECT NUMBER: RFP I9-14318-FM West 50th Street Paving Improvement Project Proposal of Allen Butler Construction, Inc. (hereinafter called Offeror) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Offeror, in compliance with your Request for Proposals for the West 50th Street Paving Improvement Project 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 Estimated Quantity Unit Unit Price Extended Amount I MOBILIZATION I LS $93,162.03 $93,162.03 1) TEMPORARY CONSTRUCTION ACCESS ROAD I LS $11,506.59 $11,506.59 3 TRENCH SAFETY SYSTEM 5,200 LF $0.27 $1,404.00 4 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL I LS $4,089.13 $4,089.13 5 PREPARING RIGHT-OF-WAY 52 STA $51.81 $2,694.12 6 REMOVAL OF STRUCTURES 1 LS $3,228.45 $3,228.45 7 ASPHALT REMOVAL 13,600 SY $2.87 $39,032.00 9 CONCRETE REMOVAL 53 SY $40.79 $2,161.87 Item No. Descr�ptian Estimated Quantity Unit Unit Price Extended Amount 9 6" C-900 PVC PIPE 590 LF $21.82 $12,873.80 10 8" C-900 PVC PIPE 336 LF $27.27 $9,162.72 11 10" C-900 PVC PIPE 110 LF $32.73 $3,600.30 12 1 2" C-900 PVC PIPE (OPEN CUT) 5,050 LF $3491 $176,295.50 13 17" C-900 PVC PIPE IN 18" STEEL CASING (BORED) 150 LF $354.55 $53,182.50 14 6" GATE VALVES AND VALVE BOX 14 EA $981.84 $13,745.76 15 8" GATE VALVES AND VALVE BOX 7 EA $1,30913 $9,163 91 16 10" GATE VALVES AND VALVE BOX 2 EA $2,127.33 $4,254.66 17 12" GATE VALVES AND VALVE BOX 16 EA $2,400 06 $38,400 96 18 FIRE HYDRANT 10 EA $3,818.28 $38,182.80 19 FITTINGS 7,000 LBS $4.36 $30,520.00 20 CORPORATION STOP FOR TESTING/TAPPING 6 EA $436.38 $2,618.28 21 EXCAVATION FOR ROADWAYS AND DITCHES 2,525 CY $6.82 $17,220.50 22 EMBANKMENT BORROW 4,275 CY $5.75 $24,581.25 23 2" HMAC TYPE C 25,015 SY $11.40 $285,171.00 24 6" FLEXIBLE BASE 25,015 SY $7.57 $189,363.55 25 TRAFFIC CONTROL 4 MO, $2,271.34 $9,085.36 Ofieror's Initials REVISED Item No Description Estimated Quantity Unit Unit Price Extended Amount 26 24" CONCRETE CURB AND GUTTER 1,078 LF $20.00 $21,560.00 27 6" CONCRETE DRIVEWAYS 750 SY $54.79 $41,092.50 28 26" X 24" DRIVEWAY GRATE 193 LF $263.30 $50,816.90 29 MAILBOX 8 EA $654.56 $5,236.48 30 KEYPADS 2 EA $981.85 $1,963.70 31 HYDROSEED 41,500 SY $1.74 $72,210.00 32 PAVEMENT MARKINGS 4" (YELLOW) 12,455 LF $0.55 $6,850.25 33 PAVEMENT MARKINGS 4" (WHITE) 10,583 LF $0.55 $5,820.65 34 PAVEMENT MARKINGS 8" (WHITE) 367 LF $1.09 $400.03 35 PAVEMENT MARKINGS 12" (WHITE) 395 LF $5.45 $2,152.75 36 PAVEMENT MARKINGS I2" (YELLOW) 246 LF $5.45 $1,340.70 37 PAVEMENT MARKINGS 24" (WHITE) 156 LF $27.27 $4,254.12 38 PAVEMENT MARKINGS (ARROW) 8 EA $436.38 $3,491.04 39 PAVEMENT MARKINGS (RR CROSSING) 2 EA $1,090.94 $2,181.88 40 RAISED PAVEMENT MARKERS 376 EA $5.45 $2,049.20 41 STREET SIGN 6 EA $763.66 $4,581.96 42 STOP SIGN 1 EA $872.75 $872.75 Offeror's Initials REVISED Item Description Estimated Estimated Unit Price Extended No Quantity Amount 43 SMALL SIGN POST 7 EA $872.75 $6,109.25 44 4-INCH CONCRETE FLATWORK 673 SY $41.41 $27,868.93 45 GUARDRAIL 1,052 LF $39.34 $41,385.68 46 5' X 3' CONCRETE BOX CULVERT 218 LF $320.16 $69,794.88 47 CONCRETE HEADWALLS AND 2 EA WINGWALLS $12,10497 $24,209.94 48 LUBBOCK WESTERN RAILWAY I LS $1,309.13 $1,309.13 COORDINATION AND INSURANCE RAILROAD CROSSING PLANKS, 49 CONSTRUCTION OF CROSSING I LS $375,000 $375,000 ARMS AND SIGNALS BY LUBBOCK AND WESTERN RAILWAY FORCES MENEENIMM TOTAL EXTENDED AMOUNT (Items 1-49): ' TOTAL EXTENDED AMOUNT (Items 1-50): PROPOSED CONCSTRUCTION TIME: 1,858,054 1. Contractors proposed CONTRUCTION TIME for completion: TOTAL CALENDAR DAYS: 135 (to Substantial Completion) TOTAL CALENDAR DAYS: 165 (to Final Completion) (not to exceed 210 days to Substantial Completion 1240 days to Final Completion). Of)'eror's Initials I REVISED Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 210 Consecutive Calendar Days with final completion within 240 Consecutive Calendar Days as stipulated in the specification and other contract documents. Offeror hereby further agrees to pay to Owner as liquidated damages in the sum of $ $500.00 for each consecutive calendar day after substantial completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 29 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of sixty (60) calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. s Initials REVISED Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for See Attached Bid Bond Dollars (S ) or a Proposal Bond in the sum of See Attached Bid Bond Dollars (S ), which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is accepted by the Owner and the undersigned fails to execute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner within ten (10) business days after the date of receipt of written notification of acceptance of said proposal; otherwise, said check or bond shall be returned to the undersigned upon demand. Offeror understands and agrees that the contract to be executed by Offeror shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Offerors. Pursuant to Texas Local Government Code 252.043(g), a competitive sealed proposal that has been opened may not be changed for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. (Seal if Offeror is a Corporation) ATTEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. 1 Date 10-12-18 Addenda No. Date Addenda No. Date Addenda No. Date James]. Davis (Printed or Typed Name) Allen Butler Construction. Inc. Company 2413 PR 7320 Address Lubbock Lubbock City, County Texas 79423 State Zip Code Telephone: 8( 06) - 745-7498 Fax: 8( 06) - 745-7577 Email. _ estimating@al enbutler.ogt FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: I I Woman 1 1 Black American Native American Hispanic American I I Asian Pacific American Other (Specify) �_ Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. QUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorneys fees for collecting such costs and damages. Complete the following information for your organization: City of Lubbock 81d RFP 19-14318-FM Contractor's General Information Organization Doing Business As T 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 W W W.ALLENBUTLERCONSTRUCTION.COM Form of Business (Check One) Date of Incorporation State of Incorporation X A Corporation A Partnership An Individual 1995 TX Chief Executive Officer's Name lames Davis President's Name I Daniel R. Wetzel. P.E. Vice President's Name(s) Secretary's Name Treasurer's Name Average Number Employees W8/2018 7.66 AM Daniel R. Wetzel. P.E. Average Estimate of Revenue 140 the Current Year City of Lubbock Contractor's Organizational Experience Bid RFP 19-14318-FM Organization Doing Business As ALLEN BUTLER CONSTRUCTION, INC. Business Address of Regional Office P.0, BOX 53058 L BB K79453 Name of Regional Office Manager Erica Dilliard Telephone Numbers Main Number 806-745-7498 Fax Number 806-745-7577 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, includin the names of related companies presently doing business: Names of Organization From Date To Date List of companies, firms or organizations that own any part of the organization. Name of companies, firms or organization Percent Ownership Years experience in projects similar to the proposed project: As a General Contractor 39 As a Joint Venture Partner Has this or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? N 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 tenL�ars 7 N If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever been disqualification as a bidder or proposer by any local state or federal agency within the last five ears? N If yes provide full details in a separate attachment. See attachment No. Is this organization or your proposed surety currently in any litigation or contemplating litigation? N If yes provide full details in a separate attachment. See attachment No. Has this or a predecessor organization ever refused to construct or refused to provide materials defined in the contract documents? N If yes provide full details in a separate attachment. See attachment No. p. 52 City of Lubbock Contractor's Proposed Key Personnel Organization Doing Business As ALLEN BUTLER CONSTRUCTION, INC. Bid RFP 19-14318-FM - S Provide a brief description of the managerial structure of the organization and illustrate with an organizational cart. Include the title and names of key personnel. Include this chart at an attachment to this description. See attachment No. C-2 SEE ATTACHMENT C-1 Provide a brief description of the managerial structure proposed for this project and illustrate with an organizational cart. Include the title and names of proposed key personnel and alternates. include this chart at an attachment to this description. See attachment No. D-2 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 ROBBY EVANS Project Safety Officer TERRY SPEAR Quality Control Manager MARK PARKER If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this project, indicate how time it to be divided between this project and their other assignments. 91=018 7:58 AM City of Lubbock Proposed Project Managers Bid RFP 19-14318-FM Organization Doing Business As ALLEN BUTLER CONSTRUCTION INC. Name of Individual LUCAS DELEON Years of Experience as Project Manager 5+ YEARS Years of Experience with this organization 5+ YEARS Number of similar projects as Project Manager 5+ YEAR Number of similar projects in other positions 5+ YEARS Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date 98th St. Upland to Milwaukee 20 Nov 18 TxDOT US 62 1 0-10 Starts Jan 19 Reference Contact Information(listing names indicates a roval to contacting the names individuals as a reference Name JEREMY DEARING Name Title/ Position Interim Area Enginger Title/ Position Const. Record Keeper Organization TX110T Organization TXDOT Telephone 806-745-4411 Telephone 806-6374501 E-mail JEREMY.DEARING TXDOT.GOV E-mail LAURA.ALWAN TXDOT.GO Project IMSF 5C I Project I US 82 YOAKUM CO. Candidate role on Project Name of Individual Candidates role on Project 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 this Project Estimated Project Completion Date Name Name Title/ Position Title/ Position O anization Organization Tele hone Telephone E-mail E-mail Project Candidate role on Project Project Candidate role on Project 9/2812018 7:56 AM P. 54 Cky of Lubbock Proposed Project Superintendent Bid RFp 19-14318-FM 9/2812018 T56 AM P. 55 City of Lubbock Proposed Project Safety Officer Bfd RFP 19-143't8-FM Organization Doing Business As Name of Individual ALLEN BUTLER CONSTRUCTION INC. TERRY SPEAR Years of Experience as Project Safety Officer 1 Years of Experience with this organization 1 Number of similar projects as Safety Officer 1 Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Cam letion Date ALL COMPANY PROJECTS/FACILITIES 40 Reference Contact Information(listing names indicates ap val to contacting the 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 Telephone214-613-1124 E-mail E-mail iechow ki m Project I Project Candidate role on Project Name of Individual Candidate role on Project KEITH CARROWA Years of Experience as Project Safety Officer 12 Years of Experience with this organization 12 Number of similar projects as Safety Officer 30+ Number of similar projects in other positions + Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Name ED NAGEL HBO Name BYRON PIECH W I Title/ Position RISK ADVISOR Title/ Position RISK MANAGEMENT Or anization IBTX Organization IBTX Telephone Telephone 114-613-1124 E-mail enaixel@ib-tx.com E-mail Project Candidate role on Project Project Candidate role on Project 9QW018 7:66 AM p, 66 City of Lubbock Proposed Project Quality Control Manager Organization Doing Business As Name of Individual ALLEN BUTLER CONSTRUCTION INC. 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 2 + Current Project Assignments Name of Assignment Percent of Time Used for this Proiect Estimated Project Comoletion Date Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name ED NAGEL Name BYRON PIECHOWSKI Title/ Position RISK ADVISOR Title/ Position RISK MANAGEMENT Organization IBTX Organization IB p}� Telephone 214-6131124 Tel hone 3_1124 E-mail ena el .ib.tx.com E-mail h iechowskifa ib-mcom Proiect Project Candidate role on Candidate role Pro ect on Project Name of Individual 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 Estimated Project this Proiect I Comoletion Date [ Name I ED NAGEL_ # Name I BYRON PIECHOWSKI Title/ Position I RISK Anvfsniz I Title/ Position I 21gk- MAWAC.PM-T- TT 1 Candidate role on Candidate role Project on Proiect 9/28/2018 7:56 AM City of Lubbock Contractor's Project Experience and Resources Bid RFP 19-14318-FM Organization Doing Business As 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 specifically illustrate the organizations ca abili to provide best value to the Owner for this proiect. Include a completed Project Information form (Attachment B) for projects which illustrate the experience of the proposed kg 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 2. Management of subcontractor and suppliers 3. Time management 4. Cost control SEE ATTACHEMENT K 5. Quality management b. Project site safety 7. Managing changes to the project 8. Managing equipment 9. Meeting HUB / MWBE Partici ation Goal Provide a list of major equipment proposed for use on this project. Attach Additional Information if necessary Equipment Item Primary Use on Project Own Bill Lease SEE ATTACHMENT L What work will the organization complete using its own resources? ALL EARTHWORK, SURVEYING, COMPACTION, CONCRETE, PAVING, SWPPP, GUARD RAIL What work does the organization propose to subcontract on thisproject? STRIPING, TRAFFIC CONTROL, WATER LINES, KEY PADS, SMALL SIGNS, SEEDING/EROSION CONTROL 9/28/2018 7:66 AM P. 58 City of Lubbock Contractor's Subcontractors and Vendors i Bid RFP 19-14318-FAA Organization Doing Business As Provide a list of subcontractors that will provide more than 14 percent of the work aced on contract amounts Name Work to be Provided Est. Percent HUB/MWBE __ I of Contract I Firm Provide information on the proposed k work experience for each subcontractor t Vendor Name 9/28/2018 7.56 AM project i for use on this project. Attach Equipment / Material Provided City of Lubbock Current Projects and Project Completed within the last 10 Years BWC�9rtIIMIJkFM Project Owner CITY OF LUBBOCK Project Name I 34TH RECONSTRUCTION OF MAIN LANES General Description of Project: RECONSTRUCT EXISTING STREET Project Cost 5.4MILLION Date Project Co letcd 4.2017 Key Project Personnel Project Manager Project Superintendent Safety Officer nth` Control M Name I RONNIE GILMORE I RONNIESTOKEsKEITH CARROWAY I KEITHCARROWAY Reference Contact Information (listing names indicates approval to contacting the names Individuals as a reference) Name Thief Position Organization Telephone E-mail Owner NIEL WELCH PROJECT ENGINEER CITY OF LUBBOCK 806-775-2173 Designer Construction Manager Project Owner I TY OF LUBBOCK I Project Name 98TH UPLAND TO MILWAUKEE General Description of Project: WIDEN AND RECONSTRUCT EXISTING STREET Project Cost 3 MILLION I Date Project Completed I ON GOING Key Project Personnel Project Manager Project Superintendent Safety Officer Quality Control Manager Name I LUCAS DELEON I LOU CARISTA KEITH CAggOWAy I MARK PARKER Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Tidd Position Organization Telephone E-mail Owner CITY OF LUBBOCK OWNER CITYOFLUBBOCK 806-775-2173 Designer SEAN CUDNOSKI ENGINEER KIMLEY-HORN 806.686.1094 Construction Manager Project Owner INUMMUMMU TXDOT Project Name FM 1730 General Description of Project: RECONSTRUCTION OF ROADWAY Project Cost 14. t MILLION Date Project Completed 2017 Key Project Personnel Project Manager Project Superimendent Safety Officer Quality Control M EMO Nome N1EL WE7 L ROBERT CORONA KEITH C&RROWAY I KE1TH CARRQWAY Reference Contact Information (listing names indicates approval to contacting the names individuals as a reference) Name Titid Position Organization Tel nc E-mail Owner Designer Construction Manager 11 21 trt28@018 T 56 AM ( ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE: 806-745-7499 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 RONNIE STOKES -. SURVEY SUPERINTENDENT TERRY SPEAR- SAFETY COORDINATOR DOUGO'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 -rn 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 JAWS DAVIS, COO DANIEL WETZEL P.E.- CFO LUCAS DELEON -SR. PROJECT MANAGER ERICA DILLIARD - ADMIN. DIRECTOR IAN MEDINA -- PROJECT MANAGER JESSICA CONLEY - HUMAN RES. KEITH CARROWAY- ESTIMATOR/CORP. SAFETY D1R. HAYLEY BUTLER - MATERIALS MGR. ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 PHONE: 806-745-7498 FAX: 806-745-7577 Attachment D-1 James Davis, COO, will oversee the construction, general company operations, and material divisions. Daniel R. Wetzel, CFO of Allen .Butler Const., Inc. oversees administrative and financial operations. Bobby Evans, VP Field Operations, will oversee the construction. Ronnie Stokes will be the foreman onsite to oversee the project. Steve Moczygemba, Concrete Superintendent, will oversee the concrete construction. Ian Medina, 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. ATTACHMENT D-2 PROJECT MANAGER LUCAS DELEON ALLEN BUTLER CONSTRUCTION, INC. 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. x; 3 f t 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 34 years in the Industry. Our Lab Manager is well respected by TXDOT and project inspectors in the area. ALLEN BUTLER CONSTRUCTION, INC. PO Box 53058 Lubbock, TEXAS 79453 j PHONE: $06-745-7498 FAX: 806-745-7577 Attachment: H e 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. PO Box 53058 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Attachment: I Allen Butler Construction, Inc. has been recognized by the City of Lubbock for the construction of Westchester Park Lots 414-481. Texas Chapter American Public Works Association awarded Alien 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. Allen Butler Construction has recently been issued a Safety Rating of "Satisfactory" by The Texas Department of Public Safety. 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. ALLEN BUTLER CONSTRUCTION, INC. Po Box 53058 Lubbock, TEXAS 79453 PH©NE: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 grader with GPS 2 — Dynapac Vibratory Compactors 2 — 4000 gallon Water Trucks 2 — Dynapac 25 ton Rubber Tire Rollers 2 — Dynapac Steel Wheel Rollers 2 — Wheel Loaders 2 — Large Excavators 1— Cat Paver I — Asphalt Material Transfer Vehicle 1 - Large Excavator 1-- Large Wheel Loader 1-- Power Broom 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. RFI'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 F.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. S. MANAGEMENT QUALITY Q G MENT 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 HUBIMWBE 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 Proposed subcontractors for this project per bid requirements as follows: Barricades Unlimited P.O. Box 11001 Lubbock, TX 79408 Wayne Bryant Transport 6520 University Ave. Lubbock, TX 79413 Dustrol, Inc. 2801 Hwy 114 Fort Worth, TX, 76262 ALLEN BUTLER CONSTRUCTION, INC. PO Box 53458 Lubbock, TEXAS 79453 PHONE:806-745-7498 FAX:806-745-7577 Proposed suppliers for this project per bid requirements as follows: Allen Butler Construction, Inc. CMC Construction Services Ergon Asphalt and Emulsions Davis Wetzel Group GSI Highway Products 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 at least $5 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 0.72. 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. Paze Intentionally Left Blank City of Lubbock Bid RFP 19-14318-FM 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. tractor {Original re) Contractor (Print) CONTRACTOR'S BUSINESS NAME: Allen Butler Construction, Inc. (Print or Type) CONTRACTOR'S FIRM ADDRESS: 2413 PR 7320 Lubbock. Texas. 79423 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 f806) 775-2572. RFP 19-14318-FM - West 50th Street Paving Improvement Project 9I2812018 716 AM p. 62 Page Intentionally Left Blank 0) City of Lubbock Safety Record Questionnaire Bid RFP 19-14318-FM 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 offense, if any, and penalty assessed. 1 Offeror's Initials 1 9/28/2018 7:56 AM p. 64 City of Lubbock UESTION TWO Sid RFP 19-14318-FM Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO X If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the offeror, or the firm, corporation, partnership, or institution represented by offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO X If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. I QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK H .72 - See attached documents 4b.aft. r 1 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 uestionnaire will be investigated, with my full permission, and that any misrepresentations or omiss�s` ns may cpt y pr sal to be rejected. Signature Title P9 1_1 9128/2018 7,66 AM City of Lubbock Bid RFP 19-14318-FM City of Lubbock, TX RFP 19-14318-FM Suspension and Debarment Certification Federal Law (A-IO2 Common Rule and OMB Circular A -I 10) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: Allen Butler Construction. Inc. FEDERAL TAX ID or SOCI Signature of Company Official Printed name of company offic._....o..... 0 ..- J. .. above: Date Signed: 10-17-18 9128QO18 T66 AM P• 66 City of Lubbock Bid RFP 19-14318-FM City of Lubbock, TX Chapter 2270 Prohibition on Contracts with Companies Boycotting Israel RFP 19-14318-FM House Bill 89, adopted by the 851" Legislature, created §2270.001, Texas Government Code, Section Subtitle E, 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) I, the undersigned agent for the company named below, certify that the Company does not boycott Israel and will not boycott Israel during the term of the contract. COMPANY NAME: Allen Butler Construction. Inc. _s } Signature of Company Official: Date Signed: 10-17-18 Printed name of company official signing above: .lames J. Davis 912al2018 7.56 AM A 67 I City of Lubbock Bid RFP 19-14318-FM PROPOSED LIST OF SUB -CONTRACTORS Minority (Owned Company Name Location Services Provided Yes No 1. Wayne Bryant Lubbock Trucking 2. Barricades Unlimited Lubbock Traffic/Striping 3. Dustrol.Inc. Lubbock Milling 5. 11�I l�,►,f c m G--' Key Avb Q.— .. 7. 0 0 9. a Q 10. ® ❑ 11. d ❑ 13. 14. o O 15. 0 0 16. 0 o THIS FORM SMALL BE COMPLETED AND RETURNED ALONG WITHYOUR PROPOSAL IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: Allen Butler Construction, Inc. {PRINT NAME OF COMPANY} RFP 19-14318-FM - West 50th Street Paving Improvement Project 9/28/2018 7:66 AM Pso Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when proposals are due. FINAL LIST OF SUB -CONTRACTORS Page Intentionally Left Blank L I I 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. li. 12. 13. 14. 15. 16. FINAL LIST OF SUB -CONTRACTORS Company Name Location Services Provided AAva,60A kAc-"- 1— 06&3 cif- AwAbs &x&wA&r__s lk&am� 44A& C.14=1 16"e. Ay2flA60-- __ 977U 7-7 &-T u SUBMITTED BY: I (PRINT NAME OF COMP -A -NY) Minority Owned Yes No n 9-- 0 0 0 11 0 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 19-14318-17M - West 50th Street Paving Improvement Project Page Intentionally Left Blank I if PAYMENT BOND Page Intentionally Left Blank Bond No. 2276381 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.02I(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 Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of One Million Eight Hundred Fifty -Fight Thousand and Fifty -Four Dollars ($1,858 054) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, - administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15' day of November, 2018, to RFP 19-14318-FM West 50th Street Paving Improvement Proiect 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 contractwhich contract is hereby referred to and made a part hereof as fully and to the same extent as .if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this 'bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and. all liabilities on this bond shall be determined in accordance with: the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this 'instrument this 19th day of November 2018. North American Specialty Insurance Company Allen Butler Construction Inc. Surety (Company Name) *By: — (Title) Avin J. unn, Attomey-In-Fact 1 By AM ('. (Printe e) c (SegrTZ5�40� - W (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 maybe had in matters arising out of such suretyship. North American Specialty Insurance Company Surety By (Title) Kevin ! unn, Attorney-In-Facf Approved as to form: CitypityAtit b ck IBy: orney * 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. No Text PERFORMANCE BOND im Pau Intentionally Left Blank I I ril I Bond No. 2276381 STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Allen Butler Construction Inc. (hereinafter called. the Principal(s), as Principal(s), and 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 One Million Eight Hundred Filfty-Eight Thousand and Fifty -Four Dollars ($1858 054) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 15" day of November, 2018, to RFP 19-14318-FM West 50th'Street Paving Improvement Proiect and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; ;otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.02I(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 19th day of November , 2018. North American Specialty I-nsurance Company. Suret/itl�e)K,',in # By J.D n, Attorney -In -Fact Allen Butler Construction, Inc. (Company Name) By. u6rza, (PrintTe) r (S re) QW_'Q_ (Title) Pace 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 By; itle)Kevin ylolrblunn, Attorney -In -Fact Approved as to Form Ci bboc 1 By :Pity Attorney * Nate: 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 No Text 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 under 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 tinder and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington Intemational 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, 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." \\\\1\11111111111// "��t� ap710NAj� gQGOPpb�T.G $t SEAL By ace2- sleve.P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President et '✓WesttppoortInsurance Corporation Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Spetlalty Insurance Company & Senior Vice President of Westport inronnee 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 201 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington Intemational 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. OM KENW )OTAkyPUBIIO, STATE OF IWN018 " -MYbOMM1$$ONEMRE81210412oi7 M. Kenny,Notary.PtrbliG ) I, Jeffrey Goldberg , the duly elected Vita President gild Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport I Jsprance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North Autcrican 8putciaity� 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 19th day of November 20 18 Jeffrey Goldberg, Vice President & Assistant Secretm, of Washinglon 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: This notice is for information only and does not 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: 1-800-338-0753 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 { TO: CITY OF LUBBOCK P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 CERTIFICATE OF INSURANCE TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions of the standard 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 11 Commercial General Liability General Aggregate $ 0 Claims Made Products-Comp/Op AGG ❑ Occurrence Personal & Adv. Injury $ 0 OtAmer's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LLIBILRT Any Auto Combined Single Limit $ u All Owned Autos Bodily Injury (Per Person) $ 0 Scheduled Autos Bodily Injury (Per Accident) S 0 Hired Autos Property Damage $ v Non -Owned Autos E GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ n BUILDER'SRISK 0 100% of the Total Contract Price $ G INSTALLATIONFLOATER $ EXCESSLIABILITY Umbrella Form Each Occurrence $ Aggregate $ v Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ 0 Included Statutory Limits Partners/Executive Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER t- The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE l MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) __. By: K Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. t CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage, showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; t (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 t 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 4 FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES i FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE (-_ CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE _ REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during i 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. Pate Intentionally Left Blank CONTRACT Page Intentionally Left Blank I m Contract 14318 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 15" day of November, 2018 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and 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 19-14318-FM West 50th Street Paving Improvement Project 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, Ine.'s proposal dated October 171, 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. 1'' CONTRACTOR: Allen Butler Construction, Inc. By: _ i I -D Z A PRINTS ,k ,� TITLE: C)1,1^kfj�FI"4�F NSn��ut bwi�ti -= COMPLETE ADDRESS: Allen Butler Construction, Inc. 2413 PR 7320 Lubbock. TX 79423 CITY OF LUBBOC XAS (OWNER): By: Daniel M. Pope, Mayor TESTT A� : v R ecca Garza, Cit§ Secretary APPROVED AS TO CONTENT: Mike Keenum, P.E., Division Director of Engineering/ City Engineer o Turpin, P.E., Assistant City Engineer/Capitol Projects & Design E , TO FORM: KJlli Leisure, Assistant City Attorney Page Intentionally Left Blank CONFLICT OF INTEREST QUESTIONNAIRE CHAPTER 176 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, 84a' 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). rl By law this questionnaire must be filed with the City Secretary's Office of the local governmental entity no later than the 71h business day after the date the vendor becomes aware of the facts that require the statement to be filled. ri Chapter 176 of the Local Government Code requires the City Manager and Council Members to file a Conflicts Disclosure Statement regarding their relationships with City vendors (including bidders and potential vendors). The law also requires that any vendor who contracts, or seeks to contract, with the City for the sale or purchase of property, goods or services (including a bidder on a City contract) file a "Conflict of Interest Questionnaire" regarding the vendor's business relationships, if any, with Council Members or the City Manager. Compliance is the responsibility of each individual, business or agent who is subject to the law's filing requirement. Questions about compliance should be directed to your legal counsel. Office of the City Secretary 1625 13th Street, Room 206 Lubbock, TX 79401 Questionnaire is available at http://www.ci.lubbock.tx.us/departmentalwebsites/ departments/purchasing/vendor-information CHAPTER 46. DISCLOSURE OF INTERESTED PARTIES Texas Government Code 2252.908 Disclosure of Interested Parties Form 1295 House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. §2252.908, Texas Government Code requires the commission to adopt rules necessary to implement the new disclosure requirement and to prescribe the disclosure form. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Section 2252.908 provides definitions of certain terms occurring in the section. House Bill 1295 provides that §2252.908 applies only to a contract entered into on or after January 1, 2016. An interested party is defined as a person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker, intermediary, adviser, or attorney for the business entity. I Contractors are required to acquire Form 1295 via the Texas Ethics Commission website. This requires registration, generation of Form 1295 with a unique Certificate Number & filing date, printing the form, signing the form, and returning the form to City of Lubbock Purchasing & Contract Management Department. A 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: hgps://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank I I I I 11 I I I 1 GENERAL CONDITIONS OF THE AGREEMENT I. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Allen Butler Construction, Inc. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative 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. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," ., or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the t_ 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 comply with this requirement, but such suspension will be as brief as practical and Contractor shall be allowed no 1 extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or - inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall L keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all 3 E modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's j Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or Li protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessarysanitary conveniences for the use of laborers on the work site properly secluded from public rY P p Y 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 Li required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval € - or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination ? ; at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to t perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents.__ 4 If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such - - inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for �- the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other rJ 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 n 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 rill by using 100 /o, 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 1 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 Ij 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. s 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 g_ such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any I f request for clarification must be submitted no later than five (5) calendar days prior to the opening of I J 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 f 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, - damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in __ any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions' taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self- insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and $1,000,000 per occurrence to include: Products & Completed Operations Hazard Contractual Liability Personal Injury & Advertising Injury W/ Heavy Equipment To Include Products of Complete Operation Endorsements 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, $1000,000 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 — $4,000,000 F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $1,000,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of 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. 8 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; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance t 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 entities 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. i i t i 10 s (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. txus) 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 riling 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 g 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 I insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. I-1 Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, IJ civil penalties, or other civil actions."; f -, (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage F I showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 12 29 30 31. 32. (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. 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. 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. 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. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or 13 1, subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. t 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 _i 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 i agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $500.00 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 $500.00 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 the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 14 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. f 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HIlVDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for -_ hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing _ 15 39. 40 41 42. their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities32 note exceed 15% of the estimated quantity. 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. • In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by. reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents. 16 43 44. 45. 46. Payment for materials on hand and delivered to the project site will be limited to 100 percent less the 5 percent standard retainage until actually incorporated into the project. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 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 31st 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. 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. PAYMENT WITHIELD 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 o£ 17 47 (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. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall 0 [l 18 i be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be 19 liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $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. 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 20 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. 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 y for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. __ 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein 21 61. 63. 64. shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 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). 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 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. ---' 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. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 22 CITY OF LUBBOCK WAGE DETERMINATIONS 23 EXHIBIT A City of Lubbock Building Construction Prevailing Wage Rates Craft Hourly Rate Automatic Fire Sprinkle Fitter, Certified 28.00 Block, Brick, and Stone Mason 23.00 Carpenters -Acoustical Ceiling Installation 16.00 Carpenter -Rough 13.00 Carpenter -All other work 16.50 Caulker/Sealers 12.00 Cement & Concrete Finishers 16.67 Commercial Truck Drivers 10.26 Crane & Heavy Equipment Operator 20.00 Door & Hardware Specialist 16.00 Drywall and Ceiling Tile Installers 16.00 Drywall Finishers & Tapers 12.00 Electrician 21.21 Floor Layers -Carpet and Resilient 18.00 Floor Layers -Specialty 18.00 Floor Layers -Wood 18.00 Glaziers 17.00 Heating, Air Conditioning & Refrigeration Svc. Tech 21.31 HVAC Mechanic Helper 13.62 HVAC Sheet metal Ductwork Installer 19.30 HVAC Sheet metal Ductwork Installer Helper 13.85 Insulation Workers -Mechanical 12.00 Irrigator -Landscape Certified 13.50 Laborer: Common or General 11.65 Laborer: Mason Tender -Brick 17.00 Laborer: Mason Tender-Cement/Concrete 16.92 Laborer: Roof Tear off 11.09 Roofer 17.44 Painters (Brush, Roller & Spray) 12.00 Paper Hanger 13.00 Pipe Fitters & Steamfitters 24.10 Plaster, Stucco, Lather and EIFS Applicator 17.00 Plumber/Medical Gas Installer 22.83 Plumber Helper 14.20 24 EXHIBIT B City of Lubbock Heavy and Highway Prevailing Wage Rates Craft Power Equipment Operator -Tower Crane Hydraulic Crane Operators 60 tons & above Operator Backhoe/Excavator/Truck hoe Bobcat/Skid Steer/Skid Loader �4. Drill Grader Blade Loader Mechanic �b Paver (Asphalt, Aggregate, & Concrete) Roller Reinforcing Iron & Rebar Workers Sheet Metal Workers, Excludes HVAC Duct Installation Structural Iron & Steel Workers/Metal Building Erector Asphalt Distributor Operator Asphalt Paving Machine Operator/Spreader Box Operator Backhoe Operator Cement Mason/Concrete Finishers (Paving Structures) Crane Operator (Hydraulic) Electrician Laborer Laborer, Common Laborer, Utility Crane, Lattice Boom 80 Tons or Less Loader/Backhoe Roller/Other Welder Certified/Structural Steel Weld Hourly Rate 30.00 32.00 20.25 15.22 16.00 18.00 18.00 22.85 17.00 15.00 14.33 21.38 15.00 16.50 18.75 18.00 15.00 25.00 17.50 13.50 15.64 13.50 30.00 18.00 15.00 25.00 25 Page intentionally Left Blank Contract Documents and Specifications for the West 50t" Street Paving Improvements Project Submitted By: � � HUGO REED AND ASSOCIATES, INC. TBPE Firm Registration No. F-760 Contract Documents and Specifications for the West 50t" Street Paving Improvements Project In accordance with 137.33 of the Texas Engineering Practice Act and Board Rules, the professional listed below is responsible for all of the specification sections that are listed on the Table of Contents. This page intentionally left blank CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE WEST SOT" STREET PAVING IMPROVEMENTS PROJECT TABLE OF CONTENTS DIVISION 0: BIDDING AND CONTRACT REQUIREMENTS STANDARD DOCUMENTS FROM THE CITY OF LUBBOCK DIVISION 1: GENERAL REQUIREMENTS 01020 MEASUREMENT AND PAYMENT 01105 SEQUENCE OF CONSTRUCTION 01250 CONTRACT MODIFICATION PROCEDURES 01270 UNIT PRICES 01290 PAYMENT PROCEDURES 01310 PROJECT MANAGEMENT AND COORDINATION 01320 CONSTRUCTION PROGRESS DOCUMENTATION 01322 PHOTOGRAPHIC DOCUMENTATION 01330 SUBMITTAL PROCEDURES 01400 QUALITY REQUIREMENTS 01420 REFERENCES 01500 TEMPORARY FACILITIES AND CONTROLS 1 01570 MAINTENANCE AND CONTROL OF TRAFFIC 01576 WASTE MATERIAL DISPOSAL 01600 PRODUCT REQUIREMENTS 01700 EXECUTION REQUIREMENTS 01731 CUTTING AND PATCHING 01770 CLOSEOUT PROCEDURES 01781 PROJECT RECORD DOCUMENTS DIVISION 2: SITE CONSTRUCTION 02221 REMOVING EXISTING PAVEMENTS 02230 SITE CLEARING 02240 DEWATERING 02260 EXCAVATION SUPPORT AND PROTECTION 02300 EARTHWORK 02317 EXCAVATION AND BACKFILL FOR UTILITIES 02318 BORROW 02320 UTILITY BACKFILL MATERIALS 02326 PIPE JACKING, BORING AND TUNNELING 02349 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 02510 HOT MIX ASPHALT PAVING 02525 MISCELLANEOUS ROADWAY CONSTRUCTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS 02751 PORTLAND CEMENT CONCRETE PAVEMENT 02764 PAVEMENT JOINT SEALANTS 02845 TRAFFIC SIGNS 02934 HYDROMULCH SEEDING DIVISION 3: CONCRETE 3360 CONTACT GROUTING WEST 50TH ST. PAVING IMPROVEMENTS �- CIP 92502 SECTION 01020 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. 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 and on which no separate payment is made shall be included in the bid prices on the various pay 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. PART 2 - PAY ITEMS g- 2.1 PAY ITEM NO. 1 — 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 movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work nor 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. 2. 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. 3. 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. 4. 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. 5. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 2.2 PAY ITEM NO.2 —TEMPORARY CONSTRUCTION ACCESS ROAD This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely furnish, install, and remove a temporary construction access road at the location indicated in the plans. Measurement for payment shall be on lump sum basis. J SEPTEMBER 2018 01020 - Page 1 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.3 PAY ITEM NO.3 —TRENCH SAFETY SYSTEM This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to i completely furnish, install and remove a trench safety system as required at various depths indicated. The Contractor is reminded that he must fully comply with OSHA requirements in all cases and no separate payment will be made for such compliance. Measurement for payment shall be on a linear foot basis. 2.4 PAY ITEM NO. 4 — TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION PREVENTION AND CONTROL The unit price shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, silt fences, hay bales, san bags, biodegradable logs, construction entrance/exit, diversion swales and any other measure and/or incidentals required for compliance with TPDES Permit. Payment will be made at the unit price bid per lump sum for the Storm Water Pollution Prevention Plan. 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 storm water pollution prevention shall not exceed 90% of the lump sum price bid for storm water pollution prevention prior to the termination of the construction contract. No partial payment will be made for partial storm water pollution prevention measures. Payment shall not be made for this item where the Owner determines a lack of evidence that storm water pollution prevention measures were used, or that the measures installed do not meet the requirements of the plans. No additional payments will be allowed where storm water pollution prevention is required because of work being remedied due to not meeting the requirements of the plans and specifications. 2.5 PAY ITEMS NO. 5 — PREPARING RIGHT OF WAY Measurement will be made on the 100-foot centerline stations. Payment will be made at the unit price bid per centerline station of right-of-way preparation. The unit price shall include all labor, equipment, and incidentals necessary to clear, grub and remove all items that are in conflict with proposed improvements that are not called out to remain and are not included in the bid items. This work shall include, but not be limited to, removal of landscaping features, trees, stumps, bushes, vegetation, roots, shrubs, edging, fences, miscellaneous stone, existing utilities to be abandoned, etc. No separate payment will be made for disposing of excess material. Any existing improvement shown to remain on the plans, which is damaged or destroyed by these operations, shall be replaced at the Contractor's expense. All work shall be performed in accordance with TxDOT Specification Item 100. 2.6 PAY ITEM NO. 6 — REMOVAL OF STRUCTURES (MAILBOXES, KEYPADS, SIGNS, FENCING, CATTLE GUARD, ETC.) This item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely remove, load, haul, salvage or legally dispose of mailboxes, keypads, signs, fencing, cattle guard, and other related items as indicated on the plans. Measurement for payment shall be on a lump sum basis. 2.7 PAY ITEM NO. 7 — REMOVAL OF HMAC TYPE D 2-INCH PAVEMENT AND FLEXIBLE BASE (8% 13") Measurement will be made of the area, in square yards, of asphalt (HMAC) and flexible base material removed and salvaged to depth of thirteen inches. Payment will be made at the unit price bid per square yard of asphalt surfacing and stabilized base removed. Flexible base material shall become property of the contractor. 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 HMAC 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. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. _. 2.8 PAY ITEM NO. 8 — REMOVE CONCRETE (PAVEMENT) Removing concrete pavement will be measured by the square yard (regardless of thickness). The I Contractor shall ensure that the Owner has the opportunity to measure the quantity of concrete to be removed, prior to removal. If concrete is removed without measurement by the Owner, no SEPTEMBER 2018 01020 - Page 2 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 payment will be made for that removal. 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. All work shall be performed in accordance with Section 02221 — Removing Existing Pavements. 2.9 PAY ITEM NO. 9 — 6-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.10 PAY ITEM NO. 10 — 8-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 8-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.11 PAY ITEM NO. 11 — 10-INCH C-900 PVC WATERLINE This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 10-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 —Water Utilities. 2.12 PAY ITEM NO. 12 —12-INCH C-900 PVC WATERLINE r This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 12-inch C-900 PVC, pressure class 150, waterline pipe. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.13 PAY ITEM NO. 13 — 12-INCH C-900 PVC WATERLINE AND 16-INCH CASING PIPE INSTALLED BY OTHER THAN OPEN CUT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 12-inch C-900 PVC, pressure class 150, waterline pipe and 16-inch casing pipe or tunnel liner plate including, but not limited to, casing spacers or stell skids, grout, and end seal as shown on the plans and described in the technical specifications. Measurement for payment shall be on a linear foot basis. All work shall be performed in accordance with Section 02326 — Pipe Jacking, boring, and Tunneling and Section 02349 — Installation of Carrier Pipe in Casing or Tunnel 1 Liner Plate. i 2.14 PAY ITEM NO. 14 — 6-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. I 2.15 PAY ITEM NO. 15 — 8-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the a number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 —Water Utilities. 2.16 PAY ITEM NO. 16 —10-INCH GATE VALVES AND VALVE BOX This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 1 SEPTEMBER 2018 01020 - Page 3 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.17 PAY ITEM NO. 17 —12-INCH GATE VALVES AND VALVE BOX r This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install 6-inch gate valves and valve boxes. Measurement for payment shall be on the number of gate valves and valve boxes actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. S 2.18 PAY ITEM NO. 18 — FIRE HYDRANT This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install each new fire hydrant. Measurement for payment shall be on the number of fire hydrants actually installed. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.19 PAY ITEM NO. 19 — DUCTILE IRON FITTINGS This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install waterline pipe fittings. Measurement for payment shall be per pound of the ductile iron waterline pipe fittings. All work shall be performed in accordance with Section 331000 — Water Utilities. 2.20 PAY ITEM NO. 20 — CORPORATION STOP FOR TESTING/TAPPING This pay item shall consist of all work, labor, materials, equipment, and incidentals necessary to completely install corporation stops for testing/tapping new waterline pipe. Measurement for payment shall be on the number of corporation stops actually installed. All work shall be performed in accordance with Section 331000 —Water Utilities. 2.21 PAY ITEM NO.21 — EXCAVATION FOR ROADWAYS AND DITCHES Measurement will be made of the volume, in cubic yards, of roadway and ditch excavation. Payment will be made at the unit price bid per cubic yards. The unit price bid shall be complete compensation for excavation, loading, hauling, and stockpiling to location specified on plans, proof rolling, dewatering, stripping topsoil, scarifying subgrade, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with Section 02300 — Earthwork. 2.22 PAY ITEM NO. 22 — EMBANKMENT BORROW Measurement will be made of the volume, in cubic yards, of embankment or borrow. Limit of payment for "borrow" is finished subgrade elevation. Payment will be made at the unit price bid per cubic yard. The unit price bid is full compensation for furnishing and installing borrow necessary to backfill to the top of finished subgrade elevation, this includes any and all borrow material, density controlled compaction, proof rolling, subgrade preparation to depths shown on typical sections, complete in place, and shall include replacing subgrade, reworking, shaping, moisture conditioning, density control compaction, and any incidental work required to complete the work. All work shall be performed in accordance with Section 02318 — Borrow. 2.23 PAY ITEM NO. 23 — HMAC TYPE C (2") Measurement will be made of the area, in square yards, of asphalt paving actually constructed, not to exceed the area shown on the plans. 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 and prime coats, compaction and all incidentals necessary to complete the work. .; All work shall be performed in accordance with City of Lubbock Standard Street Specifications 8.9. 2.24 PAY ITEM NO.24 — FLEXIBLE BASE (6") 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. All work shall be performed in accordance with City of Lubbock Standard Street Specifications Section 8.8. SEPTEMBER 2018 01020 - Page 4 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.25 PAY ITEM NO. 25 — TRAFFIC CONTROL Payment will be made at the unit price bid per month for traffic control measures actually installed in accordance with Section 01570 — Maintenance and Control of Traffic. 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 determined a lack of evidence that the 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. 2.26 PAY ITEM NO. 26 — 24-INCH CONCRETE CURB AND GUTTER Payment will be made at the unit price per linear foot. This item shall consist of the work, labor and materials required. Concrete curb and gutter shall conform to city standards. All work shall be performed in accordance with Section 02525 — Miscellaneous Roadway Construction. 2.27 PAY ITEM NO. 27 — 6" CONCRETE DRIVEWAYS Measurement will be made of the area, in square yards, of concrete 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, compaction, and all incidentals necessary to complete the work. All work shall be performed in accordance with City of Lubbock Standard Street Specifications 8.7. 2.28 PAY ITEM NO. 28 — 26X24- INCH DRIVEWAY GRATE Measurement will be made of the length, per linear foot of driveway grate actually installed. Payment will be made at the unit price per linear foot. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.29 PAY ITEM NO. 29 — MAILBOX Measurement will be made of the number of mailboxes actually installed, including mail box and post set in concrete base. Payment will be made at the unit price bid per each installed. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.30 PAY ITEM NO. 30 — KEYPADS Measurement will be made of the number of keypads actually installed. Payment will be made at the unit price bid per each installed. This item shall consist of the work, labor, and materials required. All work shall be performed as shown on typical sections and specifications as shown in the plans. 2.31 PAY ITEM NO.31 — HYDROSEED Measurement will be made of the area, in square yards, of hydro seed shown on plans or outlined in the specifications. Hydroseed will be paid for at the unit price bid per square yard. The unit price bid shall include spreading topsoil, fertilization, watering, maintenance, and all incidentals necessary to complete the work. All work shall be performed in accordance with Section 02934 — Hydromulch Seeding. 2.32 PAY ITEM NO. 32 — PAVEMENT MARKINGS 4" (YELLOW) Measurement will be made of the linear feet of broken and continuous 4" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.33 PAY ITEM NO.33 — PAVEMENT MARKINGS 4" (WHITE) Measurement will be made of the linear feet of broken and continuous 4" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and SEPTEMBER 2018 01020 - Page 5 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.34 PAY ITEM NO.34 — PAVEMENT MARKINGS 8" (WHITE) Measurement will be made of the linear feet of broken and continuous 8" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.35 PAY ITEM NO.35 — PAVEMENT MARKINGS 12" (WHITE) Measurement will be made of the linear feet of broken and continuous 12" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.36 PAY ITEM NO.36 — PAVEMENT MARKINGS 12" (YELLOW) r . Measurement will be made of the linear feet of broken and continuous 12" yellow pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.37 PAY ITEM NO. 37 — PAVEMENT MARKINGS 24" (WHITE) Measurement will be made of the linear feet of broken and continuous 24" white pavement marking. Payment will be paid for at the unit price of linear foot. The unit price shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 666 and 678 and TxDOT Standards. 2.38 PAY ITEM NO. 38 — PAVEMENT MARKINGS (ARROW) A count will be made of the number of arrows actually installed. Payment will be made at the unit price bid per each arrow installed. The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.39 PAY ITEM NO.39 — PAVEMENT MARKINGS (RR CROSSING) A count will be made of the number of markings actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials, sealers, surface prep and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 668 and 678 and TxDOT Standards. 2.40 PAY ITEM NO.40 — RAISED PAVEMENT MARKERS Measurement will be made of the number of each raised pavement marker. Payment will be paid for at the unit price of each raised pavement marker. The unit price shall include furnishing and installing all materials, equipment, labor, tools, and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 672 and TxDOT Standards. 2.41 PAY ITEM NO.41 — STREET SIGN A count will be made of the number of street signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. g SEPTEMBER 2018 01020 - Page 6 of 8 {__, MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.42 PAY ITEM NO.42 — STOP SIGN A count will be made of the number of stop signs actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all. materials and all incidentals necessary to complete the work. All work shall be performed in ° accordance with TxDOT Specification Item 636, 643, 644 and 656 and TxDOT Standards. 2.43 PAY ITEM NO.43 — SMALL SIGN POST A count will be made of the number of sign posts actually installed. Payment will be made at the unit price bid per each installed. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. All work shall be performed in accordance with TxDOT Specification Item 644 and 656 and TxDOT Standards. 2.44 PAY ITEM NO.44 — 4-INCH CONCRETE FLATWORK Measurement will be made of the area, in square yards, of 4-inch concrete flatwork actually constructed. Payment will be made at the unit price bid per square yard. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.45 PAY ITEM NO.45 — METAL BEAM GUARD FENCE Measurement will be made of the length, per linear foot of metal beam guard fence actually installed. Payment will be made at the unit price per linear foot. The unit price bid shall include furnishing and installing all materials and all incidentals necessary to complete the work. 2.46 PAY ITEM NO.46— 5X3 FOOT CONCRETE BOX CULVERT Measurement will be made of the length, per linear foot of Culvert actually installed. The work performed, and materials furnished, will be paid at the unit price bid per linear foot of Culvert. This price is full compensation for structural excavation and backfill, constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; r connecting to new or existing structures; breaking back, removing, and disposing of portions of the �r existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope, removal; and equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 462 and TxDOT Standards. 2.47 PAY ITEM NO.47— CONCRETE HEADWALLS AND WINGWALLS Measurement will be made of the number of concrete headwalls and wingwalls actually installed. The work performed, and materials furnished, will be paid at the unit price bid per number of concrete headwalls and wingwalls actually installed. This price is full compensation for constructing, furnishing, transporting, and installing the headwalls or wingwalls; excavation and backfill; and concrete, reinforcing steel, corrugated metal pipe or reinforced concrete pipe, i equipment, labor, tools, and incidentals. All work shall be performed in accordance with TxDOT Specification Item 466 and TxDOT Standards. 2.48 PAY ITEM NO.48 —LUBBOCK AND WESTERN RAILWAY COORDINATION AND INSURANCE This item shall consist of all work necessary to facilitate the following items related to the reconstruction of paving improvements and a signalized railroad crossing: A. Coordination and scheduling with LUBBOCK AND WESTERN RAILWAY B. Execution of LUBBOCK AND WESTERN RAILWAY Right of Entry Agreement C. Obtain necessary insurance policies based upon the requirements of LUBBOCK AND WESTERN RAILWAY. The Contractor shall provide copies of all agreements and insurance policies associated with this pay item. Payment will be made on a lump sum basis upon the successful execution of all necessary agreements and obtaining insurance policies. 2.49 PAY ITEM NO.49 — LUBBOCK AND WESTERN RAILWAY FLAGMEN This pay item shall consist of the costs charged to the contractor by LUBBOCK AND WESTERN RAILWAY for the presence of a LUBBOCK AND WESTERN RAILWAY provided flagman. Payment shall be made on a per day basis for each day that a flagman is present on the job site. The t I SEPTEMBER 2018 i 01020 - Page 7 of 8 MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Contractor shall provide documentation from LUBBOCK AND WESTERN RAILWAY indicating the number of days flagmen were present with each request for payment. 2.50 PAY ITEM NO. 50 — RAIL ROAD CROSSING PLANKS, CONSTRUCTION OF CROSSING ARMS AND SIGNALS BY LUBBOCK AND WESTERN RAILWAY FORCES This pay item shall consist of the costs charged to the contractor by LUBBOCK AND WESTERN RAILWAY for installation of new track panels, concrete crossing surface, and new crossing signals and necessary electrical work. The contractor shall provide documentation from LUBBOCK AND WESTERN RAILWAY indicating the costs paid by the contractor to LUBBOCK AND WESTERN RAILWAY with the CONTRACTOR'S request for payment. END OF SECTION 01020 -Page 8 of 8 SEPTEMBER 2018 __ MEASUREMENT AND PAYMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01106 SEQUENCE OF CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections,'apply to this Section. 1.2 SUMMARY A. Related Sections: 1. Section 01576 — Waste Material Disposal 1.3 GENERAL A. The CONTRACTOR shall prepare and submit a project schedule within 30 days of beginning work, outlining the schedule and time requirements for completion of the contract items. B. The CONTRACTOR shall notify the OWNER at least 14 days in advance and again three (3) days prior to beginning work on a particular area, and coordinate with the OWNER the specific items to be isolated and duration for each. a C. Prior to beginning work, the CONTRACTOR shall have on -site all materials, equipment, and personnel necessary to complete the work in the time scheduled. D. The CONTRACTOR shall ensure that all necessary permits have been obtained by the OWNER prior to crossing railroad and state rights -of -way. E. Access to all areas under construction must be maintained and accessible at all times. F. Existing plugged pipelines, in which water has been standing, shall have to be cleaned of , debris prior to connecting to a new pipeline. Debris shall be legally disposed of in accordance with Section 01576 — Waste Material Disposal. - END OF SECTION 9 SEPTEMBER 2018 01105 Page 1 of 1 SEQUENCE OF CONSTRUCTION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01250 CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division1 Specification Sections, apply to this Section. iW_>E-11 I&IW\31 A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections include the following: 1. Section 01020 — Measurement and Payment 2. Section 01270 — Unit Prices 3. Section 01600 — Product Requirements 1.3 MINOR CHANGES IN THE WORK A. ENGINEER will issue Field Orders authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time. 1.4 PROPOSAL REQUESTS A. OWNER -Initiated Proposal Requests: ENGINEER will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. For changes in quantity for items listed in Section 01020 — Measurement and Payment, payment shall be made in accordance with Section 01270 ,— Unit Prices for quantities installed. C. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. d. Include costs of labor and supervision directly attributable to the change. e. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. CONTRACTOR -Initiated Proposals: If latent or unforeseen conditions require modifications to the Contract, CONTRACTOR may propose changes by submitting a request for a change to ENGINEER. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. SEPTEMBER 2018 01250 - Page 1 of 2 CONTRACT MODIFICATION PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 01600 — Product Requirements if the proposed change requires substitution of one product or system for product or system specified. C. Proposal Request Form: Use forms provided by OWNER. 1.5 CHANGE ORDER PROCEDURES A. On OWNER'S approval of a Proposal Request, ENGINEER will issue a Change Order for signatures of OWNER and CONTRACTOR. PART 2 - EXECUTION 2.1 SUPPLEMENT A. Forms are provided using an electronic format provided by OWNER or CONTRACTOR. END OF SECTION h E SEPTEMBER 2018 01250 - Page 2 of 2 CONTRACT MODIFICATION PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01270 UNIT PRICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for unit prices. 1.3 DEFINITIONS A. Unit price is an amount proposed by bidders as a price per unit of measurement for materials or services added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. OWNER reserves the right to reject CONTRACTOR'S measurement of work -in -place that involves use of established unit prices and to have this work measured, at OWNER'S expense, by an independent surveyor acceptable to CONTRACTOR. END OF SECTION SEPTEMBER 2018 01270 - Page 1 of 1 UNIT PRICES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01290 PAYMENT PROCEDURES PART 1 - GENERAL iff• l4W_j1:411011011iPul kW� A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.3 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the Schedule of Values with preparation of Contractor's Construction Schedule 1. Correlate line items in the Schedule of Values with other required administrative forms and schedules, including Application for Payment forms with Continuation Sheets, Submittals Schedule, and Contractor's Construction Schedule. 2. Submit the Schedule of Values to ENGINEER at earliest possible date but no later than ten (10) days before the date scheduled for submittal of initial Applications for Payment. B. Format and Content: Use the Project Manual bid submittal form as a guide to establish line items for the Schedule of Values. Provide at least one line item for each bid item. 1. Identification: Include the following Project identification on the Application for Payment: a. Project name and location. b. OWNER'S Project Number. C. Name of ENGINEER. d. ENGINEER'S project number. e. CONTRACTOR'S name and address. f. Date of submittal. g. Application for Payment number. 2. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 3. Mobilization payment shall not exceed 5% of the total Contract amount. 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. a. 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. b. 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. C. 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. d. 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. e. Payment for the remainder of the lump sum bid for "Mobilization" will be made on the final estimate after final acceptance of the project. 4. Include separate line items under required principal subcontracts for operation and maintenance manuals, punch list activities, Project Record Documents, and demonstration and training in the amount of 5 percent of the Contract Sum. SEPTEMBER 2018 01290 - Page 1 of 4 PAYMENT PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 5. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 6. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. 7. Include accepted Schedule of Values for each schedule or portion of lump sum Work, and the unit price breakdown for Work to be paid on a unit price basis. 8. Include separate line item for each Change Order and Work Order Directive executed prior to date of submission. Provide further breakdown of such as requested by ENGINEER. 9. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 10. Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. 11. Schedule Updating: Update and resubmit the Schedule of Values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.4 APPLICATIONS FOR PAYMENT A. Each Application for Payment shall be consistent with previous applications and payments as certified by ENGINEER and paid for by OWNER. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: The date for each progress payment is indicated in the Agreement between OWNER and CONTRACTOR. The period of construction Work covered by each Application for Payment is the period indicated in the Agreement. C. Payment Application Forms: Use one of the following forms for Applications for Payment. 1. AIA Document G702 and AIA Document G703 Continuation Sheets 2. AIA Document G702/CMa and AIA Document G703 Continuation Sheets 3. EJCDC Document 1910-8-E, or 4. CONTRACTOR'S form, when approved by ENGINEER and OWNER. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of CONTRACTOR. ENGINEER will return incomplete applications without action. 1. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Schedule of unit prices. 5. Submittals Schedule (preliminary if not final). 6. List of Contractor's staff assignments. 7. List of Contractor's principal consultants. 8. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Initial progress report. 10. Report of preconstruction conference. 11. Certificates of insurance and insurance policies. .__ F. Schedule of Values: CONTRACTOR shall submit to the ENGINEER for review and approval a Schedule of Values for portions of work that are lump sum bid items. G. Payment Application Procedures: SEPTEMBER 2018 01290 -Page 2 of 4 L__ PAYMENT PROCEDURES WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 1. Once a month, the CONTRACTOR shall submit to the OWNER'S Representative one (1) draft copy of the partial pay estimate for review. OWNER'S Representative shall review and revise, as necessary, and then return the draft to the CONTRACTOR. Allow OWNER'S Representative seven (7) days minimum to check pay estimate. 2. CONTRACTOR shall then prepare six (6) original signed copies for the OWNER'S Representative's signature. Provide one (1) extra original for OWNER'S Representative to check one more time. (Original signatures are required on all six (6) summary pages and six (6) signature pages. Photocopied signatures will not be accepted.) 3. One copy shall include waivers of lien and similar attachments if required. Partial pay requests shall be on forms approved by the OWNER. 4. CONTRACTOR shall use approved Schedule of Values and Bid Schedule for pay items. Provide signature space for CONTRACTOR, RPR, ENGINEER, and OWNER. John Turpin with the City of Lubbock will sign for the OWNER. 5. Pay Estimate pages should be submitted in this order: a. Summary of Payment Estimate Values with notarized statement. b. Attachment A — Total Value of Contract Performed C. Attachment B — Extra Work on Approved Change Orders d. Attachment C — Materials on Hand e. Copies of new "materials on hand" invoices received during the current payment period placed in the order listed on Attachment C. Copies of invoices for prior periods do not need to be submitted again. f. Attachment D — Project Summary g. Signature page 6. The CONTRACTOR shall submit the six (6) signed copies to the ENGINEER for review and forwarding to the OWNER for payment. 7. The ENGINEER will review and if he approves shall mail the six (6) copies to the OWNER. 8. CONTRACTOR should always check pay estimate remittance copies for any corrections prior to preparation of the next pay estimate. Just because the payment amount is the same as that submitted does not mean there were no errors. 9. Type written working copies are required. 10. Materials incorporated into the project are tax-exempt. CONTRACTOR is responsible for all taxes related to construction of this project. 11. Some of this pay estimate process may be able to be performed electronically. H. Contractor's Affidavit. Beginning with the second Application for Payment, each Application shall include a Contractor's Affidavit regarding discharge of payment obligations in accordance with the General Conditions. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for OWNER occupancy of designated portions of the Work. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Requirements of General and Supplementary Conditions for final payment. 2. Evidence of completion of Project closeout requirements. 3. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 4. Updated final statement, accounting for final changes to the Contract Sum. 5. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 6. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 7. AIA Document G707, "Consent of Surety to Final Payment." 8. Evidence that claims have been settled, or provide a list of claims CONTRACTOR believes are unsettled. SEPTEMBER 2018 01290 - Page 3 of 4 PAYMENT PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS ! CIP 92502 9. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when OWNER took possession of and assumed responsibility for corresponding elements of the Work. 10. Final, liquidated damages settlement statement. 1.5 NONPAYMENT FOR REJECTED OR UNUSED PRODUCTS A. Payment will not be made for the following: 1. Loading, hauling, and disposing of rejected material. 2. Quantities of material wasted or disposed of in manner not called for under Contract Documents. 3. Rejected loads of material, including material rejected after it has been placed by reason of failure of CONTRACTOR to conform to provisions of Contract Documents. 4. Material not unloaded from transporting vehicle. 5. Material remaining on hand after completion of work. 1.6 PARTIAL PAYMENT FOR STORED MATERIALS AND EQUIPMENT A. Partial Payment: No partial payment will be made for materials and equipment delivered or stored unless Shop Drawings or preliminary operation and maintenance manuals are acceptable to ENGINEER. B. Final Payment: Will be made only for products incorporated in Work; remaining products, for which partial payment have been made, shall revert to CONTRACTOR unless otherwise agreed, and partial payments made for those items will be deducted from final payment. END OF SECTION SEPTEMBER 2018 01290 - Page 4 of 4 PAYMENT PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01310 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. 4. Requests for Information (RFI). B. Related Sections include the following: 1. Section 01250 — Contract Modification Procedures 1.3 DEFINITIONS A. RFI: Request for Information - Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.4 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, which depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required obtaining the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for OWNER and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre -installation conferences. SEPTEMBER 2018 01310 -Page 1 of 5 PROJECT MANAGEMENT AND COORDINATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 7. Project closeout activities. t. 8. Startup and adjustment of systems. 1.5 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings, as applicable, if limited space availability necessitates maximum utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Content: Project -specific information, drawn accurately to scale. Do not base Coordination Drawings on reproductions of the Contract Documents or standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate dimensions shown on the Contract Drawings and make specific note of dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to ENGINEER for resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 2. Sheet Size: At least 8-1/2 by 11 inches but no larger than 11 by 17 inches. 3. Number of Copies: The CONTRACTOR shall make all submittals in electronic format. The required format will be discussed at the pre -construction meeting. 4. Refer to individual Sections for Coordination Drawing requirements for Work in those Sections. 1.6 PROJECT MEETINGS A. General: ENGINEER will schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify OWNER, ENGINEER, CONTRACTOR, and Consultants of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Notes: Record significant discussions and agreements achieved. Distribute the meeting notes to everyone concerned within 7 days of the meeting. B. Preconstruction Conference: OWNER will schedule a preconstruction conference before starting construction, at a time convenient to OWNER, ENGINEER, and CONTRACTOR, but generally no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of OWNER, ENGINEER, and their consultants; CONTRACTOR and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Environmental requirements. SEPTEMBER 2018 01310 -Page 2 of 5 PROJECT MANAGEMENT AND COORDINATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 I. Preparation of Record Documents. m. Use of the premises. n. Work restrictions. o. Responsibility for temporary facilities and controls. p. Construction waste management and recycling. q. Parking availability. r. Office, work, and storage areas. S. Equipment deliveries and priorities. t. First aid. U. Security. V. Progress cleaning. W. Working hours. 3. Notes: ENGINEER will record and distribute meeting notes. C. Progress Meetings: Conduct progress meetings on monthly intervals. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of OWNER and ENGINEER, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off -site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. 3. Notes: ENGINEER will record and distribute to Contractor the meeting notes. 4. Reporting: CONTRACTOR shall distribute notes of the meeting to each subcontractor present and to parties who should have been present. SEPTEMBER 2018 01310 -Page 3 of 5 PROJECT MANAGEMENT AND COORDINATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. 1.7 REQUESTS FOR INFORMATION (RFI) A. Procedure: Immediately on discovery of the need for interpretation or information of the Contract Documents, and if not possible to request interpretation at Project meeting, prepare and submit an RFI in writing vie e-mail to the ENGINEER. 1. RFIs shall originate with CONTRACTOR. RFIs submitted by entities other than CONTRACTOR will be returned with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in CONTRACTOR'S work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of CONTRACTOR. 4. Name of ENGINEER. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. CONTRACTOR'S suggested solution(s). If CONTRACTOR'S solution(s) impact the Contract Time or the Contract Sum, CONTRACTOR shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. C. ENGINEER'S Action: ENGINEER will review each RFI, determine action required, and return it. Allow seven working days for ENGINEER'S response for each RFI. RFIs received after 1:00 p.m. local time will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of ENGINEER'S actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. ENGINEER'S action may include a request for additional information, in which case ENGINEER'S time for response will start again. 3. ENGINEER'S action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for CONTRACTOR to submit Change Proposal according to Section 01250 — Contract Modification Procedures. a. If CONTRACTOR believes the RFI response warrants change in the Contract Time or the Contract Sum, notify ENGINEER in writing within 10 days of receipt of the RFI response. D. On receipt of ENGINEER'S action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify ENGINEER within seven days if CONTRACTOR disagrees with response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. _. Submit log monthly. 1. Project name. 2. Name and address of CONTRACTOR. SEPTEMBER 2018 01310 -Page 4 of 5 PROJECT MANAGEMENT AND COORDINATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 3. Name and address of ENGINEER. 4. RFI number including RFIs that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date ENGINEER'S response was received. 8. Identification of related Field Order and Proposal Request, as appropriate. PART 2 - EXECUTION 2.1 SUPPLEMENTS A. Forms are provided using an electronic format provided by OWNER. END OF SECTION SEPTEMBER 2018 01310 -Page 5 of 5 PROJECT MANAGEMENT AND COORDINATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01320 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Contractor's Construction Schedule. 2. Submittals Schedule. 3. Construction reports. - 4. Field condition reports. B. Related Sections include the following: 1. Section 01290 — Payment Procedures 2. Section 01310 — Project Management and Coordination 3. Section 01330 — Submittal Procedures 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations ( determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either OWNER or CONTRACTOR, but is a jointly owned, expiring Project resource available to both parties as needed to -- meet schedule milestones and Contract completion date. E. Fragment: A partial or fragmentary network that breaks down activities into smaller activities for greater detail. F. Major Area: An area of construction, a separate facility, or a similar significant construction element. 1.4 SUBMITTALS A. Submittals Schedule: Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for ENGINEER'S response. B. Preliminary Network Diagram: Large enough to show entire network for entire construction I " period. Show logic ties for activities. d SEPTEMBER 2018 01320 - Page 1 of 4 CONSTRUCTION PROGRESS DOCUMENTATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. Contractor's Construction Schedule D. CPM Reports: Concurrent with CPM schedule. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for all activities, sorted in ascending order by activity number and then early start date, or actual start date if known. 3. Total Float Report: List of all activities sorted in ascending order of total float. E. Weekly Construction Reports F. Field Condition Reports 1.5 COORDINATION A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors. B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART2-PRODUCTS 2.1 SUBMITTALS SCHEDULE A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Submit concurrently with the first complete submittal of Contractor's Construction Schedule. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed to date of Final Completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each facility or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than approximately 20 days. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Division 1 Section 01330 — Submittal Procedures in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for ENGINEER'S administrative procedures necessary for certification of Substantial Completion. SEPTEMBER 2018 01320 - Page 2 of 4 CONSTRUCTION PROGRESS DOCUMENTATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Work under More Than One Contract: Include a separate activity for each contract. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use of premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. ' 3. Work Stages: Indicate important stages of construction for each major portion of the Work. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion. E. Contract Modifications: For each contract modification and concurrent with its proposed submission, prepare a time -impact analysis using fragments to demonstrate the effect of the proposed change on the overall project schedule. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART) A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal Gantt -chart - type, Contractor's Construction Schedule within 30 days of date established for the Notice to Proceed. Base schedule on the Preliminary Construction Schedule and whatever updating and feedback was received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require 3 months or longer completing, indicate an estimated completion percentage in 10 percent increments within time bar. 2.4 CONTRACT TIME A. Contract time cannot be changed by the submission of progress changes. Contract time can only be modified by approved Change Order. 2.5 REPORTS A. Weekly Construction Reports: Prepare a weekly construction report recording the following information concerning events at Project site: 1. Construction progress. 2. List of subcontractors at Project site. 3. Equipment at Project site. 4. Material deliveries. 5. High and low temperatures and general weather conditions. 6. Accidents. 7. Stoppages, delays, shortages, and losses. 8. Meter readings and similar recordings. 9. Orders and requests of authorities having jurisdiction. 10. Services connected and disconnected. 11. Equipment or system tests and startups. B. Field Condition Reports: Immediately on discovery of a difference between field conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. SEPTEMBER 2018 01320 - Page 3 of 4 CONSTRUCTION PROGRESS DOCUMENTATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 �1 IX&A9II :OMIR91501 Z 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule duting each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity. B. Distribution: Distribute copies of approved schedule to ENGINEER, OWNER, separate contractors, testing and inspecting agencies, and other parties identified by CONTRACTOR with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION SEPTEMBER 2018 01320 - Page 4 of 4 i CONSTRUCTION PROGRESS DOCUMENTATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs. A. Key Plan: Submit key plan of Project site with notation of vantage points marked for location and direction of each photograph. Indicate elevation or stage of construction of structure or area. Include same label information as corresponding set of photographs. B. Construction Photographs: Submit two CD-ROMs or other acceptable portable media format each containing a complete set of digital image files within seven days of taking photographs. 1. Identification: Include with each image submittal a PDF file containing the following information: a. Name of Project. b. Name of ENGINEER. C. Name of CONTRACTOR. d. Date photograph was taken if not date stamped by camera. e. Description of vantage point, indicating location, direction (by compass point), and elevation or stage of construction. f. Stationing or northing and easting of major pipe, valves, or structures. g. Unique sequential identifier. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints as a Project Record Document on CD-ROM. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. 1.4 COORDINATION A. Auxiliary Services: Cooperate with photographer and provide auxiliary services requested, including access to Project site and use of temporary facilities, including temporary lighting required to produce clear, well -lit photographs without obscuring shadows. 1.5 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to OWNER for unlimited reproduction of photographic documentation. PART 2 - PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPEG format, produced by a digital camera with minimum sensor size of 10.0 mega pixels, and at an image resolution of up to 3072 by 2304 pixels, capable of producing 5 x 7 photo reproductions. SEPTEMBER 2018 01322 - Page 1 of 2 PHOTOGRAPHIC DOCUMENTATION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PART 3 - EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. Photographer: A commercial photographer or a member of the CONTRACTOR'S staff may take the initial and final progress photographs. B. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. C. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. 1. Date and Time: Include date and time in filename for each image. 2. Field Office Images: Maintain one set of images on CD-ROM in the field office at Project site, available at all times for reference. Identify images same as for those submitted to ENGINEER. D. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties, including existing items to remain during construction, from different vantage points, as directed by ENGINEER. Preconstruction photographs must be submitted to OWNER prior to the first application for payment. 1. Flag construction limits before taking construction photographs. 2. Take a minimum of ten (10) photographs to show existing conditions adjacent to property before starting the Work. 3. Take photographs of existing facilities either on or adjoining property to accurately record physical conditions at start of construction. E. Final Construction Photograph. Provide post -construction color photographs at locations reasonably close to the location of the pre -construction photographs to document conditions of the Project site following construction. F. Additional Photographs: ENGINEER may issue requests for additional photographs, in addition to periodic photographs specified. 1. Three days notice will be given, where feasible. 2. In emergency situations, take additional photographs within 24 hours of request. 3. Circumstances that could require additional photographs include, but are not limited to, the following: a. Special events planned at Project site. b. Immediate follow-up when on -site events result in construction damage or losses. C. Photographs to be taken at fabrication locations away from Project site. These photographs are not subject to unit prices or unit -cost allowances. d. Substantial Completion of a major phase or component of the Work. e. Extra record photographs at time of final acceptance. f. Owner's request for special publicity photographs. I111I1X41J&3*4& fII l SEPTEMBER 2018 01322 - Page 2 of 2 PHOTOGRAPHIC DOCUMENTATION SECTION 01330 SUBMITTAL PROCEDURES i , ZAA1WC7Air1AGL14 1.1 RELATED DOCUMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections include the following: 1. Section 01250 — Contract Modification Procedures. 2. Section 01290 — Payment Procedures. 3. Section 01320 — Construction Progress Documentation. 4. Section 01322 — Photographic Documentation. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires ENGINEER'S responsive action. B. Informational Submittals: Written information that does not require ENGINEER'S responsive action. 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 requires 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. ENGINEER reserves 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 01320 — Construction Progress Documentation 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 ENGINEER'S receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 7 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. ENGINEER will advise CONTRACTOR when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 4 days for review of each resubmittal. SEPTEMBER 2018 01330 - Page 1 of 6 SUBMITTAL PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 r , 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 on label or beside title block to record CONTRACTOR'S review markings (Green in color). 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. C. Name and address of ENGINEER. d. Name and address of CONTRACTOR. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. I -. h. Submittal number shall be by means of a specification number, a chronological order, and a letter suffices to indicate number of times submitted. 1) Submittal number shall use Specification Section number followed by a hyponym and then a sequential number (e.g., 06100-01). Resubmittals shall include an alphabetic suffix after another hyponym (e.g., 06100-01-A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. 1. Other necessary identification. E. Deviations from Contract Documents: CONTRACTOR shall highlight, encircle, or otherwise specifically identify deviations (Green in color) from the Contract Documents on submittals. Requests for deviation shall be by Contractor's Modification Request in accordance with the requirements of Section 01250 — Contract Modification Procedures. F. Additional Copies: Unless additional copies are required for final submittal, and unless ENGINEER observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. G. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit submittals via e-mail to the ENGINEER. ENGINEER will return submittals, without review, received from sources other than Contractor. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked "REVIEWED." 4. For resubmittals, CONTRACTOR shall provide the entire and complete submittal for project documentation. If the CONTRACTOR provides only the portions required by the previous shop drawing review, then the ENGINEER may elect to return the submittal without review. - I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, - fabricators, installers, and authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. - J. Use for Construction: Use only final submittals with mark indicating 'REVIEWED" or "Furnished As Corrected." J13 A5;206]oil 14&V 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 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, not as Product Data. SEPTEMBER 2018 01330 - Page 2 of 6 SUBMITTAL PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2. Mark each copy of each submittal to show which products and options are applicable. 3. When pre-printed catalog information is submitted, clearly identified item to be submitted with arrow or other mark. Catalog information not marked clearly shall be returned. 4. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. C. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Wiring diagrams showing factory -installed wiring. f. Printed performance curves. g. Operational range diagrams. h. Compliance with specified referenced standards. i. Testing by recognized testing agency. 5. Number of Copies: Submit Product Data electronically in accordance with Section 01310 — Project Management and Coordination. In addition, submit two hard copies to ENGINEER." 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, unless submittal of ENGINEER'S CAD Drawings is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Roughing -in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. i. Notation of dimensions established by field measurement. j. Relationship to adjoining construction clearly indicated. k. Seal and signature of professional engineer if specified. I. Electrical requirements. m. Limits of or range of operation. n. Performance curves. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit Shop Drawings electronically. In addition, submit two copies to ENGINEER." D. Product Schedule or List: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. 1. Number of Copies: Submit three copies of product schedule or list, unless otherwise indicated. ENGINEER will return two copies. E. Submittals Schedule: Comply with requirements specified in Section 01320 — Construction Progress Documentation. F. Application for Payment: Comply with requirements specified in Section 01290 — Payment Procedures. G. Schedule of Values: Comply with requirements specified in Section 01290 — Payment Procedures. H. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. 1. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. ENGINEER will return one copy. SEPTEMBER 2018 01330 - Page 3 of 6 SUBMITTAL PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 4 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit per Section 01310 — Project Management and Coordination, unless otherwise indicated. ENGINEER will not return copies. U 2. Certificates and Certifications: Provide a notarized statement that includes signature of entity responsible for preparing certification. An officer shall sign certificates and certifications or other individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Section 01400 — Quality Requirements. r B. Coordination Drawings: As required, comply with requirements specified in Section 01310 — Project Management and Coordination. C. Contractor's Construction Schedule: Comply with requirements specified in Section 01320 — Construction Progress Documentation. D. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified. E. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure x Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. F. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. G. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. H. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. 1. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. J. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. K. Product Test Reports: Prepare written reports indicating current product produced by r manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. L. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing 1 agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. 4 I M. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with r requirements in the Contract Documents._ N. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. SEPTEMBER 2018 01330 - Page 4 of 6 SUBMITTAL PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 O. 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. P. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Statement on condition of substrates and their acceptability for installation of product. 2. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. Q. 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. R. Construction Photographs and Videotapes: Comply with requirements specified in Section 01322 — Photographic Documentation. S. Material Safety Data Sheets (MSDS): Submit information directly to OWNER; do not submit to ENGINEER. 1. ENGINEER will not review submittals that include MSDS and will return them for resubmittal. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of CONTRACTOR by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to ENGINEER. B. Delegated -Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit signed and sealed documents by the responsible design professional, for each product and system specifically assigned to CONTRACTOR to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure the values, material, equipment, or method of work shall be as described. B. CONTRACTOR shall insure there is no conflict with other submittals and shall notify ENGINEER of each case where a conflict may occur. C. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp (Green in color) before submitting to. ENGINEER. D. Approval Stamp: Stamp each submittal with a uniform, approval stamp (Green in color). 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. SEPTEMBER 2018 01330 - Page 5 of 6 SUBMITTAL PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 3.2 ENGINEER'S ACTION A. General: ENGINEER will not review submittals that do not bear CONTRACTOR'S approval stamp and will return them without action. B. Action Submittals: ENGINEER will review each submittal, make marks to indicate corrections or modifications required, and return it. ENGINEER will either stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, or use the Shop Drawing Review Comments form listed in Part 3 to indicate the action taken for each submittal as follows: 1. "No Exception Taken" a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal. 2. "Make Corrections Noted" a. CONTRACTOR may incorporate product(s) or implement Work covered by submittal, in accordance with ENGINEER'S notations. 3. "Revise and Resubmit" a. Make corrections or obtain missing portions, and resubmit. 4. "Rejected" a. Contractor may not incorporate product(s) or implement Work covered by submittal. C. Informational Submittals: ENGINEER will review each submittal and will not return it, or will return it if it does not comply with requirements. ENGINEER will forward each submittal to appropriate party. D. Partial submittals are not acceptable, will be considered nonresponsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. 3.3 SUPPLEMENTS A. Forms are provided using an electronic format provided by OWNER. END OF SECTION SEPTEMBER 2018 01330 - Page 6 of 6 SUBMITTAL PROCEDURES SECTION 01400 QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS WEST 5VH ST. PAVING IMPROVEMENTS CIP 92502 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. CONTRACTOR shall coordinate with the OWNER and testing laboratories to allow the OWNER to accomplish the specified field testing. B. The CONTRACTOR shall arrange inspections and testing of work in place. The purpose of this section is to indicate to the CONTRACTOR the type and extent of testing to be anticipated. 1.3 TESTING AND INSPECTION AGENCIES A. Testing and inspection services specified in this section will be performed by the OWNER's --, forces. Only field testing required by the contract documents shall be performed by the OWNER. Additional testing for the CONTRACTOR'S purposes shall be paid for by the CONTRACTOR. The CONTRACTOR will coordinate with the testing laboratory. B. Designated Agencies and Function: 1. The OWNER's testing laboratory shall perform materials testing and inspection services, - as specified in this section. C. Designated agencies shall perform testing and inspection services to determine compliance with requirements of the Contract Documents. Such inspections and tests shall be in accordance with - building code, local authorities, state regulations, and the specifications of ASTM and other respective technical societies. ` 1.4 DESCRIPTION OF WORK A. Inspection and testing by OWNER's testing laboratory shall include the following: 1. Soil classification, Proctor testing of on -site and offsite materials proposed for use of in - place density testing of fill, backfill and subgrades, HMAC paving, concrete paving, and water pipeline. 1.5 APPLICABLE PUBLICATIONS A. The publications below, together with those listed in applicable sections in Division 2 form a part of this specification to the extent referenced. The publications are referred to in the test of this section and in other referenced sections by basic designation only: 1. American Association of State Highway and Transportation Officials (AASHTO) Publications: a. T260-84 Standard Method of Test for Sampling and Testing for Chloride Ion in Concrete and Concrete Raw Materials 2. American Concrete Institute (ACI) Publications: a. 301 Specifications for Structural Concrete b. 311 AR Guide for Concrete Inspection 3. American Standard for Testing and Materials (ASTM) Publications: a. C 31 Standard Practice for Making and Curing Concrete Test Specimens in the Field b. C 39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens C. C 94 Standard Specification for Ready Mix Concrete d. C 143 Standard Test Method of Slump for Hydraulic -Cement Concrete e. C 150 Standard Specification for Portland Cement SEPTEMBER 2018 01400 - Page 1 of 6 QUALITY REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 f. C 172 Standard Practice for Sampling Freshly Mixed Concrete g. C 173 Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method h. C 231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method i. D 698 Standard Test Methods for Laboratory Compaction Characteristics of soil using Standard Effort j. D 1557 Standard Test Methods for Laboratory Compaction Characteristics of soil using Modified Effort k. E 329 Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection 4. American Water Works Association a. C 651 Standard for Disinfecting Water Mains 1.6 GENERAL REQUIREMENTS A. Comply with provisions of the specifications, codes and/or standards shown or specified on the plans, specifications and contract documents. 1.7 QUALIFICATION OF AGENCIES A. OWNER's Laboratory: 1. Shall meet "Recommended Requirements for Independent Laboratory Qualification," latest edition, published by American Council of Independent Laboratories. 2. Shall meet basic requirements of ASTM E329 and must submit current copy of an established Quality Assurance Manual meeting criteria of the American National Standards Institute (ANSI) N 45.2 (1971) assuring that tests and/or inspections will be performed in accordance with established and accepted procedures and criteria. 3. Shall submit copy of report of inspection of facilities made by Materials Reference Laboratory of National Bureau of Standards during most recent tour of inspection; with memorandum of remedies of any deficiencies reported by inspection. 4. Testing equipment shall be calibrated at maximum 12-month intervals by devices of accuracy traceable to the National Bureau of Standards or accepted values of natural physical constants. Copy of certification shall be furnished. 5. As a minimum, all testing laboratory on -site supervisory personnel shall be qualified and certified in the fields of testing required for the Project, as well as metrology, as set forth in appropriate Quality Assurance and Calibration Manuals. 1.8 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with OWNER's laboratory and provide access to work, and to material supplier's plant and operations. B. Provide to OWNER's laboratory preliminary representative samples of materials proposed for use in the Work, in quantities sufficient for accurate testing and as specified. C. Furnish casual labor and facilities: 1. To provide access to Work to be tested. 2. To obtain and handle samples at the site under the direction of the OWNER. 3. To facilitate inspections and tests. D. Notify OWNER's laboratory sufficiently in advance of operations to allow for assignment of personnel and scheduling of tests. E. In addition to the foregoing, the CONTRACTOR shall furnish the following: 1. Soil survey of location of borrow soil materials, samples of existing soil materials, and delivery to the testing laboratory. 2. Certification of Portland cement. 3. Secure and deliver to OWNER's laboratory, without cost, preliminary representative samples of materials proposed for use and which are required to be tested. 4. Tests, samples and all costs when source of material is changed after original test or inspection have been made, to be paid by the CONTRACTOR. SEPTEMBER 2018 01400 - Page 2 of 6 QUALITY REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 5. Costs of tests, samples, and mock-ups of substitute material, where the substitution is requested by the CONTRACTOR and the tests are necessary in the opinion of the ENGINEER to establish equality with specified items, shall be borne by the CONTRACTOR. 6. Pay in manner directed by the OWNER for tests or inspections that are performed exclusively for the CONTRACTOR's convenience, for such retests as may be occasioned by initial non-conformance of the materials with the Contract Documents and for cylinders and testing of concrete when early strength concrete is desired by the CONTRACTOR for form removal when those services are performed by OWNER's laboratory. 7. Provide and maintain, for the sole use of the OWNER's laboratory, adequate facilities for safe storage and proper curing of such test specimens which must remain on the project site prior to testing. Concrete specimens should cure 24 hours as specified under ASTM C31. 8. Retain the services of testing laboratory to prepare mix designs for each type of concrete on the project. The mix designs and the cylinder tests of each type of concrete will be submitted to the ENGINEER for review and approval prior to commencement of the project. F. The CONTRACTOR shall immediately notify the OWNER and the ENGINEER if, at any time during construction, the concrete resulting from the approved mix design proves to be unsatisfactory for any reason, such as, too much water, lack of sufficient plasticity to prevent - segregation, honeycomb, etc., or insufficient strength. The OWNER'S laboratory shall modify the design, subject to approval, until a satisfactory concrete is obtained. G. CONTRACTOR's Obligations: 1. Neither the observations, inspections, tests, or approvals by the ENGINEER, STRUCTURAL ENGINEER and/or OWNER's laboratory shall relieve the CONTRACTOR from his obligation to perform the Work in accordance with the Contract Documents. 1.9 AUTHORITY AND DUTIES OF DESIGNATED AGENCY PERSONNEL A. The OWNER'S REPRESENTATIVE shall inspect founding strata for each structure and report results to the ENGINEER. B. OWNER's laboratory shall inspect and/or test materials, assemblies, specimens, and work performed, including soils and foundation work, design mixes, methods and techniques as specified, and report results to the ENGINEER. C. Should it appear that the material furnished or work performed by the CONTRACTOR fails to meet requirements of the Contract Documents, the OWNER'S Representative shall direct the attention to the CONTRACTOR and the ENGINEER to such failure or infringement. D. When requested by the ENGINEER, the designated agency shall render professional opinions regarding corrective measures to construction deficiencies. E. Designated agencies are not authorized to revoke, alter, relax, enlarge or release any requirement of the Contract Documents or to approve or accept any portion of the Work. 1.10 REPORTS (CERTIFICATION) A. Designated agencies shall submit two copies each to the ENGINEER, CONTRACTOR, and OWNER, and one copy to the OWNER's inspector of reports of tests and inspection and certification as required. B. Within three (3) working days after tests or inspections have been made, the designated agency shall distribute copies of all tests and inspection reports in standard outline form to include the following: 1. Issue date 2. Project title and number 3. Testing agency name and address 4. Name of technician 5. Signature of reviewing registered engineer 6. Date of inspection or sampling 7. Significant meteorological conditions SEPTEMBER 2018 01400 - Page 3 of 6 QUALITY REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 8. Report number 9. Sample number 10. Location of project 11. Observations regarding compliance with contract documents C. Field reports are to include the following items: 1. The items inspected; 2. The specific location of the inspection; 3. Explanation of deficiencies or substandard installations; 4. Explanation of who was informed and how corrections were made; 5. A statement certifying that the final inspection proved the installation to be in conformance with the Contract Documents. D. Independent Testing Laboratory: 1. Shall make soil test reports to include the following: a. Type of test performed, naming the standard b. Location of the sample C. Density characteristics at optimum conditions d. Density characteristics at field conditions e. Pass/fail notification of the sample E. Independent Testing Laboratory: Shall include the following in standardized form on concrete test reports: 1. Concrete design mix 2. Specified concrete strength 3. Specific location of pour 4. Placement date 5. Cylinder number 6. Slump 7. Compressive strength in psi 8. Concrete temperature 9. Concrete admixtures 10. Commentary or notes regarding departures from standard practice 11. Date of test PART 2 - EXECUTION 2.1 INSPECTION AND TESTING SOIL AND UTILITY BACKFILL MATERIALS A. Compacted Backfill: 1. All materials proposed for backfill shall be sampled and tested by the OWNER'S laboratory for gradation by sieve analysis to confirm their suitability in accordance with the specifications. The OWNER'S laboratory shall conduct laboratory compaction tests on approved samples to define their moisture -density relationship in accordance with ASTM D 698 and ASTM D 1557 as required by the appropriate specification section. 2. In -place density tests shall be performed by the OWNER'S laboratory to confirm proper compaction of the backfill as required by the appropriate specification sections. 2.2 PIPELINE LEAKAGE TESTING AND DISINFECTION A. Leakage Testing 1. All pipeline material shall be tested for leakage as described in Section - 15070. B. Disinfection Testing 1. Pipelines shall be disinfected and sampled for bacteriological testing as described in Section-15070. 2.3 TESTING CONCRETE MATERIALS A. Test normal weight aggregates by methods of sampling and testing of ASTM C33. B. Sample Portland cement and determine properties by methods of test of ASTM C150. SEPTEMBER 2018 01400 - Page 4 of 6 QUALITY REQUIREMENTS ( r WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.4 DESIGN OF CONCRETE MIXES A. Review the CONTRACTOR's proposed concrete mix designs for cast -in -place concrete and precast concrete that utilizes materials that are indicated to comply with specified requirements by either tests or acceptable certification. Report to ENGINEER whether or not proposed mix design meets specified requirements. 2.5 INSPECTING CONCRETE REINFORCEMENT A. Inspect in -place reinforcement, including reinforcing bars and welded wire fabric, prior to inclusion in a concrete placement and immediately report deficiencies to CONTRACTOR and ENGINEER, prior to concrete placement. Re -inspect corrected work. Report to ENGINEER as to whether or not reinforcement fabrication and placement complies with drawing and specification requirements for each concrete placement. 2.6 INSPECTING CAST -IN -PLACE CONCRETE A. Perform inspection of concrete, both architectural and structural, in accordance with ACI 311.4R. B. Make periodic visits to batch plant and observe storage, inspect weighing and batching of controlled concrete, and make certain that materials used are in accordance with requirements of Specifications. C. Check for adjustment in batch weights to compensate for variations in moisture content. D. Submit promptly to ENGINEER certification of weights used in all loads of acceptable concrete. E. Provide a qualified inspector at site to perform following duties: 1. Obtain a copy of batch ticket for each truckload delivered and verify compliance with design mix requirements. 2. See that concrete is thoroughly mixed and properly placed. 3. Perform quality control testing of concrete. 4. Where High Range Type F or G admixture is used and added to mix at site, the Inspector shall direct and supervise its use. 5. Should the Inspector, based on his observations and/or tests, be of the opinion that any load of concrete furnished to the job may not satisfy specification requirements, he shall notify the CONTRACTOR of his opinion prior to placement of said concrete into the work. If the CONTRACTOR proceeds with its placement, the Inspector shall obtain from the truck two extra standard cylinders per ASTM C31 for compressive strength evaluation of the truckload represented and shall mark on a drawing the location of placement of subject concrete in the work. A record of the extra cylinder tests and the location drawing shall be submitted to the ENGINEER. 2.7 CAST -IN -PLACE CONCRETE FIELD QUALITY CONTROL TESTS A. Perform the following required tests: 1. Sampling Fresh Concrete: ASTM C172, except modified for slump to comply with ASTM C94. Refer to Section — 02751 for sampling frequency. 2. Slump: ASTM C143; Refer to Section 02751 for sampling frequency. 3. Air Content: ASTM C173, volumetric method for lightweight concrete; ASTM C231, pressure method for normal weight concrete; Refer to Section 02751 for sampling frequency. 4. Strength Test Specimens: ASTM C31; Refer to Section 02751 for sampling frequency. Cast and store cylinders and beams for laboratory cured test specimens as specified in ASTM C31. 5. Concrete Temperature: Test hourly when air temperature is 40 OF and below, and when 80OF and above; and each time a set of test specimens are made. 6. Chloride Ion Tests: Test procedures must conform to those given in AASHTO T260-84. Make a test on representative samples taken from each 500 cu. yds., or fraction thereof, of each mix design placed in any one day. Test and evaluate by the following procedure: a. Test individual concrete ingredients to be used in the mix or freshly mixed production concrete for total chloride ion content. If total chloride ion content, calculated on the basis of concrete proportions, does not exceed limits specified for soluble ion contents, concrete represented by test is acceptable. If test indicates that total SEPTEMBER 2018 01400 - Page 5 of 6 QUALITY REQUIREMENTS WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 chloride ion content exceeds limits specified for soluble ion content, proceed as follows. b. Test representative samples of the hardened concrete for water-soluble chloride content as described in AASHTO T260-84. Evaluate concrete represented by comparing these test results with specified limits. 7. Confirm unit weight of lightweight concrete for compliance with drawings. 8. Strength Tests: Generally, comply with ASTM C39 for compressive strength tests. In addition, where specified strength exceeds 5000 psi, take extra care in preparing and capping ends, plumbing, and testing cylinders to enable results of tests to be an accurate representation of concrete strength. Refer to Section 02751 for sampling frequency. a. When the frequency of testing will provide less than five (5) strength tests for a given mix design, conduct testing from at least five (5) randomly selected batches or from each batch if fewer than five (5) are used. b. When the strength of field -cured specimens is less than 85 percent of companion laboratory -cured specimens, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. 9. Report test results in writing to the ENGINEER, CONTRACTOR, OWNER, and ready -mix supplier on the same day that tests are made. Report of strength tests shall contain the project identification name and number, date of concrete placement, name of CONTRACTOR, name of concrete supplier and truck number, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design strength at 28 days, concrete mix proportions and materials, breaking strength and type of break for both 7-day and 28-day tests. 10. Laboratory report shall state whether the reported tests comply or do not comply with the specification requirements. B. Statistical Analysis (Structural Concrete): For each class of concrete, provide a statistical analysis by computer at least once a month to indicate performance of concrete mix designs and acceptability of concrete placed. C. Perform the following additional tests: 1. When directed by the ENGINEER, conduct tests on in -place concrete in accordance with ACI 301, paragraph 17.3, and as specified in Section 02751. The CONTRACTOR shall pay for such tests when unacceptable concrete is verified. 2. When directed by the ENGINEER, the laboratory shall perform tests on materials used in concrete mix. 2.8 HMAC PAVING FIELD QUALITY CONTROL TESTS A. Pavement Core Sampling and Testing 1. Core samples shall be taken in accordance with ASTM D5361 for determining in -place pavement thickness, density testing, asphalt content, and gradation. 2. Two (2) cores shall be taken for each lot of pavement placed a. A lot shall consist of the lesser of 1,000 square yards of pavement, in place, or one days production. 3. Laboratory testing shall be in accordance with the appropriate ASTM or TxDOT testing method. END OF SECTION SEPTEMBER 2018 01400 - Page 6 of 6 QUALITY REQUIREMENTS WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01420 REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey ENGINEER'S action on Contractor's submittals, applications, and requests, "approved" is limited to Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by ENGINEER. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 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. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the organizations responsible for the standards and regulations in the following list. SEPTEMBER 2018 01420 - Page 1 of 6 .; REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 ADAAG Americans with Disabilities Act ADA Architectural Barriers Act ABA CFR Code of Federal Regulations DOD Department of Defense Military Specifications and Standards DSCC Defense Supply Center Columbus See FS FED -STD Federal Standard See FS FS Federal Specification FTMS Federal Test Method Standard See FS MIL See MILSPEC MIL -STD See MILSPEC MILSPEC Military Specification and Standards UFAS Uniform Federal Accessibility Standards TAS Texas Accessibility Standards TDLR Texas Department of Licensing and Regulations 1.4 ABBREVIATIONS AND ACRONYMS A. 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. AA Aluminum Association, Inc. The AAADM American Association of Automatic Door Manufacturers AAMA American Architectural Manufacturers Association AASHTO American Association of State Highway and Transportation Officials ABMA American Bearing Manufacturers Association ACI ACI International American Concrete Institute ACPA American Concrete Pipe Association AEIC Association of Edison Illuminating Companies, Inc. The AGA American Gas Association AGC Associated General Contractors of America The Al Asphalt Institute AIA American Institute of Architects The AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction ALCA Associated Landscape Contractors of America Now PLANET - Professional Landcare Network ALSC American Lumber Standard Committee, Incorporated AMCA Air Movement & Control Association International, Inc. ANSI American National Standards Institute APA Architectural Precast Association API American Petroleum Institute ARI Air -Conditioning & Refrigeration Institute ARMA Asphalt Roofing Manufacturers Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning En ineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM ASTM International American Society for Testing and Materials International AWI Architectural Woodwork Institute AWPA American Wood -Preservers' Association SEPTEMBER 2018 01420 - Page 2 of 6 REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 AWS American Welding Society AWWA American Water Works Association BHMA Builders Hardware Manufacturers Association BIA Brick Industry Association The CGA Compressed Gas Association CISPI Cast Iron Soil Pipe Institute CLFMI Chain Link Fence Manufacturers Institute CPA Composite Panel Association CPPA Corrugated Polyethylene Pipe Association CRSI Concrete Reinforcing Steel Institute CSI Cast Stone Institute CSI Construction Specifications Institute The DHI Door and Hardware Institute DMS Departmental Material Specifications, TxDOT EIA Electronic Industries Alliance EJCDC Engineers Joint Contract Documents Committee EJMA Expansion Joint Manufacturers Association, Inc. FMG FM Global (Formerly: FM - Factory Mutual System) FMRC factory Mutual Research Now FMG HI Hydraulic Institute HMMA Hollow Metal Manufacturers Association Part of NAAMM HPVA Hardwood Plywood & Veneer Association ICEA Insulated Cable Engineers Association, Inc. IEEE Institute of Electrical and Electronics Engineers, Inc. The IESNA Illuminating Engineering Society of North America ZEST Institute of Environmental Sciences and Technology IGCC Insulating Glass Certification Council IGMA Insulating Glass Manufacturers Alliance ISO International Organization of Standardization LPI Lightning Protection Institute MBMA Metal Building Manufacturers Association MFMA Metal Framing Manufacturers Association MHIA Material Handling Industry of America MSS Manufacturers Standardization Society of The Valve and Fittings Industry Inc. NAAMM National Association of Architectural Metal Manufacturers NACE NACE International National Association of Corrosion Engineers International NRCA National Roofing Contractors Association NECA National Electrical Contractors Association NEMA National Electrical Manufacturers Association NETA InterNational Electrical Testing Association NFPA NFPA National Fire Protection Association NGA National Glass Association NHLA National Hardwood Lumber Association NSF NSF International National Sanitation Foundation International NWWDA National Wood Window and Door Association Now WDMA PCI Precast/Prestressed Concrete Institute PDCA fainting & Decorating Contractors of America PDI Plumbing & Drainage Institute PGI PVC Geomembrane Institute PLANET Professional Landcare Network (Formerly: ACLA - Associated Landscape Contractors of America PTI Post-TensioningInstitute RCSC Research Council on Structural Connections SAE Society of Automotive Engineers International SEPTEMBER 2018 01420 - Page 3 of 6 REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SDI Steel Deck Institute SDI Steel Door Institute SIGMA Sealed Insulating Glass Manufacturers Association Now IGMA SJI Steel Joist Institute SMACNA I Sheet Metal and Air Conditioning Contractors' National Association SSINA Specialty Steel Industry of North America SSPC SSPC: The Society for Protective Coatings' STI Steel Tank Institute UL Underwriters Laboratories Inc. UNI Uni-Bell PVC Pipe Association WASTEC Waste Equipment Technology Association WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association B. Code Agencies: 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. BOCA BOCA International, Inc. See ICC IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials See ICC ICBO ES ICBO Evaluation Service, Inc. See ICC-ES ICC International Code Council ICC-ES ICC Evaluation Service, Inc. SBCCI Southern Building Code Congress International, Inc. See ICC Ej C. Federal Government Agencies: 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. CE Army Corps of Engineers CPSC Consumer Product Safety Commission DOC Department of Commerce DOD Department of Defense DOE Department of Energy EPA Environmental Protection Agency FAA Federal Aviation Administration FCC Federal Communications Commission FDA Food and Drug Administration GSA General Services Administration HUD Department of Housing and Urban Development NCHRP National Cooperative Highway Research Program See TRB NIST National Institute of Standards and Technology OSHA Occupational Safety & Health Administration PBS Public Building Service See GSA PHS Office of Public Health and Science RUS Rural Utilities Service See USDA SD State Department TRB Transportation Research Board USDA Department of Agriculture USPS Postal Service D. State Government and Regional Agencies: 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 sites are subject to SEPTEMBER 2018 01420 - Page 4 of 6 REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 change and are believed to be accurate and up-to-date as of the date of the Contract Documents. SEPTEMBER 2018 01420 - Page 5 of 6 REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 TCEQ Texas Commission on Environmental Quality TFS Texas Forest Service Forest Resource Development TPWD Texas Parks and Wildlife Department TxDOT Texas Department of Transportation END OF SECTION SEPTEMBER 2018 01420 - Page 6 of 6 REFERENCES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01600 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Related Sections include the following: 1. Section 01700 — Execution Requirements 2. Section 01770 — Closeout Procedures 1.3 SUBMITTALS A. Site Plan: Show temporary facilities, staging areas, and parking areas for construction personnel and Owners Representative. PART 2 - PRODUCTS 2.1 MATERIALS A. %-inch exterior high -density overlaid plywood, exterior grade enamel and 4x4 posts for mounting project identification signs. 2.2 TEMPORARY FACILITIES A. Provide first aid supplies in weatherproof container in construction vehicles. 2.3 EQUIPMENT A. Fire Protection: 1. Provide portable fire extinguishers, rated 2A minimum, in construction vehicles 2. Ensure that internal combustion engine powered equipment is located a safe distance from combustible materials. 3. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame" signs. B. Flammable Material Storage: Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of 1 gallon. 2.4 PROJECT SIGNS A. Provide and maintain two project identification signs at locations designated by OWNER. Signs shall be 8-foot wide by 4-foot high, constructed of 3/-inch exterior high -density overlaid plywood mounted on 4x4 wood posts. Signs shall bear the Name of Project, OWNER, ENGINEER, CONTRACTOR, and other participating agencies. Lettering shall be blue applied on a white background by an experienced sign painter. Paint shall be exterior grade enamel. Information to be included shall be provided by OWNER. 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 by progress of the Work. SEPTEMBER 2018 01500 - Page 1 of 3 TEMPORARY FACILITIES AND CONTROLS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 SUPPORT FACILITIES A. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. 3. CONTRACTOR shall repair damage to public roadways. 4. Provide signs warning of a construction site entrance. 5. Provide flagman when excessive construction traffic is expected. B. Parking: Provide temporary parking areas for construction personnel. C. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. D. Project Identification and Temporary Signs: Provide Project identification sign. Install sign where indicated to inform public and individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. 2. Maintain and touchup signs so they are legible at all times. E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Section 01700 — Execution Requirements for progress cleaning requirements. K�����ii1 �I<�'l•PI��;1`�����[�Z�l;�T1L�I�L��I��IlI��L�1�J A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. B. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. C. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. D. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. 3.4 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Where excavation or demolition endangers adjacent structures (including fences) and utilities, the CONTRACTOR shall at his own expense carefully support and protect all such structures and/or utilities to prevent failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines or other obstructions, the CONTRACTOR shall notify and cooperate with the utility owner. B. In case damage to an existing structure or utility occurs, whether failure or settlement, the CONTRACTOR shall restore the structure or utility to its original condition and position without compensation from the OWNER. C. CONTRACTOR shall repair or replace all damaged street surfaces, driveways, sidewalks, curb and gutter, fences, drainage structures, or other structures, to the satisfaction of the SEPTEMBER 2018 01500 - Page 2 of 3 TEMPORARY FACILITIES AND CONTROLS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 ENGINEER and the OWNER. Structures shall be restored to a condition equal to or better than the original condition and of a similar material and design. The costs of such repair or replacement shall be borne by the CONTRACTOR and shall be included in the Proposal. D. The Plans show the locations of all known surface and subsurface structures and utilities. However, the OWNER and the ENGINEER assume no responsibility for failure to show any or all of these structures or utilities on the Plans, or to show them in their exact locations. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. E. It is anticipated that some utilities exist which are not shown on the Plans. The CONTRACTOR, prior to ordering material and beginning work, shall make an independent survey to locate and identify the type and size of all existing piping and valves in the construction area, using hand excavation if necessary. F. The CONTRACTOR shall keep an accurate record of the location, depth, size, type of material, and type of service of all underground utilities encountered during construction. All piping, valves, electrical conduits, etc. in the construction area shall be protected as necessary, in a manner acceptable to the ENGINEER. No additional compensation will be considered for the protection of any of these items whether shown on the Plans or not. G. No claims for delays will be considered as a result of encountering obstructions or conflicts not shown on the Plans. It is the sole responsibility of the CONTRACTOR to confirm the location of all subsurface piping, electrical conduits, etc., which affect the prosecution of his work prior to ordering materials or beginning work. 3.5 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. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor, except as noted elsewhere. OWNER reserves right to take possession of Project identification signs. 2. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section 01770 — Closeout Procedures. 3.6 DUST CONTROL A. The CONTRACTOR shall be responsible for eliminating and/or alleviating dust resulting from his construction operations. This is particularly applicable to dust which results from vehicular traffic traveling along or through areas where construction has resulted in dirt or dust being left on roadways and temporary access "roads." The CONTRACTOR shall sprinkle water or use other dust control methods which will reduce dust to a minimum. The OWNER may request additional dust control sprinkling at any time as deemed necessary. Dust control will be considered subsidiary to construction and no separate measurement and payment will be made. END OF SECTION SEPTEMBER 2018 01500 - Page 3 of 3 TEMPORARY FACILITIES AND CONTROLS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1 J. Temporary Concrete Barriers: Conform either to TMUTCD or FP-85, Section 606, and the Drawings. Barrier shall have a white or yellow retroreflection as applicable, approximately f- inch by 3-inches in size, mounted on the top of each barrier at ten foot centers. K. Vertical Panels: Constructed of wood or other materials acceptable to ENGINEER. L. Warning Lights (flashing or steady burn): Provide Type A (low intensity flashing) or Type C (steady burn) as specified on the Drawings complying with the requirements of TMUTCD and FP-85. PART 3 - EXECUTION 3.1 INSTALLATION, OPERATION, AND MAINTENANCE A. Placement and Operation of Traffic Control Devices (TCD): 1. Upon approval of the Vehicular and Pedestrian Traffic Control Plan and prior to start of construction, CONTRACTOR shall place all temporary pavement markings and markers, erect all signs, barricades, cones, drums, and other traffic control devices required. 2. Traffic Control Devices: Provide, erect, place, maintain, and adjust TCD required to alert and forewarn the public of construction activities and potential hazards associated with construction activities. a. Traffic Control signs: Provide temporary traffic control signs as shown on the Drawings and in compliance with TMUTCD standards and the jurisdictional authority. b. Pavement Markings and Delineators: Provide required temporary pavement markings and delineators. Remove existing or temporary pavement markings when traffic is moved to new pavement areas or to different traffic patterns. C. Replace all permanent pavement markings to pre-existing conditions or as modified by the Drawings. d. Redirecting Traffic: Directing, channeling, and shifting of traffic lanes in connection with the work will be subject o approval of local jurisdictional authority. 3. TCD shall operate only when they are needed and only those devices that apply to conditions actually in existence shall be operable. 4. Existing signs, whether permanent or temporary, that conflict with the traffic operations proposed for the current stage of construction shall be covered. Uncover signs as soon as traffic conditions warrant their use. 5. Type A flashing warning lights shall be used on "Road Work Ahead" signs, on barricades and drums (used singly), and on the first two barrier units or drums used in series for delineation. 6. Type C steady burn warning lights shall be mounted on channeling devices and used in series for delineation (except first two devices shall have Type A warning lights). B. Nighttime Operations: Nighttime construction operations shall be illuminated by a lighting system approved the ENGINEER and the local jurisdictional authority. Nighttime system shall be operated in such a manner to preclude glare to the approaching traveling public. C. Pavement Markings Removal: 1. Existing pavement markings that conflict with proposed pavement markings for a particular phase of construction shall be removed by sand blasting or other method that does not materially damage the surface or texture of the pavement. 2. Removal shall be in an uneven shape that does not perpetuate the outline of the removed markings. 3. Repair any damage to the existing pavement at no additional cost. 4. Accumulations of sand or other materials constituting a traffic hazard shall be removed. 5. Upon completion, sandblasted areas on bituminous surfaces shall be lightly coated with a coal tar emulsion or approved equal. SEPTEMBER 2018 01570 - Page 3 of 5 MAINTENANCE AND CONTROL OF TRAFFIC `; WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 D. Maintenance of Traffic Control Devices (TCD): 1. Replace all TCD that are lost, stolen, destroyed or deemed unacceptable while their use is required for the Project without additional compensation. 2. During non -working hours and following completion of a construction operation, all signs, except those necessary for public safety, shall be removed or entirely covered with plywood sheeting or other material so sign panel will not be visible. 3. Retroreflective sheeting on signs, drums, barricades, and other devices shall be kept clean with scratches, rips, and tears un the sheeting promptly corrected by CONTRACTOR. E. Staging Areas: 1. CONTRACTOR shall coordinate with ENGINEER locations for a staging area. Boundary of staging areas shall be located at least 30 feet from the edge of lanes open to the public. 2. During non -work hours, equipment shall be parked either in the staging areas or at least 30 feet from the edge of lanes open to the public. a. 3. When due to land features or right-of-way, it is not feasible to comply and the work is expected to resume within 24 hours, equipment (except rubber -tire equipment) may be parked a minimum of ten feet from the edge of open lanes, when approved by ENGINEER. Place a minimum of three Type II barricades with Type A warning lights on the pavement side of the equipment. 4. Rubber -tire equipment shall be parked a minimum of 30 feet from the traffic lanes open to the public or stored at the staging area. 3.2 VEHICULAR AND PEDESTRIAN CONTROL A. Vehicular Traffic Control: 1. Maintain vehicular traffic control, in coordination with local jurisdictional authority, at all location to the greatest extent as possible and reduce and reroute traffic only for the shortest time possible consistent with effective construction operations. 2. Do not block the required travel lanes with construction activities, including trucks delivering materials. Material deliveries and other related trucking activities shall occur in the CONTRACTOR's protected work area. 3. Upon completion of a segment of work in the streets, restore traffic to a normal flow as soon as possible. 4. Impact of work activities at intersections shall be kept to a minimum and restoration of cross -street traffic flow shall be a priority item. 5. Business and Property Access: Maintain vehicular and pedestrian access during their business hours. When construction activities require temporary closures of building entrances, arrange business and emergency accesses with the affected establishments. 6. Hours of Operation: a. Daylight Hours: 7:00 a.m. to 7:00 p.m., or as approved by the local jurisdictional authority. b. Daylight Hour Limitation: No work will be allowed during morning and evening peak hours; 6:00 a.m. to 9:00 a.m. and 3:00 p.m. to 6:00 p.m. at designated intersections by local jurisdictional authority. B. Pedestrian Control: 1. Unless otherwise noted, a minimum of three pedestrian crosswalks at each intersection at all time. 2. No residence or business shall be denied pedestrian access at any time without Owner's consent. Facilities with multiple points of access may be subjected to restricted access with the prior written consent of the property owner or building management if so empowered. 3. Include provisions for the safe movement of mobility and sight -impaired individuals, including temporary ramps. 4. Temporary walking surfaces shall be constructed of non-skid materials. SEPTEMBER 2018 01570 - Page 4 of 5 MAINTENANCE AND CONTROL OF TRAFFIC WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 t 5. Provide fencing or similar confining barrier to prevent errant pedestrian entry into work areas, restricted areas, and vehicular traveled way. 6. Maintain pedestrian accessibility to public transportation. K����►d1•771� • , A. Jurisdictional Authority Notification: Prior to the temporary closing of traffic or part of any street, sidewalk, or other access, or prior to changing traffic patterns, notify to obtain approval from the appropriate jurisdictional authority at least 30 days prior to the time such closures and changes are schedule. B. Requirements: 1. No more than one complete street closure will be allowed at any particular time. 2. Three (3) days prior to any street closure, partial street closure, or as soon as know for temporary emergency access closure, CONTRACTOR shall notify the ENGINEER and the following persons or designated representatives and obtain approval for the schedule of street closures: a. Jurisdictional Authority's: 1) Public works or transportation engineer. 2) Fire Department. 3) Police Department. 4) Solid Waste Department. 5) Ambulance. 6) TxDOT, if applicable. 3. CONTRACTOR's Surface Operations: Schedule work so as not to be working intermittently throughout the area; schedule excavation and construction activities, vigorously pursuing completion as required to permit opening of streets to traffic as soon as possible. 4. Temporary Walkways: Areas where removal of existing sidewalks is necessary, maintain access to adjacent businesses, entrances, and properties by temporary level or sloped walkways having a non-skid surface and width of not less than six feet. 5. Pavement Reconstruction: Phase construction so that the required number of traffic lanes on each street is provided. ' 6. Temporary Pavement and Patching: Construct, maintain, and remove temporary pavement and patching required to safely and expeditiously handle vehicular and pedestrian traffic within and adjacent to worksite. I 7. Traffic Signal System: Traffic signals shall remain in operation except as approved by ENGINEER. If a traffic signal within the work area goes dark or fails to function, CONTRACTOR shall: tj a. Immediately call the Police for any required police control of the intersection and provide temporary flagmen until police arrives. b. Immediately notify the concerned office of the jurisdictional authority. F C. Immediately notify the ENGINEER. If U_ d. If signal failure is a result of the CONTRACTOR's work, the CONTRACTOR shall be responsible for all costs incurred. 8. When necessary, provide flagmen for controlling movement of equipment and materials j to the worksite. 9. Maintain local access for emergency traffic such as police, fire, medical, and disaster units at all times. C. Flagmen: 1. Flagmen shall be physically and mentally qualified, trained in their duties, efficient, and courteous, as outlined in TMUTCD. 2. Flagmen shall be identified with appropriate and distinctive apparel, including orange retroreflective vest and hat. 3. Equipped with a highly visible, retroreflective "STOP/SLOW" hand sign. Flags shall not be permitted unless approved by ENGINEER. END OF SECTION SEPTEMBER 2018 01570 - Page 5 of 5 MAINTENANCE AND CONTROL OF TRAFFIC WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01676 WASTE MATERIAL DISPOSAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 General Requirements apply to work of this section. i�►.>E"01IT, lIT, lT3'1 A. Disposal of waste material and salvageable material. B. Related Sections: 1. Section 02221 — Removing Existing Pavements. 2. Section 01330 — Submittal Procedures. 1.3 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, and Hugo Reed and Associates, Inc., 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 - EXECUTION 2.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. 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 with RPR. 2.2 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 property owner. See Paragraph 1.3 C above. 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 of 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 SEPTEMBER 2018 01576 - Page 1 of 2 WASTE MATERIAL DISPOSAL WEST 50.. ST. PAVING IMPROVEMENTS CIP 92502 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. END OF SECTION SEPTEMBER 2018 01576 - Page 2 of 2 WASTE MATERIAL DISPOSAL WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections: 1. Section 01330 — Submittal Procedures 1.3 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, which is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility, except that products consisting of recycled -content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process, or where indicated as a product substitution, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. ii>�IE�iI3Tl�i> A. Material and Equipment List. Within 60 days after Notice to Proceed, submit three copies of a complete list of major products proposed for the Project, with the name of the manufacturer and the installing entity. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use facsimile of form provided at end of Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by OWNER and separate contractors, which will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. SEPTEMBER 2018 01600 - Page 1 of 9 PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 I f. List of similar installations for completed projects with project names and addresses and names and addresses of architects, engineers, and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Cost information, including a proposal of change, if any, in the Contract Sum. j. CONTRACTOR'S certification that proposed substitution complies with requirements in the Contract Documents and is appropriate for applications r-, indicated. k. CONTRACTOR'S waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. ENGINEER'S Action: If necessary, ENGINEER will request additional information or documentation for evaluation within 7 days of receipt of a request for substitution. ENGINEER will notify CONTRACTOR of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Acceptance: Change Order or Field Order. b. Use product specified if ENGINEER cannot make a decision on use of a proposed substitution within time allocated. C. Comparable Product Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification f Section number and title and Drawing numbers and titles. 1. ENGINEER'S Action: If necessary, ENGINEER will request additional information or documentation for evaluation within one week of receipt of a comparable product request. ENGINEER will notify CONRACTOR of approval or rejection of proposed comparable product request within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 01330 — Submittal Procedures. b. Use product specified if ENGINEER cannot make a decision on use of a comparable product request within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If CONTRACTOR is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even if previously selected products were also options.Elf" B. Design Requirements: Where CONTRACTOR design is specified; design of installation, systems, equipment, and components, including supports and anchorage, shall be in with provisions of International Building Code by International Code Council. Refer to the drawings for required design load criteria. C. Environmental Requirements: Provide products suitable for installation and operation under- rated conditions at 3000 feet above sea level. Products installed outdoors or in unheated enclosures shall be capable of continuous operation within an ambient temperature range of 0°F to 120°F. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. SEPTEMBER 2018 01600 - Page 2 of 9 PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 7. Protect stored products from damage and liquids from freezing. 8. Off -site storage of materials and equipment shall be the sole responsibility of the CONTRACTOR. D. Extra Materials, Special Tools, Test Equipment, and Expendables: 1. Division 2 Sections for specific requirements. 2. Schedule: a. Ensure shipment and delivery occurs concurrent with shipment of product. 3. Packaging and Shipment: a. Package and ship items to avoid damage during long term storage in original cartons or in appropriately sized, hinged -cover, wood, plastic or metal boxes. b. Prominently display on each package: Part number, consistent with Operation and Maintenance Manual identification system; equipment description, quantity of parts; and equipment manufacturer. 4. Deliver to designation location as directed by Resident Project Representative. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to OWNER. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for OWNER. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval before final execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Division 2 Sections for specific content requirements and particular requirements for submitting special warranties. 4. Special Equipment Warranty. a. The equipment manufacturers shall jointly warrant to the OWNER and to the CONTRACTOR that all equipment, including all components of the complete assembly furnished by it hereunder, complies in all respects with the design and specifications of these Documents and contains no defects of material or workmanship. b. In the event of failure of any part or parts of the equipment during the warranty period due to defects of design, materials, or workmanship; the CONTRACTOR II SEPTEMBER 2018 01600 - Page 3 of 9 PRODUCT REQUIREMENTS WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 the affected part or parts shall be replaced promptly upon notification by the OWNER. All replacement parts shall be furnished, delivered, and installed at the expense of the equipment manufacturer. C. The warranty period shall begin on the date of the Certification of Substantial Completion for that portion of the project where the equipment was installed. d. The warranty period shall be two (2) years, unless otherwise specified. Provisional acceptance of the equipment shall not affect this requirement. e. The CONTRACTOR shall be responsible for insuring that the manufacturer's special equipment warranty is not voided by acceptance of the terms of purchase agreements between the CONTRACTOR and the MANUFACTURER. In all r events, the CONTRACTOR will be held ultimately responsible for enforcement of the requirements of this warranty at his expense. f. Payment for equipment as "Materials -On -Hand" will not be made until the OWNER receives an approved Special Equipment Warranty.j' PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Like items of products furnished and installed shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer's services, and implement same or similar process instrumentation and control functions. 4. Provide interchangeable components of the same manufacturer, for similar components, unless otherwise specified. 5. OWNER reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 6. Where products are accompanied by the term "as selected," ENGINEER will make selection. 7. Where products are accompanied by the term "match sample," sample to be matched is ENGINEER'S. 8. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 9. Regulatory Requirements: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure. 10. Equipment Finish: a. Provide manufacturer's standard finish and color, except where specific color is indicted. b. If manufacturer does not have a standard color, provide color as approved by ENGINEER. 11. Special Tools and Accessories: Provide to OWNER all special tools and accessories required placing equipment in operation. These include, but not limited to, adequate oil and grease (as required for first servicing of equipment after field testing), light bulbs, fuses, hydrant wrenches, valve keys, handwheels, chain operators, special tools, and other spare parts required for maintenance. 12. Lubricant: Provide initial lubricant recommended by manufacturer in sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, start-up, and operation until final acceptance by OWNER. B. Fabrication and Manufacture: ' 1. General Requirements: a. Manufacture parts to U.S.A. standard sizes and gauges. ? } r SEPTEMBER 2018 , } 01600 - Page 4 of 9 PRODUCT REQUIREMENTS WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 b. Two or more items of the same type shall be identical, by the same manufacturer, and interchangeable. C. Design structural members for anticipated shock and vibratory loads. d. Use 1/4-inch minimum thickness for steel that will be submerged, wholly or partially, during normal operation. e. Modify standard products as necessary to meet performance specifications. C. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. 3. Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed that comply with requirements. 4. Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. 5. Available Products: Where Specifications include a list of names of both products and manufacturers, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 6. Available Manufacturers: Where Specifications include a list of manufacturers, provide a product by one of the manufacturers listed, or an unnamed manufacturer, that complies with requirements. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product. 7. Product Options: Where Specifications indicate that sizes, profiles, and dimensional requirements on Drawings are based on a specific product or system, provide the specified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system. 8. Basis -of -Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions in Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 9. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches ENGINEER'S sample. ENGINEER'S decision will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. 10. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, and textures" or a similar phrase, select a product that complies with other specified requirements. a. Standard Range: Where Specifications include the phrase "standard range of colors, patterns, textures" or similar phrase, ENGINEER will select color, pattern, density, or texture from manufacturer's product line that does not include premium items. b. Full Range: Where Specifications include the phrase "full range of colors, patterns, textures" or similar phrase, ENGINER will select color, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: ENGINEER will consider requests for substitution if received within 30 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of ENGINEER. B. Conditions: ENGINEER will consider CONTRACTOR'S request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, ENGINEER will return requests without action, except to record noncompliance with these requirements: SEPTEMBER 2018 01600 - Page 5 of 9 PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1. Requested substitution offers OWNER a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities OWNER must assume. OWNER'S additional responsibilities may include compensation to ENGINEER for redesign and evaluation services, increased cost of other construction by OWNER, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce indicated results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not adversely affect CONTRACTOR'S Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 2.3 COMPARABLE PRODUCTS A. Conditions: ENGINEER will consider CONTRACTOR'S request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, ENGINEER will return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents, which it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in l the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. 2.4 REUSE OF EXISTING MATERIAL A. Except as specifically indicated or specified, materials and equipment removed from existing facilities shall not be used in the completed Work. B. For materials and equipment designated for reuse in the Work: ril 1. Use special care in removal, handling, storage, and installation to ensure proper function in the completed Work. -I 2. Arrange for transportation, storage and handling of the products when offsite storage, restoration, or renovation. All costs associated with this work are the CONTRACTOR'S responsibility. PART 3 - EXECUTION 3.1 WORK IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS A. When the specification Section requires the Work to be accomplished in accordance with "manufacturer's instructions", obtain and distribute copies of such instructions to parties involved in the installation. Provide two copies to the Resident Project Representative and maintain one set at the Project site. B. Handle, install, connect, clean, condition and adjust products in strict accordance with the manufacturer's instructions and in conformity with the Contract Documents. Do not omit any preparatory step or installation procedures. In case of conflict between job conditions or Contract Documents with manufacturer's instructions notify Resident Project Representative. C. Upon completion of installation, obtain Certificate of Installation from manufacturer's representative. SEPTEMBER 2018 01600 - Page 6 of 9 r PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS 3.2 INSPECTION CIP 92502 A. Inspect products for signs of pitting, rust decay, or other deleterious effects of storage. Do not install products showing such effects. Remove damaged product from Project site and expedite delivery of identical new product. Delays to Work resulting from product damage, which necessitates procurement of new product, will be considered delays within r CONTRACTOR'S control. 3.3 INSTALLATION A. Drawings show general locations for product installation, unless specially dimensioned. B. No shimming between machined surfaces is allowed. C. Install Work in accordance with NECA Standard of Installation, unless otherwise specified. D. Recoat finish surfaces that are damaged prior to final acceptance of Work. E. Handle, install, connect, clean, condition, and adjust product in accordance with Contract Documents and manufacturer's instructions. F. Apply field coating in accordance with Contract Documents. SEPTEMBER 2018 01600 - Page 7 of 9 PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Advancement of c°n°" Technologylogy SUBSTITUTION REQUEST Technology (After the Bidding Phase) Project: Substitution Request Number: From: To: Date: A/E Project Number: Re: Contract For: Specification Title: Description: Section: Page: Article/Paragraph: Proposed Substitution: Manufacturer: Address: Phone: Trade Name: Model No.: Installer: Address: Phone: History: ❑ New product ❑ 2-5 years old ❑ 5-10 yrs old ❑ More than 10 years old Differences between proposed substitution and specified product: ❑ Point -by -point comparative data attached - REQUIRED BY ENGINEER Reason for not providing specified item: Similar Installation: Project: Engineer: Address: Owner: Date Installed: Proposed substitution affects other parts of Work: ❑ No ❑ Yes; explain FI a Savings to Owner for accepting substitution: ($ Proposed substitution changes Contract Time: ❑ No ❑Yes (Add1 iDeductl days. Supporting Data Attached: ❑ Drawings ❑ Product Data ❑ Samples ❑ Tests ❑ Reports ❑ r Copyright 1996, Construction Specification Page of September 1996 Institute CSI Form 13.1A I SEPTEMBER 2018 , 01600 - Page 8 of 9 PRODUCT REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SUBSTITUTION REQUEST (Continued) The Undersigned certifies: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become apparent are to be waived. • Proposed substitution does not affect dimensions and functional clearances. • Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the substitution. • Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects. Submitted by: Signed by: Firm: Address: Telephone: Attachments: A/E's REVIEW AND ACTION ❑ Substitution approved - Make submittals in accordance with Specification Section 01330. ❑ Substitution approved as noted - Make submittals in accordance with Specification Section 01330. ❑ Substitution rejected - Use specified materials. ❑ Substitution Request received too late - Use specified materials. Signed by: Date: Additional Comments: ❑ Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer ❑ A/E ❑ Copyright 1996, Construction Specification Page of Institute, 601 Madison Street, Alexandria, VA 22314-1791 01600 - Page 9 of 9 PRODUCT REQUIREMENTS September 1996 CSI Form 13.1A SEPTEMBER 2018 WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01700 EXECUTION REQUIREMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes general procedural requirements governing execution of the Work j including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Progress cleaning. 5. Starting and adjusting. 6. Protection of installed construction. 7. Correction of the Work. 8. Workmanship. 9. Firearms. 10. Handling materials not approved. 11. Salvaged material. 12. Archeological discoveries. 13. Endangered species. 14. Blasting and burning. 15. Pipe closure and buoyancy of structures. 16. OSHA Standards B. Related Sections include the following: 1. Section 01731 — Cutting and Patching -' 1.3 SUBMITTALS A. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. 1.4 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. PART 2 - EXECUTION 2.1 EXAMINATION A. Existing Conditions and Utilities: When appropriate, the existence and location of site improvements, underground and other utilities, and other construction indicated as existing are not guaranteed.' Before beginning work, investigate and verify the existence and location of existing utilities affecting the Work. 1. Before construction, verify the location and points of connection of utility services. 2. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; and underground electrical services. 3. Furnish location data for work related to Project that must be performed by public utilities serving Project site. SEMPTEMBER 2018 01700 - Page 1 of 5 I EXECUTION REQUIREMENTS 1 l i-_f t WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.2 PREPARATION A. Existing Utility Information: Furnish information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown ry diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to ENGINEER. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. 2.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the survey and existing benchmarks. If discrepancies are discovered, notify ENGINEER promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify ENGINEER when deviations from required lines and levels exceed allowable tolerances. C. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by ENGINEER. w,mil1:4 1�7 A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. M� Ik161104WA LoP►1 A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal construction activity. E. Tools and Equipment: Do not use tools or equipment that produces harmful noise levels. SEMPTEMBER 2018 01700 - Page 2 of 5 EXECUTION REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 I t F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. H. Joints: Joints shall be fit together in accordance with the manufacturer's recommended tolerances. 1. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 2.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint -use areas where more than one installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80°F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials I specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. H. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. j I. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 2.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturers written instructions for temperature and relative humidity. 2.8 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Section 01731 — Cutting and Patching. SEMPTEMBER 2018 01700 - Page 3 of 5 EXECUTION REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1. Repairing includes replacing defective or damaged parts and refinishing damaged surfaces. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. 2.9 HAZARDOUS ENVIRONMENT/CONFINED SPACE ENTRY PLANS A. CONTRACTOR shall develop and implement Hazardous Environment/Confined Space Entry Plans for this Project. Plans shall be submitted to the ENGINEER for record purposes prior to the pre -construction conference. Plans shall include all local, state and federal requirements for entrance to and working in hazardous environments and confined spaces and shall include a written safety plan for the Project. B. CONTRACTOR shall have a safety officer present at the jobsite whenever the CONTRACTOR'S activities require entering or working in a hazardous environment or confined space. 2.10 PLAN OF ACTION A. CONTRACTOR shall prepare a detailed, written plan of action (covering all shutdowns, material deliveries, confined space/hazardous environment entries, plant protection system, construction sequence for major facilities and modifications to existing facilities, trench/excavation protection, for review and coordination with the OWNER and ENGINEER at the pre -construction conference. The pre -construction conference will be held prior to beginning construction activities. 2.11 WORKMANSHIP A. Specifications contain detailed instructions and descriptions of the major items of construction and workmanship necessary for building and completing the various elements of the Project. The Specifications are intended to be written so that only first class workmanship and finish of the best grade and quality will result. The fact that these Specifications may fail to be so complete as to cover all details will not relieve the CONTRACTOR of full responsibility for providing a completed project of high quality, first class finish and appearance and satisfactory for operation, all within the apparent intent of the Plans and Specifications. 2.12 FIREARMS A. Neither the Contractor nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles. Any violation of this requirement will result in the permanent removal from the Project of the employee committing the violation. 2.13 HANDLING MATERIALS NOT APPROVED A. The CONTRACTOR shall remove from the site any materials found to be damaged, and any materials not meeting the specifications. These materials shall be removed promptly, unless the ENGINEER will accept the materials after repairing. Materials found to be damaged, or not acceptable to the ENGINEER, shall be removed. Examination before installation shall not relieve the CONTRACTOR from any responsibility to furnish good quality materials. 2.14 SURPLUS AND SALVAGED MATERIAL A. Surplus equipment or material, which is removed by the CONTRACTOR as specified in the Drawings and Specifications, shall become the property of the CONTRACTOR. The CONTRACTOR shall be responsible for the disposal of salvage material offsite. SEMPTEMBER 2018 01700 - Page 4 of 5 EXECUTION REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Equipment and material designated to be salvage shall be transported by the CONTRACTOR to a location as directed by the Resident Project Representative. 2.15 ARCHEOLOGICAL DISCOVERIES A. No activity, which may affect a State Archeological Landmark, is authorized until the OWNER has complied with provisions of the Antiquities Code of Texas. The OWNER has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the CONTRACTOR may encounter unanticipated cultural or archeological deposits during construction. B. In the event the Contractor discovers any artifacts, cultural materials, or suspected cultural remains during construction, the Contractor shall contact the ENGINEER immediately. Any construction in the immediate vicinity of the suspected cultural deposits shall cease until they can be examined. Contractor shall in no instance make contact with any parties other than those referenced above. Contractor shall only restart construction activities in the vicinity of the suspected cultural deposit upon receipt of written notice from the ENGINEER after the issues have been resolved. 2.16 ENDANGERED SPECIES A. No activity is authorized that is likely to jeopardize the continued existence, or a threatened, or endangered species as listed, or proposed for listing, under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. If a threatened or endangered species is encountered during construction, the CONTRACTOR shall immediately cease work in the area of the encounter and notify the Resident Project Representative. C. The CONTRACTOR shall not resume construction in the area of the encounter until authorized to do so by the Resident Project Representative. 2.17 BLASTING AND BURNING A. Explosives: Do not use explosives. B. Burning and Waste Disposal: Burying or burning waste materials on -site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. Trees and brush removed shall be shredded onsite with disposal off -site. A. At the end of each working day, the CONTRACTOR shall plug the ends of all exposed pipeline to prevent any material or objects from entering the pipeline. B. The CONTRACTOR shall anchor all pipelines and structures to prevent their flotation should rain occur prior to the completion of backfilling to proposed final grade. 2.19 OSHA STANDARDS A. All work performed under this Contract shall meet the applicable requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the CONTRACTOR to become familiar with the provisions of regulations published by OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the CONTRACTOR's responsibility to see that the Project is constructed in accordance with OSHA regulations and to indemnify and save harmless the OWNER from any penalties resulting from the CONTRACTOR's failure to so perform. END OF SECTION SEMPTEMBER 2018 01700 - Page 5 of 5 EXECUTION REQUIREMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01731 CUTTING AND PATCHING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes procedural requirements for cutting and patching. 1.3 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Products: List products to be used and firms or entities that will perform the Work. 3. Dates: Indicate when cutting and patching will be performed. 4. Utility Services and Mechanical/Electrical Systems: As applicable, list services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 5. ENGINEER'S Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 1.4 QUALITY ASSURANCE A. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load -carrying capacity, which results in reducing their capacity to perform as intended, or that result in increased maintenance or decreased operational life or safety. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in -place materials. IJ,T A914�10W;ki k 3.1 EXAMINATION A. The CONTRACTOR'S attention is directed to the fact that the existing facilities must be kept in service throughout the construction period and that no interruption will be permitted that adversely affects operation of the facilities. When permission is obtained from the OWNER, portions of the existing facilities may be taken out of service for short periods corresponding with periods of minimum flow. B. The CONTRACTOR shall make his own investigations and determine the nature of work involved in making the connections and modifications to existing facilities in the manner SEPTEMBER 2018 01731 - Page 1 of 3 CUTTING AND PATCHING WEST 50T" ST. PAVING IMPROVEMENTS--, CIP 92502 intended by the Plans. The CONTRACTOR shall then coordinate the items requiring interruptions with the OWNER, and proceed only when approval is obtained from the OWNER and within the time frame permitted by the OWNER. C. All work involved in making connections which will require that existing facilities be taken out of service shall be carefully planned and coordinated with both the ENGINEER and the OWNER so that "down time" of the existing facilities may be held to a minimum. On occasions when more than one parallel existing facility (basin, pump, pipeline, etc.) must be taken out of service for the purpose of making a connection, work shall proceed on a 24-hour schedule until the facilities are back in operation. D. Sequencing and coordination requirements are described elsewhere. E. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in -place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. D. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas, if applicable. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and rill patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. I B. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply ILJ with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. i } 3. Excavating and Backfilling: Comply with requirements in applicable Sections where- required by cutting and patching operations. 4. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in i other Sections. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. I L___, SEPTEMBER 2018 01731 - Page 2 of 3 CUTTING AND PATCHING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. D. The CONTRACTOR shall dewater and clean existing basins, pipelines and equipment as specified and, when necessary to complete the work, shall be the responsibility of the CONTRACTOR. No additional payment will be made for such work. E. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION SEPTEMBER 2018 01731 - Page 3 of 3 CUTTING AND PATCHING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01770 CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. iW110KII&18U-1 A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Inspection procedures. 2. Warranties. 3. Final cleaning. B. Related Sections include the following: 1. Section 01290 — Payment Procedures 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete in request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise OWNER of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. 5. Prepare and submit Project Record Documents, Final Completion construction photographs, damage or settlement surveys, and similar final record information. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by OWNER. Label with manufacturer's name and model number where applicable. 7. Terminate and remove temporary facilities from Project site. 8. Submit changeover information related to OWNER'S occupancy, use, operation, and maintenance. 9. Complete final cleaning requirements, including touchup painting. 10. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare the Certificate of Substantial Completion after inspection or will notify CONTRACTOR of items, either on CONTRACTOR'S list or additional items identified by ENGINEER, which must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following: 1. Submit a final Application for Payment according to Section 01290 — Payment Procedures for paragraph titled for "Application for Payment." 2. Submit certified copy of ENGINEER'S Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by ENGINEER. The SEPTEMBER 2018 01770 - Page 1 of 5 CLOSEOUT PROCEDURES WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. ENGINEER will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re -inspection: Request re -inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Preparation: Submit three copies of list. Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use Punch List similar to the form attached. 1. Organize list in sequential order as directed by OWNER'S Representative. 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of ENGINEER for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1 - inch paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Provide final cleaning. Conduct cleaning and waste -removal operations to comply ` with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each Project site, equipment, structures, buildings and related facilities. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, in areas disturbed by construction activities, of rubbish, waste material, litter, and other foreign substances. SEPTEMBER 2018 01770 - Page 2 of 5 CLOSEOUT PROCEDURES WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits.— C. Rake grounds that are neither planted nor paved to a smooth, even -textured t surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove debris and surface dust from limited access spaces, trenches, vaults, manholes, attics, and similar spaces. f. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. g. Replace parts subject to unusual operating conditions. r a C. Comply with safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from Project site and dispose of _ lawfully. 3.2 SUPPLEMENTS A. Punch List form included after "End of Section" is considered part of this Section. END OF SECTION E SEPTEMBER 2018 01770 - Page 3 of 5 CLOSEOUT PROCEDURES 4EST;ju... ST. PAv wiG IMPmuv *MEN CIP 92502 Project: Engineer: Owner: Site Visit Date: Contractor: Project No.: The following items require the attention of the Contractor for completion or correction. This list may not be all-inclusive, and the failure to include any items on this list does not alter the responsibility of the contractor to complete all Work in accordance with the Contract Documents. Item Location Description Correction/Completion Date Verification Engineer Check Signed By: Date: Copies: Owner, Engineer, Consultants, File SEPTEMBER 2018 01770 - Page 4 of 5 CLOSEOUT PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PAGE OF SEPTEMBER 2018 01770 - Page 5 of 5 CLOSEOUT PROCEDURES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 01781 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. 1.3 SUBMITTALS A. Record Drawings: Submit one set of marked -up Record Prints. B. Record Product Data: Submit one copy of each Product Data submittal. 2.1 RECORD DRAWINGS A. Record Prints: CONTRACTOR shall maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 3. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 4. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Format: Identify and date each Record Drawing; include the designation "PROJECT RECORD DRAWING' in a prominent location. 1. Include identification on cover sheets. 2. Identification: As follows: a. Date. b. Designation "PROJECT RECORD DRAWINGS." C. Name of ENGINEER. d. Name of CONTRACTOR. 2.2 MISCELLANEOUS RECORD SUBMITTALS € A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Prior to Substantial Completion, complete miscellaneous records and place in good order, properly identified and found or filed, ready for use and reference. Miscellaneous records include, but are not limited to, the following: SEPTEMBER 2018 01781 - Page 1 of 2 PROJECT RECORD DOCUMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1. Field records on underground construction and similar work. 2. Surveys showing locations and elevations of underground lines. 3. Inspections and certification of governing agencies. 4. Results of pressure testing of lines. 5. Final inspection and correction procedures. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: 1. Maintain one copy of each submittal during the construction period for Project Record Document purposes. 2. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. 3. Record State -Plane NAD83 GPS coordinates of all manholes, ends of plugged pipes, and any deviations from the plan locations on the Project Record Document. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for ENGINEER'S reference during normal working hours. END OF SECTION SEPTEMBER 2018 01781 - Page 2 of 2 PROJECT RECORD DOCUMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1 - 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 SUMMARY 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. B. Related Sections 1. Section 01576 —Waste Material Disposal. 2. Section 02300 — Earthwork. 3. Section 02317 — Excavation and Backfill for Structures. 1.3 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 - EXECUTION 2.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shown on the drawings or as approved by the Owner and Engineer. 2.2 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. f 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. - 5. Bench marks, monuments, and existing structures not designated to be removed. 2.3 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. SEPTEMBER 2018 -- 02221 - Page 1 of 2 REMOVING EXISTING PAVEMENTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 E. Remove sidewalks, curbs and gutters, and concrete paving 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. Remove and properly dispose of the existing asphalt pavement shown to be removed in the plans. Suitable existing flexible base shall be reincorporated into the proposed roadway structure. 2.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or Section 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. 2.5 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 SEPTEMBER 2018 02221 - Page 2 of 2 REMOVING EXISTING PAVEMENTS WEST 50TH ST. PAVING IMPROVEMENTS SECTION 02230 CIP 92502 SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies site clearing activities including trees and vegetation removal and root grubbing, tree protection, topsoil stripping and stockpiling, capping and removing utilities, i temporary erosion and sedimentation control measures, and removing minor above- and below -grade site improvements. B. This section does not include detailed tree protection and trimming, tree and root pruning, or tree relocation; grading, excavating, backfilling for earthwork and trenching; building and selective demolition; or landscaping. C. Related Sections include the following: 1. Section 01322 — Photographic Documentation 2. Section 01781 —Project Record Documents 3. Section 02300 — Earthwork 1.3 DEFINITIONS A. Interfering or Objectionable Material: Trash, rubbish, and junk; vegetation and other organic matter, whether alive, dead, or decaying. B. Clearing: Removal of interfering or objectionable material lying on or protruding above ground surface. C. Grubbing: Removal of vegetation and other organic matter, including stumps, buried logs, and roots greater than two-inch caliber to a depth as specified in the following paragraphs. D. Scalping: Removal of sod without removing more than upper 3-inches of topsoil. E. Stripping: Removal of topsoil remaining after applicable scalping is completed. F. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other non - soil materials. G. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. H. Project Limits: Areas, as shown or specified, within which work is to be performed. 1.4 MATERIAL OWNERSHIP A. Except for stripped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS A. Photographs or videotape, according to Section 01322 Photographic Documentation, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, according to Section 01781 Project Record Documents, identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. SEPTEMBER 2018 02230 - Page 1 of 4 SITE CLEARING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1.6 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. B. Salvageable Improvements: As applicable, carefully remove items indicated to be salvaged and store on Owner's premises where indicated. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. j PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Section 02300 — Earthwork. 1. Obtain approved borrow soil materials off -site when satisfactory soil materials are not available on -site. PART 3 - EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A. Storm Water Pollution Prevention Plan (SWP3): 1. CONTRACTOR shall obtain a permit to discharge storm water from the construction site from Texas Commission on Environmental Quality (TCEQ) in accordance with TPDES General Permit No. TXR150000 (Permit). 2. The CONTRACTOR shall comply with all requirements of the Permit, including the development of a SWP3, filling of the Notice of Intent (NOI) and Notice of Termination (NOT), record maintenance, and posting of the Permit. 3. Costs associated with obtaining and compliance with the Permit are the CONTRACTOR'S responsibility. 4. Submit a copy of the SWP3 and other pertinent TCEQ submittals to the ENGINEER and the OWNER two weeks prior to submitting to TCEQ. B. Temporary Erosion and Sedimentation Control: 1. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff to adjacent properties and walkways, according to a sediment and erosion control plan, specific to the site, which complies with the requirements of TCEQ, or EPA 832/R-92-005, or requirements of authorities having jurisdiction, whichever is more stringent. ; 2. The CONTRACTOR shall have the sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing and maintaining the erosion and sedimentation control system. 3. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. 1_ SEPTEMBER 2018 02230 - Page 2 of 4 SITE CLEARING f_i WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 4. Remove erosion and sedimentation controls and ' restore and stabilize areas disturbed during removal. 3.3 TREE PROTECTION A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete. 1. Do not store construction materials, debris, or excavated material within fenced area. 2. Do not permit vehicles, equipment, or foot traffic within fenced area. 3. Maintain fenced area free of weeds and trash. B. Do not excavate within tree protection zones, unless otherwise indicated. C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches in diameter with emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backfill with soil as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by ENGINEER. 1. Employ an arborist, licensed in jurisdiction where Project is located, to submit details of proposed repairs and to repair damage to trees and shrubs. 2. Replace trees that cannot be repaired and restored to full -growth status, as determined by ENGINEER. 3.4 UTILITIES A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. Arrange with utility companies to shut off indicated utilities. B. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. C. Excavate for and remove underground utilities as indicated to be removed. 3.5 LIMITS OF CLEARING A. As follows, but not to extend beyond Project limits shown on the Drawings. 1. Excavation, Excluding Trenches: 5 feet beyond top of cut slopes. 2. Trench Excavation: 4 feet from trench centerline, regardless of trench width. 3. Fill: a. Clearing and Grubbing: 5 feet beyond toe of permanent fill. b. Stripping: 2 feet beyond toe of permanent fill. 4. Roadways: Clearing and grubbing 20 feet from roadway centerline. 5. Overhead Utilities: Clearing and grubbing entire width of easements and rights -of -way. 6. Other Areas: As shown on drawings. B. Remove rubbish, trash and junk from entire area within Project limits. 3.6 BLASTING A. Explosives: Do not use explosives. 93VA 0 1=Ii1Wil 2[ A. Unless otherwise indicated, burning will only be allowed when the CONTRACTOR provides the I OWNER with copies of written authorization from all appropriate and responsible regulatory SEPTEMBER 2018 - 02230 - Page 3 of 4 SITE CLEARING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 agencies indicating that burning is acceptable. Said regulatory agencies may include, but not be limited to, State, City, County or local officials, fire marshals/chiefs, etc. 3.8 CLEARING AND GRUBBING �I A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction.- 1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remove roots, obstructions, and debris extending to a depth of 18 inches below exposed subgrade. h 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off -site. B. As required, fill depressions caused by clearing and grubbing operations with satisfactory soil I - material unless further excavation or earthwork is indicated. 1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. 3.9 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil and non -soil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Limit height of topsoil stockpiles to approximately 6 feet. 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. K._�il�>E�k���7 1� • • A. Remove existing above -grade and below -grade improvements as indicated and as1-1 necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1. Neatly saw -cut length of existing pavement to remain at the line of demolition before removing existing pavement. Saw -cut faces vertically. 2. Epoxy coat cut ends of steel reinforcement in concrete to remain to prevent corrosion. Mi>f<1. R-3ael'�1 A. Disposal: 1. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and i waste materials including trash and debris, and legally dispose of them off Owner's property. 2. Dispose of stockpiled waste materials within 30-days. 3. When requested by OWNER, provide copies of the landfill receipts for waste material disposal END OF SECTION t I SEPTEMBER 2018 02230 - Page 4 of 4 SITE CLEARING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02240 DEWATERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. i16►��PI�T_\i'� A. Section includes construction dewatering. B. Related Sections: 1. Section 02230 — Site Clearing 2. Section 02260 — Excavation Support and Protection 3. Section 02300 — Earthwork 4. Section 02317 — Excavation, Trenching, and Backfilling for Utilities 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. 1. Delegated Design: Design dewatering system, including comprehensive engineering analysis by a qualified professional engineer in the state where the Project is to be constructed, using performance requirements and design criteria indicated. 2. Continuously monitor and maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other means. 4. Accomplish dewatering without damaging existing buildings, structures, and site improvements adjacent to excavation. 5. Remove dewatering system when no longer required for construction. t 1.4 SUBMITTALS A. Action Submittal. Provide shop drawings for dewatering system. Show arrangement, locations, and details of wells and well points; locations of risers, headers, filters, pumps, power units, and discharge lines; and means of discharge, control of sediment, and disposal of water. B. Delegated -Design Submittal: For dewatering system indicated to comply with performance -° requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Informational submittals 1. Qualification Data: For qualified Installer, land surveyor and professional engineer as applicable. 2. Field quality -control reports. 3. Other Informational Submittals: a. Photographs or Videotape: Show existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations, if applicable. SEMPTEMBER 2018 02240 -1 of 3 DEWATERING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1.5 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer that has specialized in design of dewatering systems and dewatering work. B. Regulatory Requirements: Comply with governing notification regulations before beginning dewatering. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.6 PROJECT CONDITIONS A. Interruption of Existing Utilities: As applicable, do not interrupt any utility serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility according to requirements indicated: 1. Notify Engineer no fewer than two (2) days in advance of proposed interruption of utility. 2. Do not proceed with interruption of utility without ENGINEER's written permission. B. Survey Work: If applicable, engage a qualified land surveyor or professional engineer to survey adjacent existing buildings, structures, and site improvements, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining a surveyed elevations for comparison with original elevations. ENGINEER if changes in elevations occur or if cracks, sags, or evident in adjacent construction. PART 2 - EXECUTION 2.1 PREPARATION n accurate log of Promptly notify j other damage is i H A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area.-j 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities t } without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Provide temporary grading to facilitate dewatering and control of surface water. D. Monitor dewatering systems continuously. E. Promptly repair damages to adjacent facilities caused by dewatering. F. Protect and maintain temporary erosion and sedimentation controls, which are specified in Section 02230 — Site Clearing during dewatering operations. 2.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. 1. Space well points or wells at intervals required to provide sufficient dewatering. SEMPTEMBER 2018 t.. 02240 - 2 of 3 DEWATERING r WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2. Use filters or other means to prevent pumping of fine sands or silts from the subsurface. B. Before excavating below ground -water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed or until dewatering is no longer _. required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Unless otherwise specified in the Geotechnical Report, maintain piezometric water level a minimum of 24 inches below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having jurisdiction. F. Provide standby equipment on site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. 2.3 FIELD QUALITY CONTROL A. Observation Wells: When shown on Drawings, provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated; additional observation wells may be required by authorities having jurisdiction. 1. Observe and record daily elevation of ground water and piezometric water levels in observation wells. 2. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. In areas where observation wells are not functioning properly, suspend construction activities until reliable observations can be made. Add or remove water from observation -well risers to demonstrate that observation wells are functioning properly. 3. Fill observation wells, remove piezometers, and fill holes when dewatering is completed. B. Provide continual observation to ensure that subsurface soils are not being removed by the dewatering operation. END OF SECTION SEMPTEMBER 2018 02240 - 3 of 3 DEWATERING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes temporary excavation support and protection systems. i> �a4001C1i•/_1N, C$7:1 TO 1110:01i•I40NIIi�• A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Delegated Design: Design excavation support and protection system, including comprehensive engineering analysis by a qualified professional engineer, licensed to practice in the state where the Project will be constructed, using performance requirements and design criteria indicated. B. As a minimum, the Excavation Support and Protection Plan shall address the following items: 1. Provide details of shoring, bracing, sheet piling, soldier piles and lagging, tie backs, and other support systems and provisions for worker protection from hazards of caving ground. 2. Methods and sequencing of installing excavation support. 3. Proposed locations for excavated materials. 4. Minimum lateral distance from the crest of slopes for vehicles, equipment, and stockpiled materials. 5. Prevent surface water from entering excavations by grading, dikes, or other means. 6. Install excavation support and protection systems without damaging existing buildings, structures, and site improvements adjacent to excavation. 7. Monitor vibrations, settlements, and movements. 1.4 SUBMITTALS A. Delegated -Design Submittal: For excavation support and protection system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer, licensed to practice in the state where the Project is constructed, responsible for their preparation. A. Survey Work: Engage a qualified land surveyor or professional engineer to survey adjacent existing buildings, structures, and site improvements; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. END OF SECTION SEPTEMBER 2018 02260 - Page 1 of 1 EXCAVATION SUPPORT AND PROTECTION WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 SECTION 02300 EARTHWORK . PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. fWA 0 &1 N IT, IT, i-13'J A. This Section includes the following: 1. Preparing subgrades for roadways, structures, slabs -on -grade, and related facility work not specified elsewhere. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs -on -grade. 4. Subsurface drainage backfill for walls and trenches. B. Related Sections: 1. Section 01330 - Submittal Procedures 2. Section 02260 - Excavation and Support Protection 3. Section 02230 - Site Clearing 4. Section 02240 - Dewatering 5. Section 02317 - Excavation, Trenching and Backfilling for Utilities 6. Section 02320 - Utility Backfill Materials 7. Section 02510 - Hot Mix Asphalt Paving 8. Section 02525 - Miscellaneous Roadway Construction 1.3 REFERENCES A. Definitions. 1. Backfill: Soil material or controlled low -strength material used to fill an excavation. 2. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. 3. Completed Course: A course or layer that is ready for next layer or next phase of Work. 4. Drainage Course: Course supporting the slab -on -grade that also minimizes upward s capillary flow of pore water. 5. Earthwork: Includes excavation, fill and compaction, grading, and disposal of waste and surplus material. 6. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. a. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by ENGINEER. Authorized g additional excavation and replacement material will be paid for according to Contract provisions for unit prices. b. Bulk Excavation: Excavation more than 10 feet in width and more than 30 feet in length. c. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by ENGINEER. Unauthorized excavation, as well as remedial work directed by ENGINEER, shall be without additional compensation. 7. Prepared Ground Surface: Ground surface after completion of required demolition, clearing and grubbing, stripping of topsoil, excavation or fill to grade, and subgrade preparation. 8. Fill: Soil materials used to raise existing grades. 9. Lift: Loose (uncompacted) layer of material. 10. Optimum Moisture Content: Determined in accordance with ASTM Standard specified to determine maximum dry density for relative compaction. Determine field moisture content on basis of fraction passing 3/4-inch sieve. 11. Relative Compaction: Ratio, in percent, of as -compacted field dry density to laboratory maximum dry density as determined in accordance with ASTM D698 and ASTM SEPTEMBER 2018 02300 - Page 1 of 10 �,_ EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 D1557. Apply corrections for oversize material to either as -compacted field dry density t or maximum dry density, as determined by ENGINEER. 12. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: a. Excavation of Footings, Trenches, and Pits: Late -model, track -mounted t hydraulic excavator; equipped with a 42-inch- wide, maximum, short -tip -radius rock bucket; rated at not less than 138-hp flywheel power with bucket -curling force of not less than 28,090 Ibf and stick -crowd force of not less than 18,650 Ibf; measured according to SAE J-1179. b. Bulk Excavation: Late -model, track -mounted loader; rated at not less than 210- hp flywheel power and developing a minimum of 48,510-Ibf breakout force with a general-purpose bare bucket; measured according to SAE J-732. 13. Structures: 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. 14. Subgrade: Surface or elevation remaining after completing excavation, or top surface -' of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. 15. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. B. Well -Graded: A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. C. Reference Standards. 1. ASTM International: a. D448 — Standard Method Classification for sizes of Aggregate for Road and Bridge construction. b. D698 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,499 ft-lb.ft3 (600 kN-m/m3)) c. D2487 — Standard Method Classification of Soils for Engineering Purposes (Unified Soil Classification system) d. D2922 — Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) IJ 2. American Association of State Highways and Transportation Officials (AASHTO): a. M288 — Geotextile Specification for Highway Application 3. Texas Department of Transportation: Standard Specifications for Construction of Highways, Streets and Bridges. (TxDOT). _a a. TxDOT Item 216 "Proof Rolling" 1.4 SUBMITTALS A. All submittals shall be in accordance with Section 01330. B. Product Data: For the following: 1. Geotextile, if specified on Drawings. ) 2. Controlled low -strength material, including design mixture. C. Samples: 12-by-12-inch Sample of subdrainage and/or separation geotextile. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on -site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 or D 1557 for each on -site and borrow soil material proposed for fill and backfill as specified on the drawings. 3. Designated submittals for materials per Section 02320 — Utility Backfill Materials. E. Pre -excavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including finish surfaces, which might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. SEPTEMBER 2018 02300 - Page 2 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS 1.5 PROJECT CONDITIONS CIP 92502 A. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted in writing by ENGINEER and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities as indicated to be removed. Coordinate with utility companies to shut off services if lines are active. C. Weather Limitations: 1. Material excavated when frozen or when air temperature is less than 320 F shall not be used as fill or backfill until material completely thaws. 2. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. PART 2 - MATERIALS AND PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory soils are defined in Paragraphs 2.2 through 2.4. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. 2. Depending on the plasticity index (PI) and liquid limits (LL) Soil Classification Groups GC and SC may be used. A. Select fill shall consist of soil materials with sufficient plastic fines to minimize water transmission. The select fill should be free of organics and other deleterious materials and should have a maximum particle size no greater than 2 inches. The select fill should meet the USCS classification of either SC (clayey-san), GC (clayey -gravel) or CL(clay of low plasticity, lean clay). Select fill derived from the site must be tested in accordance with Paragraph 2.9 of this Section, and then approved by the Engineer before use as select fill. Imported select fill materials must be tested, and then approved by the Engineer before use as select fill. B. Select fill shall have a liquid limit of 30 or less; plasticity index between 5 and 15. 2.3 SITE FILL A. Refer to drawings for areas and applications in which placement of site fill is allowable. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Material shall have a liquid limit of 45 or less; plasticity index between 5 and 20; and gradation approximately the limits indicated in Table No. 5. Table No.1 Site Fill Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 SEPTEMBER 2018 02300 - Page 3 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 1.5 PROJECT CONDITIONS A. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted in writing by ENGINEER and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify ENGINEER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. 3. Contact utility -locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities as indicated to be removed. Coordinate with utility companies to shut off services if lines are active. C. Weather Limitations: 1. Material excavated when frozen or when air temperature is less than 320 F shall not be used as fill or backfill until material completely thaws. 2. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. PART 2 - MATERIALS AND PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory soils are defined in Paragraphs 2.2 through 2.4. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. 2. Depending on the plasticity index (PI) and liquid limits (LL) Soil Classification Groups GC and SC may be used. 2.2 SELECT FILL A. Select fill shall consist of soil materials with sufficient plastic fines to minimize water transmission. The select fill should be free of organics and other deleterious materials and should have a maximum particle size no greater than 2 inches. The select fill should meet the USCS classification of either SC (clayey-san), GC (clayey -gravel) or CL(clay of low plasticity, lean clay). Select fill derived from the site must be tested in accordance with Paragraph 2.9 of this Section, and then approved by the Engineer before use as select fill. Imported select fill materials must be tested, and then approved by the Engineer before use as select fill. B. Select fill shall have a liquid limit of 30 or less; plasticity index between 5 and 15. A. Refer to drawings for areas and applications in which placement of site fill is allowable. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Material shall have a liquid limit of 45 or less; plasticity index between 5 and 20; and gradation approximately the limits indicated in Table No. 5. Table No. 1 Site Fill Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 SEPTEMBER 2018 02300 - Page 3 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 2.4 TOP SOIL A. Material shall be natural friable loam; free of subsoil, roots, grasses, and excessive amount of weeds, stone, and foreign matter. B. Material shall have a acidity range (pH) between 5.5 to 7.5; an organic matter content between 4 to 25 percent in accordance with ASTM D2974; and a gradation complying with Table No. 6. Table No. 2 Top Soil Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 2.5 UNCLASSIFIED EXCAVATION A. All material excavated from site not meeting the requirements for materials specified above 2.6 FLEXIBLE BASE A. Flexible base shall conform to TxDOT Item 247 Grade 1 standard, with a plasticity index of 5-12. Materials that meet the latest City of Lubbock Public Works Engineering Minimum Design Standards and Specifications for Item 8.8.02 Flexible Base (Caliche) will be allowed in lieu of TxDOT Item 247. Materials that meet the gradation requirements for TxDOT Item 247 Grade 3 will not be allowed. 2.7 DRAINAGE COURSE AND FILTER MATERIAL A. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse -aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. B. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse -aggregate grading Size 67; with 100 percent passing a 1 inch sieve and 0 to 5 percent passing a No. 4 sieve. f111MCIx911*411114 A. Subsurface Drainage Geotextile: When shown on Drawings, provide non -woven needle - punched geotextile, manufactured for subsurface drainage applications, made from polyolefin or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 157 Ibf; ASTM D 4632. 3. Sewn Seam Strength: 142 lbf; ASTM D 4632. 4. Tear Strength: 56 Ibf; ASTM D 4533. 5. Puncture Strength: 56 Ibf; ASTM D 4833. 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.2 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. B. Separation Geotextile: If shown on the Drawings, provide woven geotextile fabric, manufactured for separation applications, made from polyolefin or polyesters; with elongation less than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 247 Ibf; ASTM D 4632. 3. Sewn Seam Strength: 222 Ibf; ASTM D 4632. 4. Tear Strength: 90 Ibf; ASTM D 4533. 5. Puncture Strength: 90 Ibf; ASTM D 4833. 6. Apparent Opening Size: No. 60 sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. SEPTEMBER 2018 02300 -Page 4 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS 2.9 MATERIAL QUALITY CONTROL CIP 92502 A. Sampling of material stockpiles and material sources shall be in accordance with ASTM D75. B. Determine Minus 200-Mesh Sieve Test in accordance with ASTM D1140. C. Determine optimum soil moisture content in accordance with ASTM D698. D. Perform gradation analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate, natural gravel, crushed stone for foundation, sand, select fill, impervious clay fill, earth fill, and topsoil. E. Perform abrasion testing in accordance with ASTM C131 or ASTM C535. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. F. Soundness testing in accordance with ASTM C88. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. G. Deleterious materials determination in accordance with ASTM C40, C117, and C142. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation H. Determine liquid limit and plasticity index in accordance with ASTM D4318. 1. Sand for particles passing No. 8 sieve, select fill, impervious clay fill, and earth fill. I. Determine pH of topsoil in accordance with ASTM D2974. J. Determine permeability (hydraulic gradient) in accordance with ASTM D5084 and percent dispersion in accordance with ASTM D4221 of impervious clay fill materials. 2.10 CONTAMINATION TESTING AND CERTIFICATION A. When materials are suspected of contamination, the CONTRACTOR shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite borrow material samples in accordance applicable federal, state and local regulations. B. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on Project. 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. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Section 02230 — Site Clearing. C. Protect and maintain erosion and sedimentation controls, which are specified in Section 02230 — Site Clearing, during earthwork operations. D. Provide excavation support and protection in accordance with Section 02260 — Excavation Support and Protection. E. Excavation, trenching, and backfilling work for utilities shall be accomplished in accordance with Section 02320 — Excavation, Trenching and Backfilling for Utilities. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. SEPTEMBER 2018 _ 02300 - Page 5 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage I ditches. 2. Where shown on the drawings, install a dewatering system, specified in Section 02240 — Dewatering, to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXPLOSIVES A. No explosives of any kind will be allowed on site at any time. 3.4 EXCAVATION, GENERAL A. Excavations shall be observed by the Geotechnical Engineer to make sure that the proper I bearing material has been reached. The excavations shall be checked for size and observed by the Geotechnical Engineer to make sure that loose material has been removed prior to concrete placement. t B. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the i Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials _ and rock, replace with satisfactory soil materials from an approved quarry. Submit quarry test results to ENGINEER for approval prior to use. _ 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: g a. 24 inches outside of concrete forms other than at footings. b. 12 inches outside of concrete forms at footings. c. 6 inches outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches beneath bottom of concrete slabs on grade. 3.5 EXCAVATION FOR STRUCTURES A. Excavate to specified elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. Submit quarry test results to ENGINEER for approval prior to use. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. Refer to Drawings for treatment of subgrade, the addition of a concrete seal slab, installation of vapor barrier, or other work required prior to placement of footings and foundations. 2. Pile Foundations: Stop excavations 6 to 12 inches above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch. Do not disturb bottom of excavations intended as bearing surfaces. B. Undercutting: 1. When objectionable material not suitable for foundation or subgrade material is present in locations for subgrade or foundation construction, as determined by ENGINEER, undercut material to the depth and extent as directed and backfill with suitable material. 2. Place fill material in uniform layers and compact as specified for soil backfill and fills. 3. Dispose of undercut materials off -site. SEPTEMBER 2018 02300 - Page 6 of 10 EARTHWORK f WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 3.6 SUBGRADE PREPARATION AND INSPECTION A. Notify ENGINEER when excavations have reached required subgrade. B. If ENGINEER determines that unsatisfactory soil is�present, continue excavation and replace with compacted backfill or fill material as directed. C. Subgrade shall be prepared and meet the requirements of the latest City of Lubbock Public Works Engineering Minimum Design Standards and Specifications for Item 8.8.01 Subgrade. D. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by ENGINEER, without additional compensation. 3.7 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by ENGINEER. Fill unauthorized excavations under other construction or utility pipe as directed by ENGINEER. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile borrows soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 2. Confine stockpiles to within easements, right-of-way, and approved areas. Do not obstruct roads or streets. 3.9 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following work as applicable: 1. Construction below finish grade including, where applicable, subdrainage, damp proofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 8. Leakage tests for structures. B. Place backfill on subgrades free of mud, frost, snow, or ice. A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use select or granular fill, unless otherwise shown on Drawings. 4. Under building slabs, use select, fill, unless otherwise shown on drawings. C. Place soil fills on subgrades free of mud, frost, snow, or ice. �- SEPTEMBER 2018 02300 -Page 7 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 3.11 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content, if not specified on the Drawings or in the Geotechnical Report. 1. Do not place backfill or fill soil 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. Do not allow the moisture content in the subgrade and layers below the slab base to fall below the optimum moisture content. B. Vapor Barrier: Place polyethylene sheeting below the concrete slabs. If the subgrade _ underlying the vapor barrier contains sharp or angled particles, then a layer of cushion sand (1 to 2-inches thick) should be placed in contact with the sheet to provide protection against puncture. Note that the elevation and thickness of the slab shall not be changed to adjust for the layer of cushion sand. f 3.12 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil 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. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D 698, if not specified on the Drawings: 1. For all excavations, backfills, or embankments, 95 percent. D. Avoid over compaction of the subgrade and any other layers of backfill or fill soil. 3.13 GRADING A. General: Uniformly grade areas to a smooth surface, free of 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: Slope grades to direct water away from buildings and to prevent ponding.. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1-inch. j 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. 3.14 SUBSURFACE DRAINAGE A. When shown on the Drawings, provide subsurface drainage in accordance with the following paragraphs. B. Sub -drainage Pipe: Specified in Section 02240 — Dewatering. C. Subsurface Drain: Place subsurface drainage geotextile around perimeter of sub -drainage trench. Place a 6 inch course of filter material on subsurface drainage geotextile to support sub -drainage pipe. Encase sub -drainage pipe in a minimum of 12 inches of filter material, placed in compacted layers 6 inches thick, and wrap in subsurface drainage geotextile, overlapping sides and ends at least 6 inches. Compact each filter material layer with a minimum of two passes of a plate -type vibratory compactor. D. Drainage Backfill: Place and compact filter material over subsurface drain, in width indicated, to within 12 inches of final subgrade, in compacted layers 6 inches thick. Overlay drainage SEPTEMBER 2018 02300 - Page 8 of 10 { ' EARTHWORK j WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 backfill with one layer of subsurface drainage geotextile, overlapping sides and ends at least 6 inches. 1. Compact each filter material layer with a minimum of two passes of a plate -type vibratory compactor. 2. As shown on the Drawings, place and compact impervious fill over drainage backfill in 6 inch thick compacted layers to final subgrade. 3.15 DRAINAGE COURSE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast -in -place concrete slabs -on -grade as follows: 1. Install sub -drainage geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place drainage course 6-inches or less in compacted thickness in a single layer. 3. Place drainage course that exceeds 6-inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6-inches thick or less than 3 inches thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. -- - 3.16 FIELD QUALITY CONTROL A. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. B. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be _ performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by ENGINEER. C. Testing agency will test compaction in accordance with ASTM D 2922 and moisture content in accordance with ASTM of soils. Tests for both compaction and moisture content will be performed at the following locations and frequencies: 1. Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2500 sq. ft., but in no case fewer than 2 tests at each layer. 2. Foundation Wall Backfill: At each compacted backfill layer, at least 1 test for each 100 feet or less of wall length, but no fewer than 2 tests. 3. Pavement Areas: For subgrade, flexible caliche base, and at each compacted fill or backfill layer, at least 1 test for every 5,000 sq. ft. 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; re -compact and retest until specified compaction is obtained. 3.17 PROTECTION �. A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specify tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by ENGINEER; reshape and re -compact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. i SEPTEMBER 2018 02300 -Page 9 of 10 EARTHWORK WEST 50TH ST. PAVINGIMPROVEMENTS CIP 92502 3.18 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. END OF SECTION SEPTEMBER 2018 02300 - Page 10 of 10 EARTHWORK WEST 50TH ST. PAVING IMPROVEMENTS SECTION 02317 CIP 92502 EXCAVATION AND BACKFILL FOR UTILITIES .= PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specifications Sections, apply to this section. 1.2 SUMMARY A. Related Sections: 1. Section 01330 — Submittal Procedures 2. Section 01400 — Quality Requirements 3. Section 01500 —Temporary Facilities and Controls 4. Section 01570 — Maintenance and Control of Traffic 5. Section 02260 — Excavation Support and Protection 6. Section 02300 — Earthwork 7. Section 02318 — Borrow 8. Section 02320 — Utility Backfill Materials 1.3 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. ` F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. H. Ground Water Control Systems: Installations external to trench, such as well points, eductors, or deep wells. Ground water control includes dewatering to lower ground water, intercepting seepage which would otherwise emerge from side or bottom of trench excavation, and depressurization to prevent failure or heaving of excavation bottom. Seepage: Water intrusion from groundwater into an excavation or trench via the sidewalls and floor of the excavation or trench such that sidewall material and excavated floor material are not displaced by hydraulic pressure or flow, and the flow rate of groundwater intrusion is such that the excavation or trench will accumulate more than a 3-inch depth in the floor of the excavation or trench in a 24-hour period if not removed by pumping, bailing or other methods, or not intercepted by an external groundwater dewatering system. SEPTEMBER 2018 02317 — Page 1 of 8 EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 J. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. K. Excavation Drainage: Removal of surface water in trench by sump pumping or other._ approved means. L. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. M. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. N. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. O. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. P. Trench Safety Systems include both protective systems and shoring systems as defined in Section 02260 — Excavation Support and Protection. Q. Trench Shield (Trench Box): A portable worker safety structure moved along the trench as work proceeds, used as a protective system and designed to withstand forces imposed on it by cave-in, thereby protecting persons within the trench. Trench shields may be stacked if so designed or placed in a series depending on depth and length of excavation to be protected. R. Shoring System: A structure that supports sides of an excavation to maintain stable soil conditions and prevent cave-ins, or to prevent movement of the ground affecting adjacent installations or improvements. 1.4 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12400 ft-Ibf/ft3 (600 kN-m/m3)) C. ASTM D 1556 - Test Method for Density in Place by the Sand -Cone Method. D. ASTM D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3(2,700 kN-m/m3)) E. ASTM D 2487 - Classification of Soils for Engineering Purposes. SEPTEMBER 2018 02317 — Page 2 of 8 EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 ( F. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). G. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). H. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. I. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. J. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. K. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.5 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.6 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other pre -manufactured systems while assuring specified compaction against undisturbed soil. C. Submit a ground and surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 — Utility Backfill Materials. E. Submit record of location of utility as installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed utility. F. Submit all field density tests of trench backfill. G. Submit laboratory density compaction curves for each material to be used as backfill. ill i1111*10 A. Perform backfill material source qualification testing in accordance with requirements of Section 02320 — Utility Backfill Materials. B. Perform field density tests of trench backfill representative of each 500 linear feet of trench and each one -foot of lift thickness. C. Once within pavement subgrade perform at least one test at subgrade and at each compacted layer for every 5000 sf or less of paved areas, but in no case fewer than three tests in the prepared area. D. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. SEPTEMBER 2018 02317—Page3of8 "' EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PART 2 - PRODUCTS 2.1 EQUIPMENT i A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. r-, B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate r cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native y soil. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 — Utility Backfill Materials. PART 3 - EXECUTION 3.1 PREPARATION A. Establish traffic control to conform with requirements of Section 01570 — Maintenance and Control of Traffic. B. Perform work to conform with applicable safety standards and regulations. Employ a trench safety system as specified in Section 02260 — Excavation Support and Protection. pill C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform with requirements of Section 02221 - Removing Existing Pavements. E. ` Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto.Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect trees, shrubs, lawns, existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing i structures either above or below ground; in such instances hand methods shall be employed. ` D. Contractor shall protect and support above -grade and below -grade utilities which are to remain. I E. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the - Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. F. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to { pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures or potholes occur, repair, re -compact, and pave those areas at no additional cost to Owner. SEPTEMBER 2018 02317 — Page 4 of 8 EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 G. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. Coordinate vertical separation requirements with the utility owners and any other special construction considerations. Notify the Engineer of required changes in the vertical profile shown on the Drawings prior to constructing these changes. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. In situations where benching of trench is required for lowering excavator below grade, minimum bench width should be 22'-0" to allow the excavator to make a 900 pivot unless Contractor chooses to "walk" the excavator on a ramp into and out of the trench. C. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. D. Blasting will not be permitted on this project. E. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In park and roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. In rangeland and cultivated farm land, topsoil shall be considered to be the uppermost three feet of soil, or less if a calcium carbonate caliche layer is encountered at less than three-foot depth. Depth of topsoil may vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. F. Use sufficient trench width or benches above the embedment zone for installation of well point headers or manifolds and pumps where depth of trench makes it uneconomical or impractical to pump from the surface elevation. Provide sufficient space between shoring cross braces to permit equipment operations and handling of forms, pipe, embedment and backfill, and other materials. G. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. H. Shoring of Trench Walls. 1. Install Special Shoring in advance of trench excavation or simultaneously with the trench excavation, so that the soils within the full height of the trench excavation walls will remain laterally supported at all times. 2. For all types of shoring, support trench walls in the pipe embedment zone throughout the installation. Provide trench wall supports sufficiently tight to prevent washing the trench wall soil out from behind the trench wall support. 3. Unless otherwise directed by the Engineer, leave sheeting driven into or below the pipe embedment zone in place to preclude loss of support of foundation and embedment materials. Leave rangers, walers, and braces in place as long as required to support sheeting, which has been cut off, and the trench wall in the vicinity of the pipe zone. 4. Employ special methods for maintaining the integrity of embedment or foundation material. Before moving supports, place and compact embedment to sufficient depths to provide protection of pipe and stability of trench walls. As supports are moved, finish placing and compacting embedment. 5. If sheeting or other shoring is used below top of the pipe embedment zone, do not disturb pipe foundation and embedment materials by subsequent removal. Maximum thickness of removable sheeting extending into the embedment zone shall be the equivalent of a 1-inch-thick steel plate. Fill voids left on removal of supports with compacted backfill material. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as - required by the Drawings and Specifications. The Contractor is entirely responsible for SEPTEMBER 2018 02317 — Page 5 of 8 EXCAVATION AND BACKFILL FOR UTILITIES 4 WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 assuring that trenches are adequately supported to protect both his workmen and the public. Use of Trench Shields. When a trench shield (trench box) is used as a worker safety device, the following requirements apply: _ 1. Make trench excavations of sufficient width to allow shield to be lifted or pulled freely, without damage to the trench sidewalls. 2. Move trench shields so that pipe, and backfill materials, after placement and compaction, are not damaged nor disturbed, nor the degree of compaction reduced. 3. When required, place, spread, and compact pipe foundation and bedding materials beneath the shield. For backfill above bedding, lift the shield as each layer of backfill is placed and spread. Place and compact backfill materials against undisturbed trench walls and foundation. 4. Maintain trench shield in position to allow sampling and testing to be performed in a safe manner. 5. Contractor shall provide trench shield for Owner's tests within the trench as required in paragraph 3.11.B. 6. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the Drawings and Specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public., A. Use only excavated materials which are suitable as defined in this Section and conforming with Section 02320 — Utility Backfill Materials. Place material suitable for backfilling in stockpiles at a distance from the trench to prevent slides or cave-ins. ' B. When required, provide additional backfill material conforming with requirements of Section t 02318 — Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 —Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. Ell 3.5 GROUNDWATER CONTROL A. Implement ground water control to provide a stable trench to allow installation in accordance with the Specifications. 3.6 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the j' t trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. D. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. 3.7 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. SEPTEMBER 2018 02317 - Page 6 of 8 EXCAVATION AND BACKFILL FOR UTILITIES - WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Place embedment including bedding, haunching, and initial backfill as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing and side support when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. Perform placement and compaction directly against the undisturbed soils in the trench sidewalls, or against sheeting which is to remain in place. D. Do not place trench shields or shoring within height of the embedment zone unless means to maintain the density of compacted embedment material are used. If moveable supports are used in embedment zone, lift the supports incrementally to allow placement and compaction of the material against undisturbed soil. E. Do not damage coatings or wrappings of pipes during backfilling and compacting operations. When embedding coated or wrapped pipes, do not use crushed stone or other sharp, angular aggregates. F. Place haunching material manually around the pipe and compact it to provide uniform bearing and side support. If necessary, hold small -diameter or lightweight pipe in place with sand bags or other suitable means during compaction of haunch areas and placement beside the pipe. Remove sandbags and other suitable means prior to backfilling where these items are located. G. Shovel in -place and compact embedment material using pneumatic tampers in restricted areas, and vibratory -plate compactors or engine -powered jumping jacks in unrestricted areas. Compact each lift before proceeding with placement of next lift. Water tamping and water jetting are not allowed. 3.8 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. Maximum allowed open trench is limited to 200 feet unless otherwise approved by the Owner. Maximum unrepaired (` pavement surface shall be limited to 4 city blocks (approximately 2,640 feet), where a "block" is taken as the maximum dimension of 660 feet. B. Where damage to completed pipe installation work is likely to result from withdrawal of sheeting, leave the sheeting in place. Cut off sheeting 1.5 feet or more above the crown of the pipe. Remove trench supports within 5 feet from the ground surface. C. Place trench zone backfill in maximum 6" lifts and compact by methods selected by the Contractor to achieve required compaction. Fully compact each .lift before placement of the next lift. D. In unpaved streets and alleys or in agricultural or cultivated areas, backfill shall be compacted to a minimum of 90% Modified Proctor Density per ASTM D1557. E. In paved streets, alleys or proposed paving, backfill shall be compacted to a minimum of 95% Modified Proctor Density per ASTM D1557. F. Flowable fill may be substituted for compacted backfill. G. Water jetting will not be allowed. 3.9 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures. 3.10 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 — Utility Backfill Materials. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional SEPTEMBER 2018 02317 — Page 7 of 8 EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. D. At least three tests for moisture -density relationships will be performed initially for backfill materials in accordance with ASTM D 1557. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of compacted pipe foundation, embedment and trench zone backfill soil materials will be performed according to ASTM D 1556, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 500 linear feet of compacted trench zone backfill material for each 12 inches of backfill. 2. Density tests will be distributed among the placement areas. Placement areas are: foundation, bedding, haunching, initial backfill and trench zone. 3. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 4. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 5. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 6. Re -compacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, re -compact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. G. Acceptability of crushed rock compaction will be determined by inspection. 3.11 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal END OF SECTION SEPTEMBER 2018 02317 — Page 8 of 8 EXCAVATION AND BACKFILL FOR UTILITIES WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02318 BORROW PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 specification sections apply to this section. B. Related Sections include the following: 1. Section 01330 — Submittal Procedures 2. Section 02300 — Earthwork. 3. Section 02317 — Excavating, Trenching, and Backfilling for Utilities. 1.2 SUMMARY 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 Engineer. 1.3 REFERENCES A. ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates B. ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils C. ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3) D. ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve E. ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method F. ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) G. ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) H. ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) 1. ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.4 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavating, Trenching and - Backfilling for Utilities. 1.5 SUBMITTALS i- A. Conform to requirements of Section 01330 — Submittal Procedures. B. 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. Materials shall comply with the requirements of Section 02300 — Earthwork. SEPTEMBER 2018 - 02318 - Page 1 of 2 BORROW WEST 50TH ST. PAVING IMPROVEMENTS f CIP 92502 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. 4. Borrow from an existing playa lake. If this playa lake is located within the Lubbock ETJ a cut and fill plan will be required and must be approved prior to any excavation. E. Contractor shall notify Engineer 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. 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. END OF SECTION SEPTEMBER 2018 02318 - Page 2 of 2 BORROW WEST 50- ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02320 UTILITY BACKFILL MATERIALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section of the specifications covers materials related to the backfill of utilities. Included are the following: 1. "Concrete" sand. 2. Crushed rock. 3. Pea gravel. 4. Fine crushed rock. 5. Backfill materials. 6. Cement stabilized sand. 7. Flowable fill. 8. Cement stabilized backfill. 9. Lean concrete backfill. 10. Native soil materials. 11. Topsoil. B. Related Sections: 1. Section 01330 — Submittal Procedures. 2. Section 02300 — Earthwork. 3. Section 02317 — Excavation, Trenching and Backhlling for Utilities. 4. Section 02318 — Borrow. 1.3 DEFINITIONS A. Refer to Section 02317 — Excavation, Trenching and Backfilling for Utilities. 1.4 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. B. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. C. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. I D. ASTM C 131 - Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. ° F. s ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12400 ft-Ibf/ft3 (600 kN-m/m3)) H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. I. ASTM D 1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3(2,700 kN-m/m3)) J. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). K. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). L. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. - SEPTEMBER 2018 02320 - Page 1 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 M. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. N. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. O. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) P. TxDOT Tex-106-E - Test Method - Methods of Calculating Plasticity Index of Soils. Q. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. 1.5 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.1, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.6 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2 - PRODUCTS 2.1 MATERIALS A. "Concrete" Sand 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 B. Crushed Rock 1. Durable crushed rock or recycled concrete 9 rmrintinn- Standard Crushed Rock Aggregate Cumulative Percent Retained (by weight) Retained on 1" Sieve 0 Retained on 1/2" Sieve 0-20 SEPTEMBER 2018 02320 - Page 2 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Retained on 3/8" Sieve 30-50 Retained on No. 4 Sieve 90-100 Retained on No. 8 Sieve 95-100 C. Pea Gravel 1. Pea gravel shall be free of waste, trash, debris, organic material, unstable material, or other non -gravel matter. 2. Pea gravel shall be graded within the following limits: SIEVE PERCENT PASSING '/2" 100 3/8" 85 to 100 No. 4 10 to 30 No. 8 0 to 10 No. 16 0 to 5 3. May be unwashed 4. Free from significant silt clay or unsuitable materials 5. Percentage of wear not more than 40 percent per ASTM C131 or C535 6. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 D. Fine Crushed Rock 1. Durable crushed rock 2. Meets the gradation of ASTM D448 size numbers 8 or 89 3. May be unwashed 4. Free from significant silt clay or unsuitable materials. j 5. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 6. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 E. Acceptable Backfill Material 1. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 2. Free from deleterious materials, boulders over 6 inches in size and organics 3. Can be placed free from voids 4. Must have 20 percent passing the number 200 sieve F. Blended Backfill Material 1. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 2. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material 3. Free from deleterious materials, boulders over 6 inches in size and organics 4. Must have 20 percent passing the number 200 sieve G. Unacceptable Backfill Material 1. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 H. Select Fill 1. Select Fill shall meet the requirements of Section 02300 — Earthwork. I. Cement Stabilized Sand (CSS) 1. Sand or silty sand 2. Free of clay or plastic material 3. Minimum of 4 percent cement content of Type 1/II Portland cement E 4. 100 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 5. 200 to 250 psi compressive strength at 23 days in accordance with ASTMD1633, Method A SEPTEMBER 2018 02320 - Page 3 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 6. Mix in a stationary pug mill, weigh -batch or continuous mixing plant Flowable Fill 1. Flowable fill shall consist of a mixture of Portland cement, pea gravel and sand with a cement content of 1-1/2 sacks per cubic yard. a. Utility ditches in existing paved streets shall be backfilled with compacted native material or flowable fill from the top of the embedment material to the paving surface as specified in the current City of Lubbock Excavation Right -of -Way Manual. b. Alternatively, flowable fill can be used for full depth backfill in all utility ditches within the right-of-way. c. Maximum unconfined compressive strength no greater than 150 psi measured at 28 days. 1) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Use of concrete in place of flowable fill is not acceptable, and if used in place of flowable fill shall be removed by the Contractor at their expense. K. Cement Stabilized Backfill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = 0.6 to 0.75 with slump not to exceed three (3) inches. 3. Maximum aggregate size shall not exceed 1.5-inch diameter for backfilling pipe sizes 48 inches and greater in diameter. 4. Maximum aggregate size shall not exceed one -inch diameter for backfilling pipe sizes less than 48 inches in diameter. L. Lean Concrete Backfill 1. Cement content 4 sack mix per cubic yard. 2. Water/cement ratio = 0.53. M. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 3 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. N. Topsoil 1. Topsoil shall meet the requirements of Section 02300 — Earthwork. 2. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Utilities of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non -paved areas. O. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location provided it meets the requirements of paragraph 2.1 E. P. Where cuttings or spoil from excavation operations have been mixed with carrier fluids that contain additives (such as those by Baroid Drilling Fluids, Cetco, Cross Tech, Federal Summit Drilling Fluids, Kem-Tron, Parchem, Polymer Drilling Systems, Wyo-Ben, and others), such cuttings or spoil shall be considered as unsuitable for backfill and shall not be used for backfill. Where cuttings or spoil have been mixed with water only, such cuttings or spoil may be used for backfill provided the material's water content can be satisfactorily reduced to optimum and specified compaction density can be achieved. A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed materials from current production representing material to be delivered. Tests shall verify that the materials SEPTEMBER 2018 02320 - Page 4 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No.200 sieve. 2. Plasticity of material passing the No. 40 sieve. t_ 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 - EXECUTION t 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. In open fields, the top 2 feet of excavated material shall be windrowed and saved for use as topsoil. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe -= and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. D. Pea gravel shall be consolidated upon placement by using rodding or pneumatic vibratory methods. Shovel slicing shall be used as necessary to ensure filling of voids, filling around and under haunches of pipe and filling of spaces. 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: SEPTEMBER 2018 02320 - Page 5 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 a. Sources including borrow pits, production plants and Contractor's designated off - site stockpiles. b. On -site stockpiles. c. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 02320 SEPTEMBER 2018 02320 - Page 6 of 6 UTILITY BACKFILL MATERIALS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02326 PIPE JACKING, BORING, OR TUNNELING PART 1 - GENERAL fiaMV:4W-A": 4011001011U&l: 4i'11& A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides for pipe installation by jacking, boring, directional boring or drilling, or by tunneling. B. Related Sections: 1. Section 02260 - Excavation Support and Protection 2. Section 02300 - Earthwork 3. Section 02317 - Excavation, Trenching and Backfilling for Utilities 4. Section 02320 - Utility Backfill Materials 5. Section 02349 - Installation of Carrier Pipe in Casing 6. Section 03360 - Contact Grouting 1.3 REFERENCES AND DEFINITIONS A. References: 1. ASTM International (ASTM): a. A 36 Specification for Carbon Structural Steel b. A 139 Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS 4 and Over) C. A 307 Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength d. A 449 Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use e. A 760 Specification for Corrugate Steel Pipe, Metallic -Coated for Sewers and Drains f. C 76 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe g. C 150 Specification for Portland Cement h. C 869 Specification for Foaming Agents Used in Making Performed Foam for Cellular Concrete B. Definitions: i 1. Auger Boring: A technique for forming a bore from a drive pit to a reception pit, by - means of a rotating cutting head. Spoil is removed back to the drive pit by helically wound auger flights rotating in a steel casing pipe. 2. Bentonite: Colloidal clay sold under various trade names that form slick slurry or gel when water is added. Also known as driller mud. 3. Carrier Pipe: The tube that carries the product being transported and which may go through casings at highways and railroad crossing. It may be made of steel, concrete, clay, plastic, ductile iron, or other materials. 4. Casing: A pipe used to line bore holes through which a pipe(s) called carrier pipes or ducts are installed. 5. Directional Drilling: A steerable system for the installation of pipes, conduits and cables in a shallow arc using a surface launched drilling rig. 6. D Bore: An drilling or rod pushing system not employingdrillin fluid in the process. Dry Y 9 P 9 Y 9 7. Pipe Jacking: A system of directly installing pipes behind a shield machine by hydraulic jacking from a drive shaft such that the pipes form a continuous string in the ground. 8. Trenchless Technology: Techniques for utility line installation, replacement, rehabilitation, renovation, repair, inspection, location and leak detection, with minimum excavation from the ground surface. SEPTEMBER 2018 02326 -1 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50.. ST. PAVING IMPROVEMENTS CIP 92502 9. Tunneling: A construction method of excavating an opening beneath the ground without continuous disturbance of the ground surface and of large enough diameter to allow individuals access and erection of a ground support system at the location of material excavation. 1.4 PERFORMANCE REQUIREMENTS A. General Performance: 1. Carrier Pipe: Lateral or vertical variation in pipe's final position from the established Drawing line and grade shall not exceed 1-inch per 10-feet, provided such variation shall be regular, only in one direction, and the final grade of the flow line shall be in the direction indicated on the Drawings. 2. Structural Performance: Specified casing pipe thickness based upon the superimposed loads and not upon loads which may be placed on the pipe resulting from jacking operations. Provide increased strength required to withstand jacking loads. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and manufacture instructions for casing pipe, carrier pipe, spacers, liner plates, and associated components as applicable. B. Shop Drawings: For bulkheads, access manholes, overall assembly, and related work as applicable. Include plans, elevations, sections, details, and attachments to other work. C. Design Mixes: Concrete, grout, and flowable fill as applicable. D. Qualification Data: For qualified Installer. E. Welding certificates. F. Material Certificates: For each type of product indicated, from manufacturer. G. Minutes of pre -installation conference. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code — Steel. C. Pre -installation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Construction Method: Unless otherwise specifically designated, CONTRACTOR may select jacking, boring, tunneling, or trenchless construction method to be employed. Water lines shall be maintained at a uniform grade throughout trenchless construction. B. Permit: 1. The CONTRACTOR shall be responsible to provide the documentation to the appropriate jurisdiction and obtain the required permits for designated jacking, boring, and tunneling operations shown on the Drawings. 2. For those areas where CONTRACTOR proposes to use jacking, boring, tunneling, or trenchless excavation operations in lieu of open cut, it shall be the responsibility of the CONTRACTOR to prepare documentation, obtain approval and required permits. C. Operation Restrictions: Conduct operations so as not to interfere with, interrupt, or endanger surface and activity thereon. 1. Minimize subsidence of surface, structures, and utilities above and in vicinity of operations. 2. Support ground continuously to prevent loss of ground and keep perimeters stable. 3. Be responsible for settlement resulting from operations. SEPTEMBER 2018 02326 - 2 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 4. Repair and restore damaged property to its condition before being disturbed at no cost to the OWNER. 5. Provide 48-hour notice prior to commencement of any jacking, boring, tunneling, or trenchless operations. D. Compliance: Comply with applicable ordinances, codes, statutes, rules, and regulations of the jurisdictional agency, the affected Railroad, TxDOT, and municipal, state and federal governmental agencies. E. Additional Criteria for Work around Railroad Property: 1. Do not schedule work until submittals and insurance approval received from Railroad and ENGINEER and permit, if applicable, has been obtained. 2. Provide any additional insurance required by the Railroad or other jurisdiction agency. 3. Comply with AREMA and other Railroad requirements prior to commencing Work. 4. Obtain required Railroad safety training for operators performing Work within Railroad right-of-way, the required flagman, and work authorization from the Railroad. All costs associated with these activities shall be the CONTRACTOR'S responsibility. 5. Place safety, precautionary, and protective devices and services required before Work proceeds. F. Safety Requirements: 1. Provide flagman, barricades, lights, warning signs, ventilation, air quality monitoring, and other safety devices and equipment required to ensure the safety of personnel entering area, especially tunneling operations, safeguard traffic and pedestrians. 2. Establish procedure to logging personnel working within the bore or tunnel shaft, if applicable. 3. Compliance with requirements of Section 2260 — Excavation Support and Protection. 4. Compliance with OSHA 29CFR 1926, and applicable criteria of ANSI A10.16-1995 (R2001) "Safety Requirements for Tunnels, Shafts, and Caissons." 2.1 MATERIALS A. General: 1. Material of construction of casing pipe shall be as designated on the Drawings or as required by the jurisdictional agency for type of service. 2. Material of construction for the carrier pipe shall be as designated on the Drawings. 3. Carrier pipe shall be placed inside a casing pipe where foundation conditions (presence of boulders, rubble, or rock) make the direct trenchless installation of the carrier pipe impractical. A casing pipe may also be used if the carrier pipe or conduit is not by itself suitable for trenchless installation. B. Tunnel Liner Plate 1. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 2. Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: a. Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. 3. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO HB-17. 4. Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 5. Bolts and nuts shall be galvanized to conform to ASTM A153. ( 6. Where groundwater is encountered gasketed liner plates shall be used. 7. Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 8. Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 9. The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. 10. Minimum thickness of Tunnel Liner Plate shall be as follows in conformance with product recommendations. SEPTEMBER 2018 02326 - 3 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 11. Casing Insulators a. Casing insulators shall be used for this project in accordance with Section 02349 —Installation of Carrier Pipe in Casing or Tunnel Liner Plate. C. Steel Casing 1. Steel Pipe: a. Smooth walled steel pipe conforming to ASTM A139, Grade B; 35,000 psi minimum yield strength. b. Minimum inside diameter shall be at least 2-pipe sizes larger than maximum outside diameter of carrier pipe, including bells or joints, or as otherwise noted in the plans. C. Minimum wall thickness shall be 3/8-inch for 24-inch diameter and smaller; 1/2- inch 48-inch diameter and smaller, but larger than 24-inch; and 5/8-inch for 66- inch and smaller, but larger than 48-inch. d. Joints: butt -welded, lap welded, or welded using butt straps in the field. Each end of the casing for butt -welding shall be prepared by providing a 1/4-inch by 45-degree chamfer on the outside edges. e. The exterior of the casing pipe shall have a bituminous coating in conformance with AWWA C203. D. Casing Spacers: 1. Factory manufactured casing spacers shall be installed on all carrier pipes passing through a casing pipe. Wooden skids will not be allowed as an alternative. 2. Bolt -on style with a shell made of at least two halves, having band material manufactured of minimum 14 gauge hot rolled pickled steel or T-304 stainless steel, and 10 gauge risers. 3. Steel Band and risers shall have a copolymer -based thermoplastic coating finish, 10- 15 mil thickness. 4. Spacer 8-inch wide carrier pipe size 24-inch and smaller, 12-inch wide 26-inch and larger. 5. Hardware; T-304 for stainless bands, or electro-plated for steel bands. 6. Liner, EDPM, 0.090-inch thicken, hardness Durometer "A" 85-90, Dielectric strength 60,000 VPM, and water adsorption of 1 % maximum. 7. Runners, 1-inch or 2-inch wide, glass filled polymer plastic. 8. Available Manufacturers: a. Advance Products & Systems, Inc. b. Cascade Waterworks Mfg. C. Pipeline Seal & Insulator Inc. E. Casing End Seals: 1. Manufactured of 1/8-inch thick neoprene rubber, attached using 1/2-inch wide T304 stainless steel bandings 100% non-magnetic worm gear mechanism. 2. Configuration may be pull -on end molded, wrap around with self -curing mastic sealing strips, or zipper configuration. 3. Available Manufacturers: a. Advance Products & Systems, Inc. b. Cascade Waterworks Mfg. C. Pipeline Seal & Insulator Inc. F. Grout: 1. See Section 03360 Contact Grouting G. Flowable Fill: 1. Flowable fill shall be in accordance with Section 02320 — Utility Backfill Materials. H. Cellular Concrete Backfill: 1. Concrete: ASTM C150, Type 11. 2. Foaming agents conform to ASTM C 869. 3. Water: Clean, free of organic and other impurities. 4. Minimum 7 and 28 day compressive strength of 300 and 500 psi. SEPTEMBER 2018 02326 - 4 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1. Annular Sand Backfill: Sand for the annular space shall be clean and 100% shall pass a Standard no. 30 sieve. J. Miscellaneous Items: 1. Surface Settlement Markers: a. Within bituminous pavement areas: "p.k." nails. b. Within nonpaved areas: Wooden nails. C. Within concrete surfaces: Paint. 2. Grout Connections: Provide two-inch grout connection regularly spaced at 5-foot centers, alternating at 30 degrees from plumb each side of the vertical centerline. - 3. Bulkheads and Access Manholes: Requirements shall be as shown on the Drawings. 10-12 9 191 ffl*4*TIII 011, t. 3.1 GENERAL A. Unless soil borings in the immediate vicinity of the work area are available, CONTRACTOR i shall investigate,the existing soils and subsurface conditions so the appropriate equipment is provided to counter conditions, which can cause delay such as groundwater, running sand, boulders, or other subsurface conditions. 3.2 CONSTRUCTION BY JACKING A. Construct suitable pits or trenches at the jacking and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nearer the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of Section 2300 — Earthwork and Section 02317 — Excavation, Trenching and Backfilling for Utilities. B. All open pits and trenches shall be braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of Section 2260 — Excavation Support and Protection. C. Place pipe on guides for supporting pipe to be jacked and to direct it for proper alignment and grade. Embankment material shall be excavated just ahead of the pipe, removed through the pipe, and the pipe forced through the opening provided. D. Excavation for the underside of the pipe, for at least one-third (1/3) of the pipe circumference, shall conform to the contour and grade of the pipe. Excavation for the top half of the pipe shall conform closely to the outside diameter and a clearance greater than 2 inches shall not be permitted. Preferably pipe shall be jacked from the low or downstream end. E. All voids between the pipe and the earth shall be filled with grout. See Section 03360 — Contact Grouting F. Prepare bottom of pits as pipeline foundations in accordance with Section 02317 — Excavation, Trenching and Backfilling for Utilities. Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). G. Any pipe that cannot be repaired to its original condition or is damaged during jacking operations shall be removed and replaced at CONTRACTOR'S expense. 3.3 CONSTRUCTION BY BORING A. Construct suitable pits or trenches at the boring and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nearer the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of Section 2300 — Earthwork and Section 02317 — Excavation, Trenching and Backfilling for Utilities. B. All open pits and trenches shall be braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of Section 2260 — Excavation Support and Protection. SEPTEMBER 2018 02326 - 5 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. The hole shall be bored mechanically with a suitable boring assemble designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. The boring shall be accomplished using either a pilot hole method or a dry hole method. 1. Pilot Hole Method: Bore approximately a 2-inch pilot hole the entire length of the crossing and confirm line and grade. The pilot hole shall serve as the centerline for the larger diameter hole to be bored. 2. Dry Hole Method: Advance casing pipe as augers through the casing pipe remove the soil. Bentonite may be used as a lubricant. D. All voids between the pipe and the earth shall be filled with grout. See Section 03360 — Contact Grouting E. Prepare bottom of pits and pipeline foundations in accordance with Section 02317 — Excavation, Trenching and Backfilling for Utilities. Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). F. Any pipe that cannot be repaired to its original condition or is damaged during boring operations shall be removed and replaced at CONTRACTOR'S expense. 3.4 CARRIER PIPE INSTALLATION A. Installation: 1. Install carrier pipe to establish lines and grades. 2. Carrier pipe joints within the casing pipe shall be of the restrained type in accordance with applicable pipe specifications. If applicable, exterior and interior joints of the carrier pipe shall be mortar coated and lined in the field as installation progresses. 3. For cast iron or ductile iron, encase pipe in polyethylene in accordance with applicable pipe section. 4. Install casing spacers by placing at each end of the casino pipe and at 6 to 8 feet intervals, and in accordance with manufacturer instructions. There shall be at least two spacers installed on each pipe section. 5. Seal ends of casing and carrier pipe using neoprene casing end seals and stainless steel bands. If overlap seal is employed, bond together the overlapping surfaces with permanent sealing adhesive. B. Testing: Hydrostatic testing of the carrier pipe shall be completed prior to the filling of the annular space between the casing and carrier pipe. Testing shall be accomplished in accordance with the applicable pipe section. C. Grout Annular Space between Carrier Pipe and Casing Pipe per Section 03360 — Contact Grouting. D. Supports: Carrier pipe shall be supported to the quarter point by a concrete cradle across the boring or jacking pit to the first joint in the ditch section at each end. E. Additional Pipes or Conduits: Where more than one pipe or conduit, such as irrigation or communication/electrical cables or conduits, in addition to the primary carrier pipe, is shown inside the casing, they shall be bundled and attached to special multiple pipe cluster type spacers as a unit in the quadrant shown on the Drawings. 3.5 CONSTRUTION BY GUIDED BORING OR DIRECTIONAL DRILLING A. Guided boring or directional drilling shall be accomplished according to the standards in "Trenchless Technology Guidelines" published by International Society of Trenchless Technology. 3.6 CONSTRUCTION BY TUNNELING A. The tunnel shall be excavated in such a manner and to dimensions necessary to permit placement of supports for excavation. Adequate provisions shall be made for the safety, health, and protection of workers. All equipment operated in tunnel shall be powered by air or electricity. No equipment shall be permitted in tunnel powered by petroleum -based fuel. B. Tunnel dimensions shown on Drawings are minimum dimensions. Any excess excavation r and subsequent backfill, concrete or grout fill shall be at the expense of the CONTRACTOR. SEPTEMBER 2018 02326 - 6 of 7 I PIPE JACKING, BORING, OR TUNNELING �_ r WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. Provide lighting and ventilation, quick removal of gasses and dust form operations, and means for removal of spoils from the excavations. D. Provide suitable steel or timber sheeting, shoring and bracing in accordance with Section 02260 Excavation Support and Protection. When installation is complete and with approval of ENGINEER, supports may be left in place, provided they clear the encasement or carrier pipe. No separate payment shall be made for supports left in place. E. If the tunnel is to be lined with concrete as a monolithic structure, then the overbreak, if any or voids shall be poured with 4,000 psi concrete. F. Install carrier pipe in tunnel to established line and grade and grout as specified in Section 03360 — Contact Grout 3.7 CATHODIC PROTECTION A. Unless otherwise specified, provide cathodic protection consisting of a 17-pound high potential magnesium anode at each end where steel casing pipe is installed. 3.8 GROUTING A. General 1. The Contractor shall use contact grouting to completely fill the void space outside the jacking, bored or tunneled pipe, or casing/tunnel liner plate caused by the trenchless operations (including the overcut), and any voids caused or encountered during the trenchless construction. 2. See Section 03360 — Contact Grouting B. Water line, small -diameter sewer (up to 18") and waste activated sludge lines: 1. Do not grout annular space between carrier pipe and casing/liner. 3.9 FIELD QUALITY CONTROL A. Grade and Alignment. Provide field survey data confirming grade and alignment conforms to values shown on the Drawings and within limits of specified in this Section. B. Provide test data for materials used in installing casing and carrier pipe, such as grout, concrete, flowable fill, cellular concrete fill, and sand used to fill annular space between carrier pipe and casing. C. Provide settlement measurements. During construction, make observations of settlement markers at regular intervals of roadway and railroad tracks. Record and provide information. END OF SECTION SEPTEMBER 2018 02326 - 7 of 7 PIPE JACKING, BORING, OR TUNNELING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02349 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Related Specification Sections include, but are not necessarily limited to: 1. Section 01330 — Submittal Procedures 2. Section 02260 — Excavation Support and Protection 3. Section 02317 — Excavation, Trenching and Backfilling for Utilities 4. Section 02320 — Utility Backfill Materials 5. Section 02326 — Pipe Jacking, Boring, or Tunneling 6. Section 03360 — Contact Grouting 1.3 REFERENCES A. Definitions 1. 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 2. 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in or [50 mm] Cube Specimens). 3. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. 4. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 1.4 SUBMITTALS A. Submittals shall be in accordance with Section 01330. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Casing Isolators/Spacers a. Material Data 2. Grout Mix a. Material Data B. Shop Drawings 1. Required for 16-inch and larger pipe installations SEPTEMBER 2018 02349 - Page 1 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2. Submit Work Plan describing the carrier pipe installation equipment, materials and construction methods to be employed. 3. Casing Spacers/Isolators a. Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case -by - case basis. c. For consideration of alternate method, submit a detailed description of method including details. 4. End seal or bulkhead designs and locations for casing/liners. 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Proportions 2) Admixtures including: a) Manufacturer's literature b) Laboratory test data verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout . Data for these requirements shall be derived from trial batches from an approved testing laboratory. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout to be pumped for each application and reach grouted. g. For pipe installations greater than 36-inches, without hold down jacks or a restrained spacer, provide buoyant force calculations during grouting and measures to prevent flotation. 1) Calculations sealed by a licensed Engineer in the State of Texas. h. Description of methods and devices to prevent buckling of carrier pipe during grouting of annular space, if required 1.6 QUALITY ASSURANCE A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. PART 2 - PRODUCTS 2.1 MATERIALS A. Manufacturers 1. The water line shall be new and the Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials SEPTEMBER 2018 02349 - Page 2 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Carrier pipe shall be installed within the horizontal and vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions required. Diameter Material Specification inches Reference Water Line 8-inch through PVC 02665 18-inch 2. Grout of annular space a. For water line carrier pipe less than 18-inch diameter: 1) No annular space fill will be used. 2) Casing end treatments shall be in accordance with this section. 3. Grout Mixes a. Low Density Cellular Grout (LDCC) shall be in accordance with Section 03360 — Contact Grouting 4. End Seals a. All end seals shall comply with Section 02326, 2.1.E of the Specifications. 5. Casing Spacers/Insulators a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). b. Casing Spacers/Isolators material and properties: 1) Shall be minimum 14 gage 2) For water pipe, utilize Stainless Steel. 3) For sewer pipe, utilize Coated Steel. 4) Suitable for supporting weight of carrier pipe without deformation or collapse during installation 5) Spacer width shall be 8 inches for pipe diameters 24 inches and smaller, 12 inches for pipe diameters 26 inches and larger. c. Provide restrained -style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component from one another and from the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. f. Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure -molded glass reinforced polymer or UHMW with: a) For 8 inch wide spacers runners shall have a minimum width of 1 inch and a minimum length of 7 inches, for 12 inch wide spacers runners shall have a minimum width of 2 inches and a minimum length of 11 inches. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting filler. h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of carrier pipe bells or couplings and the inside of the casing liner surface. SEPTEMBER 2018 02349 - Page 3 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE WEST 50TH ST. PAVING IMPROVEMENTS PART 3 - EXECUTION CIP 92502 3.1 INSTALLATION A. General 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by Engineer to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 2. The carrier pipe shall be installed within the casings or liners between the limits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. B. Control of Line and Grade 1. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) t 2 inches from design line b. Vertical 1) t1 inch from design grade 2. Check line and grade set up prior to beginning carrier pipe installation. 3. Perform survey checks of line -and -grade of carrier pipe during installation operations. 4. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe 1. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. h. The carrier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 3. Insulator Spacing SEPTEMBER 2018 02349 - Page 4 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 KW% a. Maximum distance between spacers is to be 6 feet. b. For ductile -iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the spigot into the bell. 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. c. If hold down jacks or casing spacers are used, seal or plug the ends of the casing. d. If steel pipe is used and not welded prior to installation in casing/liner, welding of pipe will only be allowed after grouting of annular space is complete. D. Installation of End Seals 1. Grout annular space between carrier pipe and casing as indicated in this Specification. E. Annular Space Grouting 1. Prepare pipe as necessary to prevent the pipe from floating during grouting operation as necessary. 2. Mixing of Grout a. Mix material in equipment of sufficient size to provide the desired amount of grout material for each stage in a single operation. 1 } The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 03360 — Contact Grouting. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. FIELD [oR] SITE QUALITY CONTROL A. Reports and Records required for pipe installations greater than 30-inches and longer than 100 feet. 1. Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 02349 - Page 5 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE SEPTEMBER 2018 WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. B. Grout Strength Tests 1. Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. 2. Perform field sampling during annular space grouting. a. Collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not less than 1 set for each grouting shift. b. Perform 24-hour and 28-day compressive strength tests per ASTM C39 (cylindrical specimens) or ASTM C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction END OF SECTION 02349 SEPTEMBER 2018 02349 - Page 6 of 6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02510 HOT MIX ASPHALT PAVING I t PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Surface course, consisting of compacted mixture of coarse and fine aggregates and asphaltic material, placed on stabilized base in conformity with lines, grades, compacted thickness and typical cross sections shown. 1.3 REFERENCES: A. Standard Specifications for Streets and Drainage Construction, City of Lubbock Design J_' Standards and Specifications. I B. Reference Standards 1. ASTM International (ASTM) 3 a. ASTM C88 — Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate b. ASTM D242 — Standard Specification for Mineral Filler for Bituminous Paving Mixtures c. ASTM D5361 — Standard Practice for Sampling Compacted Bituminous Mixtures for Laboratory Testing. 2. Texas Department of Transportation (TxDOT) a. Tex-206-F — Compacting Specimens Using the Texas Gyratory Compactor b. Tex-217-F — Determining Deleterious Material and Decantation Test for Coarse Aggregates c. Tex-460-A Part I — Determining Crushed Face Particle Count C. Related Sections: 1. 01330 — Submittal Procedures 2. 01400 — Quality Requirements 3. 02300 — Earthwork 4. 02318 — Borrow 1.4 SUBMITTALS: A. Procedures for Submittals: Section 01330 — Submittal Requirements. B. Certified weight tickets shall be submitted with each delivery of asphaltic concrete to the work site. C. Contractor shall submit design mixtures, including additive modifiers, for review and approval at least 30 days before any asphaltic pavement is placed. The design mixes shall be prepared by a certified independent testing laboratory employed and paid by the Contractor. D. Material Test Report 1. Specific gravity test of asphalt 2. Coarse aggregate tests [ , 3. Fine aggregate tests 4. Bituminous mixture tests - 5. Pavement course thickness 6. Pavement course 7. Pavement course in -place density tests 8. Pavement course lab molded density tests SEPTEMBER 2018 02510 - Page 1 of 5 HOT MIX ASPHALT PAVING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1 1.5 DELIVERY, STORAGE AND HANDLING: A. Asphaltic concrete material shall be hauled in tight trucks previously cleaned of all dirt and foreign material with the load completely covered by canvas. B. All material shall be delivered so that material can be placed and rolled during daylight hours. 1.6 DELIVERY, STORAGE AND HANDLING: A. Asphaltic concrete shall not be placed when the ambient temperature is below 55 degrees F and is falling. B. Asphaltic concrete may be mixed and placed when the ambient temperature is above 50 degrees F and rising. PART 2 - PRODUCTS 2.1 AGGREGATES A. Coarse Aggregate 1. Coarse aggregate must be approved by the Engineer and must be on the TxDOT source rating catalog. 2. Coarse aggregate shall be material retained on the No. 4 sieve, and shall consist of clean, tough, durable fragments of crush stone or crushed gravel of uniform quality. Mixing or combining crushed stone or crushed gravel will not be permitted. 3. Coarse aggregate shall be crushed to the extent that produces a minimum of 80% crushed faces when tested in accordance with Test Method Tex-460-A Part I. 4. Decantation shall be a maximum of 1.5 percent when tested in accordance with Tex- 217-F. 5. Deleterious materials shall be a maximum of 2.0 percent when tested in accordance with Tex-217-F. 6. Coarse aggregate shall have a maximum loss of 25% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test, ASTM C88. 7. Organic matter, clays, loams, or particles coated therewith, or other undesirable material shall not exceed 1.5 percent. B. Fine Aggregate 1. Fine aggregate shall be material passing the No. 4 sieve and shall consist of sand and/or screenings. The plasticity index of the screenings shall not exceed 9. 2. Sand shall be composed of durable stone particles free from injurious foreign matter. Screenings shall be of the same or similar material as specified coarse aggregate. 3. A maximum of 15% of the total virgin aggregate may be field sand or other crushed fine aggregate. 4. Sand which exhibits no variation in particle size shall constitute no more than 7 percent of the total virgin aggregate. C. Mineral Filler 1. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, Portland cement or other material dust approved by the Engineer. The mineral filler I shall be free of foreign or injurious matter and shall meet the following gradation: a. Passing No. 8 Sieve —100% b. Passing No. 200 Sieve — 55 to 100% 2.2 ASPHALT A. Asphalt shall be Performance Grade (PG) 64-28 or better. B. The Contractor shall notify the Engineer of the source for asphaltic material for approval prior to production of the asphaltic mixture. 1. The Contractor shall notify the Engineer of any changes to the asphalt supplier or source. 2. The Engineer may require a new mix design if changes to the asphalt supplier or source occur. SEPTEMBER 2018 02510 - Page 2 of 5 HOT MIX ASPHALT PAVING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 3. The optimum asphalt content shall be determined by test method Tex-204-F. 4. The asphalt content shall not vary more than t0.3 percent from the determined optimum content during mixture production. a. If asphalt content falls outside these parameters production shall cease immediately and all affected material shall be removed. b. Production shall not resume until the Contractor has demonstrated to the Engineer that the issue has been corrected. 2.3 PRIME COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade MC-30. 2.4 TACK COAT: A. Asphaltic Materials: TxDOT Item 300, "Asphalts, Oils and Emulsions". B. Provide grade AC-10. 2.5 EMULSIFIED ASPHALT SEALER A. Emulsified asphalt sealer shall consist of a 15/85 mixture of MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. 2.6 HOT MIX ASPHALTIC CONCRETE MIX DESIGN A. The asphaltic concrete surface course shall be plant mixed, hot laid Type C (Coarse Graded Surface Course) meeting the requirements of TxDOT Item 340 — Dense -Graded Hot -Mix Asphalt (Method). B. The Contractor shall provide a current HMAC mix design using the approved materials indicating gradation and optimum asphalt content. C. The mix design shall have a lab molded density of 96.5 percent using the Texas Gyratory compaction method, Tex-206-F. D. Mineral aggregate shall not contain more than 0.5 percent moisture prior to entering the pugmill for mixing with asphalt E. HMAC shall consist of a uniform mixture of mineral aggregate and asphalt material. 2.7 REFLECTORIZED PAVEMENT MARKINGS A. Materials: TxDOT Item 666, "Reflectorized Pavement Markings" B. Provide Type II 2.8 PREFABRICATED PAVEMENT MARKINGS A. Materials: TxDOT Item 668, "Prefabricated Pavement Markings" PART 3 - EXECUTION 3.1 PRIME COAT: A. Apply with an approved sprayer. Prime coat shall be applied at a rate of 0.20 gallons per square yard as shown on contract drawings over compacted flexible base and shall be cured for 48 hours minimum. 3.2 TACK COAT: A. Apply with approved sprayer. Thoroughly clean pavement surface and apply tack coat at a rate of 0.05 to 0.15 gallons per square yard of pavement contact surface. B. Mopping or brooming of tack coat is not allowed C. Minimum thickness shall be no less than 2 mil. Thickness. SEPTEMBER 2018 02510 - Page 3 of 5 HOT MIX ASPHALT PAVING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 D. All contact surfaces shall be sprayed with a uniform tack coat. 3.3 LAYING: A. HMAC paving shall only be laid upon an approved flexible base course as described in Section 02300 — Earthwork or a flowable fill trench cap. B. Placement: Haul the asphaltic concrete mixture, which has been heated and prepared as specified, to the project in tight vehicles previously cleaned of foreign material. The mixture shall be at a temperature between 265 degrees Fahrenheit and 325 degrees Fahrenheit when laid. Spread the material into place with approved mechanical finishing machine of screening or tamping type. Use a tire or track -mounted finish machine capable of maintaining uniform grade WITHIN SPECIFIED TOLERANCES while placing directly on the flexible base course. C. Surface course shall have a minimum thickness of 2 inches, unless indicated otherwise on the plans. No tolerance or payment adjustment for a thickness less than 2 inches will be allowed. No additional payment will be made for thickness greater than 2 inches. 3.4 LAYING IN RESTRICTED AREAS: A. If use of a paver is impractical, asphalt surface courses may be spread and finished by hand. Use wood or steel forms, rigidly supported to assure correct grade and cross section. Carefully place materials to avoid segregation of the mix. Broadcasting the material will not be permitted. Any lumps that do not break down readily shall be removed. Place asphalt courses in the same sequence as if placed by machine. 3.5 ROLLING: A. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. B. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing 10 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least one-half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until further compression cannot be contained and all rolling marks are eliminated. C. Use a tandem roller for the final rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been completed. 3.6 HAND TAMPING: A. Along walls, curbs, headers and similar structures and in all locations not accessible to rollers, compact the mixture thoroughly with a vibrating plate compactor. 3.7 DENSITY: A. The surface course shall be compacted thoroughly and uniformly to a density between 93 percent and 98 percent of the theoretical maximum Rice gravity. B. Compaction of less than 93 percent or greater than 98 percent shall be considered deficient and removed and replaced as determined by the Engineer at the Contractor's expense. C. HMAC shall meet all compaction requirements at the time of inspection. Re -rolling is not an approved method for achieving compaction requirements. 3.8 SURFACE TESTS: A. Finished surfaces shall not have irregularities in excess of 1/8t' inch when tested with a 10- foot straight edge. SEPTEMBER 2018 02510 - Page 4 of 5 HOT MIX ASPHALT PAVING 3.9 CONSTRUCTION JOINTS: WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 i' A. Place courses as nearly continuously as possible. Pass the roller over unprotected ends of the freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the fill thickness of the j course. Remove old material which has been cut away and lay the new mix against the fresh cut. B. When new asphaltic is laid against existing or old asphalt, the existing or old asphalt shall be cut to provide a straight smooth joint. A tack coat is to be applied against this sawed joint face before applying new hot mix. 3.10 DEFICIENT SURFACE THICKNESS: A. Any area of asphalt surface found deficient in thickness shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown. Care should be taken not to damage or remove the pavement below the asphalt surface. Should damage to the pavement below the asphalt surface occur, it shall be removed and replaced at the Contractor's expense. B. No additional payment over the contract price will be made for any asphalt surface of a thickness exceeding that required by the contract documents. 3.11 FIELD QUALITY CONTROL I_ A. Pavement Core Sampling and Testing p 1. Core samples shall be taken in accordance with ASTM D5361 for determining in -place pavement thickness, density testing, asphalt content, and gradation. 2. Two (2) cores shall be taken for each lot of pavement placed a. A lot shall consist of the lesser of 1,000 square yards of pavement, in place, or one days production. 3. Laboratory testing shall be in accordance with the appropriate ASTM or TxDOT testing method. 3.12 PAVEMENT MARKINGS A. Pavement surfaces to receive pavment markings shall be prepared in accordance with the requirements of TxDOT Item 678, "Pavement Surface Preparation for Markings". ) END OF SECTION 0 SEPTEMBER 2018 02510 - Page 5 of 5 HOT MIX ASPHALT PAVING WEST 50TH ST. PAVING IMPROVEMENTS _ SECTION 02625 CIP 92502 MISCELLANEOUS ROADWAY CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies providing combined curb and gutters, curb ramps, sidewalks, driveway approaches, medians, and other miscellaneous roadway components to the sections, lines and grades shown on the Drawings. B. For work done in the right-of-way of other jurisdictional agencies, the minimum requirements of the jurisdictional agency shall apply, unless otherwise indicated in the Drawings. C. Related Sections include the following: 1. Section 02300 — Earthwork 2. Section 02751 — Portland Cement Concrete Pavement 3. Section 02764 — Pavement Joint Sealants 1.3 SUBMITTALS A. Submittals for Review. 1. Shop drawings for joint devices. B. Submittals for Information. 1. Certification: As specified in Division 3 Concrete Sections, including design mixes. 2. Information regarding expansion joint filler and sealing compound. 1.4 REFERENCES A. Reference Standards. 1. ASTM International (ASTM): a. A53 — Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. b. A615 — Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. C. A663 — Standard Specification for Steel Bars, Carbon, Merchant Quality, Mechanical. d. C309 — Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. e. C881 — Standard Specification for Epoxy -Resin -Basin Bonding Systems for Concrete 2. Texas Department of Transportation: Standard Specifications for Construction of Highways, Streets and Bridges. (TxDOT). a. TxDOT Item 529 "Concrete Curb, Gutter and Combined Curb and Gutter' b. TxDOT Item 530 "Intersections, Driveways and Turnouts" C. TxDOT Item 531 "Sidewalks" d. TxDOT Item 536 "Concrete Medians and Directional Islands" 3. City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. PART 2 - PRODUCTS 2.1 MATERIALS A. Sand: Sand free from clay lumps, organic and other deleterious materials, having plasticity index of 12 or less, and totally passes through a No. 8 sieve. ---- 02525- Page 1 of 3 SEPTEMBER 2018 _. MISCELLANEOUS ROADWAY CONSTRUCTION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 { B. Concrete: In accordance with Section 02751 Portland Cement Concrete Pavement, mix design 3000 psi for all miscellaneous roadway construction work. If curb and gutter cast at same time as concrete paving, mix design should be the same as for the roadway. C. Branches and Chairs: as per AC1-318. D. Tie Bars: ASTM A615, Grade 60, of type and size indicated. E. Dowels: Plain round bars meeting requirements of ASTM A615, Grade 60, or ASTM A663, Grade 80, epoxy coated bars, furnished with approved snug -fitting ASTM A53 galvanized sleeve. Provide sleeve with one closed. F. Expansion -Joint Filler and Joint -Sealing Compound: as per Section 02764 — Concrete Pavement Joints. G. Concrete Curing Compound: ASTM C309, Type 1. L H. Epoxy Adhesive: ASTM C881, Type V for load bearing concrete, Grade and Class as determine by project conditions and requirements. PART 3 - EXECUTION 3.1 GENERAL A. Prior to construction of the miscellaneous roadway work, the subgrade shall have been shapedand compacted to the lines and grades shown on the Drawings. Unless otherwise shown, subgrade shall be uniformly compacted to at least 95-percent of the maximum density as determined by ASTM D1557at moisture content within +/- 2 percent of optimum. Sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. B. Miscellaneous Roadway Construction: 1. Areas Complying with TxDOT: Comply with requirements of the referenced TxDOT Items and the Drawings. 2. All Other Areas: Comply with the Drawings, this section and the City of Lubbock Public Works Engineering Minimum Design Standards and Specifications. C. Subgrade Preparation: 1. Prepare subgrade to the lines and grades as shown on the Drawings in accordance with Section 02300 — Earthwork. 3.2 CONSTRUCTION A. Curb and Gutters: 1. Provide cast -in -place concrete construction, plain or reinforced as indicated on the Drawings. Curb and gutters shall be formed accurately to indicate section profile with template screed. a 2. Extruded curbs and gutters, placed by an extrusion machine, may be provided where site conditions is appropriate for the purpose. 3. The curb and gutter construction shall comply with the requirements of TxDOT 529 B. Walks: 1. Construct in accordance with TxDOT Item 531. 2. Excavate subgrade six (6) inches beyond outside limits of the sidewalk. Shape to line, grade and cross section. Compact subgrade to a minimum 95 percent of maximum density per ASTM D1557. Moisture content shall be within minus two (2) to plus four (4) percent of optimum. 3. Cover subgrade with two (2) inch thick layer of compacted sand bed on soils having a plasticity index of 15 or less. Place concrete when sand is moist. Where sidewalk abuts a curb or wall, a 3/4-inch expansion material shall be placed along the entire length. Unless otherwise indicated on Drawings, dowelled expansion joints shall be placed at 40-foot intervals. 4. Provide cast -in -place concrete as indicated on the Drawings. Strike off to a smooth finish and finish smoothly with a wood hand float. Final finish to be a broom finish. SEPTEMBER 2018 02525- Page 2 of 3 MISCELLANEOUS ROADWAY CONSTRUCTION -- WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 Unless otherwise shown on Drawings, hand tool joints at 5-0" intervals. Every eighth section shall have 1/2-inch expansion joint material installed. 5. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4-inch, sidewalk cross slope does not exceed 2.0%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10.0% slope. 6. Unless otherwise shown on the Drawings, sidewalks shall be 4-foot wide and 6-foot wide if against curb. Provide expansion material between sidewalk and curb. 7. Membrane curing compounds may be used. Protect sidewalk from traffic for 48 hours after concrete placement. r 8. Random Cracking: Through the Contract period and until end of the Warranty period, random drying shrinkage cracks or stress cracks of any nature in concrete sidewalks constructed shall be unacceptable and are subject to being rejected at the discretion of the Owner. 9. Rejected concrete sidewalks shall be removed and replaced at no additional cost to the Owner. Randomly cracked concrete sidewalks will require removal and replacement of only the five-foot long section containing the cracks. The area of removal and replacement of slabs containing longitudinal cracks will be determined by the Owner. C. Curb Ramps: 1. Construct curb ramps applicable standards shown on the Drawings and in accordance with TxDOT Item 531 2. Curb Ramp Surface: For purposes of warning, curb ramps shall have a light reflective value and texture that contrasts with that of the pedestrian route. a. Texture shall consist of truncated domes extending the full width and depth of curb ramp as indicated on the Drawings. b. Contrast: Apply color hardener to the full width and depth of curb ramp not including side slopes. Apply and cure in accordance with manufacturer's instructions. 3. Curb ramps shall comply with ADA requirements and the Authority having jurisdiction. D. Driveway Approaches: Construct in accordance with TxDOT Item 530and as shown on the Drawings. E. Medians: 1. Construct in accordance with TxDOT Item 536, and as shown on the Drawings. 2. Form as required, separating sections from adjacent curbs or sections by expansion or contraction joints. j F. After the concrete has set sufficiently, remove forms and fill the space adjacent to curbs, ramps, driveways, and walks with suitable material. Prior to filling, remove all construction debris. Tamp until firm and solid. 3.3 MEASUREMENT AND PAYMENT A. Subgrade preparation, sand bedding, formwork, curb ramps, reinforcing steel, dowels, expansion material, concrete, color, and all related work will not be measured or paid separately, but will be considered subsidiary to the construction of curb, gutters, driveway approaches, and sidewalks. B. Curb and combined curb and gutter specified in this Section will be measured and be paid for at the per linear foot price for Concrete Curb and Gutter, complete -in -place, for the various thickness and types. C. Sidewalks specified in this Section will be measured and will be paid for at the per square foot price for Sidewalk, complete -in -place, for the various thicknesses and types. D. Driveway approaches specified in this Section will not be measured, but will be paid for at the per -each price for Concrete Driveway Approaches, complete -in -place, for the various thicknesses, and types. _�►I�Z�1����iiL�7►' - 02525- Page 3 of 3 SEPTEMBER 2018 MISCELLANEOUS ROADWAY CONSTRUCTION WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.2 RELATED SECTIONS A. This section of the specifications covers all water piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. B. Related Sections include the following: 1. Drawings and General Provisions of the Contract, including General and Special Conditions and other Division 1 and Division 2 specifications sections apply to this section. 2. Section 01330 — Submittal Procedures. 3. Section 01400 — Quality Requirements. 4. Section 01500 — Temporary Facilities and Controls. 5. Section 02260 — Excavation Support and Protection. 6. Section 02300 — Earthwork. 7. Section 02318 — Borrow. 8. Section 02320 — Utility Backfill Materials. 9. Section 02326 — Pipe Jacking, Boring and Tunneling 10. Section 03360 — Contact Grouting 1.3 SUBMITTALS A. Submit all manufacturers' data for all pipes, valves, fittings, and fire hydrants including all pipe thickness class calculations. B. Submit product information for pipe identification tape. C. Submit concrete mix design for concrete thrust blocking. 1.4 REFERENCES A. AWWA C104 - Cement — Mortar Lining for Ductile — Iron Pipe and Fittings for Water. B. AWWA C110 - Ductile -Iron and Gray — Iron Fittings, 3 inch through 48 inch (76mm through 1,219 mm), for Water. C. AWWA C111 - Rubber -Gasket Joints for Ductile — Iron Pressure Pipe and Fittings. D. AWWA C104 - Rubber — Seated Butterfly Valves. E. AWWA 509 - Resilient — Seated Gate Valves for Water Supply. F. AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in through 12 in (100 mm through 300 mm), for water distribution. G. AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in through 48 in (350 mm through 1,200 mm), for Water Transmission and Distribution. H. AWWA C-301 — Prestressed Concrete Pressure Pipe, Steel -Cylinder Type, for Water and Other Liquids I. AWWA C303 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type SEPTEMBER 2018 02665 - Page 1 of 10 WATER WORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PART 2 - PRODUCTS 2.1 GENERAL A. All pipe, fittings, and valves shall be new and of the best quality in material and workmanship. B. All pipe, fittings, and valves shall conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61. C. In areas where natural gas lines exist, and are cathodically protected by means of impressed current, only electrically non-conductive pipe shall be allowed. 2.2 POLYVINYL CHLORIDE (PVC) PIPE �- A. PVC pipe 12-inches and smaller shall be AWWA C-900, Class 150 (DR 18). B. PVC pipe 14-inches and larger shall be AWWA C905, Class 200 (DR 18). The outside diameter of the PVC pipe shall be cast iron equivalent. C. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Spigot ends shall be beveled and reference marked to facilitate joining and insure proper seating depth. Gaskets shall conform to ASTM F477. The nominal joint length shall be - 20 feet. D. AWWA C900 and C905 pipe shall be marked as prescribed by AWWA standards including nominal site, dimension, ratio, AWWA pressure class, manufacturer's name and code, and seal of testing agency that verified the suitability of the pipe material for potable water service. E. Pipe shall meet all additional test requirements as described in AWWA C900 or C905, as applicable. F. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 2.3 DUCTILE IRON PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. All ductile iron fittings shall have an external bituminous coating and shall be cement - lined in accordance with AWWA C104. B. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. C. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. D. Ductile iron fittings shall conform to AWWA C153. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the Drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. E. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 2.4 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the Drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy SEPTEMBER 2018 02665 - Page 2 of 10 ,_ , WATER WORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 coated steel construction shall be used for all couplings. All bolts, nuts and washers shall be stainless steel. 2.5 STEEL CASING A. Steel casing pipe shall meet the requirements of Section 20326 — Pipe Jacking, Boring and Tunneling. A. General - Valves that are 12-inch and smaller shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. Valves greater than 12-inches shall be butterfly valves unless otherwise noted on the plans or specified herein. B. Gate Valves 1. All gate valves shall be resilient seat or double disk parallel seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall open by turning to the left, and unless otherwise specified, shall have non -rising stem when buried and outside screw and yoke when exposed, and be furnished with a two-inch operating nut when valves are buried and shall be furnished with hand wheels when exposed. Gate valves shall be furnished with 0-ring stem packing. 2. All gate valves shall be designed to withstand a working pressure of 200 psi unless otherwise noted. 3. Gate valves shall be Mueller, M&H, Darling, or Clow. C. All parts for valves furnished must be standard and completely interchangeable with valves of the same brand. Successful bidder to furnish to the Owner, upon request, a letter stating the type of valves to be installed and a letter from the manufacturer stating that the parts are standard and interchangeable. D. Butterfly Valves 1. All butterfly valves shall be of the rubber -seated tight -closing type. They shall meet or exceed AWWA standard C504 for Class 150-B, latest revision. All valves shall be NSF approved. 2. Both ends of valve shall be "MJ" per AWWA C111. "MJ" accessories must be supplied by valve manufacturer. Valve operator shall be of the worm gear or travelling -nut type, sealed, gasketed, and lubricated for underground service, and shall be designed to operate at maximum torque with a maximum pull of 80 pounds. It shall be capable of withstanding an overload input torque of 450 ft-lb at full open or full -closed position without damage to the valve or valve operator. Valve shall be capable of easy closure by one man using standard valve key. All valves shall open left (clockwise to close) and be equipped with 2" operating nut, a locking device, position indicator, and hand wheel. The valves shall be designed for positive stop in the closed position. The design water pressure differential shall be 150 psi upstream and 0 psi downstream. All tests required by Section 5 of AWWA C504 shall be performed and the manufacturer shall furnish certified copies of the reports covering these tests. 3. All butterfly valves are to be installed in a concrete vault and shall be painted with heavy- duty machinery paint with the color and type to be approved by the Engineer. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. F. All valve boxes for butterfly valves shall be precast concrete vaults manufactured by Vaughn Concrete Products, or approved equal. The valve boxes shall be constructed with the dimensions as shown on the plans. The valve box cover opening shall be centered over operating nut. Manhole frames and covers shall be East Jordon Iron Works V-1430 A & V- 1420/1480Z1, with a minimum weight of 275 pounds and a Type 5 pick bar, and shall conform to the requirements of ASTM A-48. The frame and cover shall be designed with a full bearing SEPTEMBER 2018 02665 - Page 3 of 10 WATER WORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 rings so as to provide a continuous seat between frame and cover. The cover shall include lettering "City of Lubbock, Texas - WATER." G. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover marked "Water". The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. Valve boxes shall be East Jordon Iron Works No. 8453, or approved equal. H. Fabricated Cast Iron Tapping Sleeves for use on 4" through 30" pipe. 1. General: The manufacturer of the tapping sleeves shall be experienced in their design and construction and shall have given successful service for a period of at least five (5) years. 2. Service: The tapping sleeves will be installed on the following types of pipe (1) cast iron (2) ductile iron (3) asbestos cement (4) C900 PVC, the operating pressure for all four types of water pipe is 150 psi. 3. Material: The tapping sleeves shall be cast iron, mechanical joint and conform to the latest revision of ASTM Standard Designations. The tapping sleeve shall withstand a working pressure of 200 psi. 4. Gaskets: The gaskets shall be duck tipped and shall be totally resistant to cold flow and creep. 2.7 AIR RELEASE AND AIR AND VACUUM VALVES A. General 1. Furnish labor, materials, equipment and incidentals necessary to install manual valves, vacuum breaker valves, air release valves and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 2. Valves to be manufactured in accordance with AWWA C 512. B. Products 1. General a. Each air valve shall have a cast iron body, bronze, or stainless steel trim and stainless steel float. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. b. Valve body, float, etc., shall be designed for a working pressure and shall seat at a minimum pressure shown in the valve schedule. The minimum operating pressure shown is under steady state conditions and does not include minimum surge pressures. C. Air valves shall be manufactured by the Valve and Primer Corporation (APCO) or Val-Matic Manufacturing Corp. d. Top of valve assembly shall be fitted with a hood. Valve inlet shall be N.P.T. for 2" and smaller valves. Valve inlet shall be ANSI flange for 3" and larger valves. Flange rating shall equal or exceed the maximum working pressure. 2. Combination Air Valves (CAV) a. Combination air valves shall be heavy duty air and vacuum valves with a 2" air release valve. b. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. C. Combination air valves shall be the custom combination duplex body type. Combination air valves shall be APCO Model 1800 with Air Release Valve Model 200, or Valmatic Model 100 with Air Release Valve Model 38. SEPTEMBER 2018 02665 - Page 4 of 10 WATER WORKS PIPING, VALVES AND FITTINGS WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 2.8 FIRE HYDRANTS A. Fire hydrants shall be standard AWWA C-502 hydrants, iron body, bronze mounted throughout including drain seat ring, and shall be designed for a working pressure of 150 pounds per square inch. The fire hydrants shall be the traffic model type and shall have a 5-1/4" valve opening, two 2-1/2 inch hose nozzles and one 4-inch steamer nozzle, with 4 threads per inch and a crest to crest dimension of 4.995 inches. The hydrants shall be for 6-inch mains and shall have a M.J. Connection, and shall be for 4-1/2 foot bury unless otherwise shown on plans. The hydrants shall be Clow Medallion, American Darling model B-84-13, Dresser style 129-09 or Mueller Centurion. Operating nuts shall be 1-1/2 inch pentagons measured to a point. The hydrants shall be painted as directed by the City of Lubbock Fire Department. 2.9 POLYETHYLENE WRAP A. All buried valves and fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D1248. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2-inch duct tape. 2.10 CONCRETE A. Concrete shall be used for blocking the pipe and fittings and shall conform to the concrete specifications as set forth in Section 02751 Portland Cement Concrete Pavement, except a minimum compressive strength of 2,800 psi will be acceptable. PART 3 - EXECUTION 3.1 PIPE INSTALLATION - WATER LINES A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. K?��:ITitQ�I�C�;1IJ� 1�I 7TK�I����1;Z1 A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. . B. Contractor shall verify horizontal and vertical locations of items critical to the alignment and grade of the proposed water line. Confirm compliance with the Drawings and Specifications. SEPTEMBER 2018 02665 - Page 5 of 10 WATERWORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed 80% of the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. �►��ill�_��11i+C�3_LIili�>;�:T��t►�[�7 A. Before lowering into the trench, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside of the pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is lowered into the trench, and it shall be kept clean by approved means during and after laying. C. At time when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING PVC PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. 1. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe, pipe coating, or lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no trench water shall be permitted to enter the pipe. 3. No pipe shall be laid in water, or when the trench conditions or weather are unsuitable for such work, except by permission of the Engineer. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe re-laid. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 6. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 7. Defective joints shall be repaired as directed by the Engineer. B. Mechanical Joint Piping — j 1. The last 8 inches outside of the spigot and inside of the bell of mechanical -joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 2. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate SEPTEMBER 2018 02665 - Page 6 of 10 €.. WATERWORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 3. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints — 1 . Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 2. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. 3.9 PLUGGING DEAD ENDS A. Standard plugs shall be inserted into the bells of all dead ends and pipes, tees, or crosses and spigot ends shall be capped. Plugs or caps shall be jointed to the pipe or fittings in the same manner used in jointing the pipe. All plugs and caps shall have horizontal thrust blocks. 3.10 SETTING VALVES, VALVE BOXES, FIRE HYDRANTS AND FITTINGS A. General — 1. Valves and fittings shall be set at the locations shown on the Drawings and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves shall be hub end as required and all valves buried in the ground shall have a cast iron or precast concrete valve box set over the valve. All valves shall be set vertical, unless otherwise specified, and shall be thoroughly checked for operation prior to installation. After pressure has been applied to the line, stuffing boxes shall be checked and tightened if necessary. B. Valve Boxes — 1 . Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with the box cover flush with the surface of the ground or at such a level as directed by the Engineer. All valve boxes under pavement shall be adjusted to finished pavement grades. C. Fire Hydrants — 1 . Fire hydrants shall be located at the points shown on the Drawings. All fire hydrants shall be set plumb, to the grade established on the drawing, and with the steamer nozzle at right angles to the street. 2. The hydrants shall be supported in such a manner as not to cause a strain on the fire hydrant lead or branch. The bowl of the hydrant shall be well braced against unexcavated earth at the end of the trench with concrete blocking. The concrete blocking shall be placed so as not to interfere with the hydrant drains and so that the joints of the flanges are accessible. 3. Blocking of gate valves on fire hydrant leads shall be with concrete as shown on the Drawings. 4. The hydrants shall be thoroughly cleaned of dirt or foreign matter and checked for operation prior to installation. Drain holes shall not be blocked or sealed. 3.11 CONCRETE THRUST BLOCKING A. Anchorage of Bends, Tees and Plugs, Etc. — 1 . Reaction or thrust blocking shall be applied to all pipe lines at all tees, crosses, plugs, caps, and bends. The blocking shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as shown on the Drawings. The blocking shall be so placed that the pipe and fitting joints will be accessible for repair. B. Restrained Joints SEPTEMBER 2018 02665 - Page 7 of 10 WATERWORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B 1. At the Contractor's option, restrained joints may be installed on the pipe at fittings and valves in lieu of concrete thrust blocking. Pipe restraints shall be suitable for the pipe with which they are installed and shall have the ability to withstand a maximum pressure of no less than 150 psi. Pipe restraints shall be installed at all joints and fittings within r_ the length specified on the Drawings. 3.12 LINE TESTING A. After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. B. Testing procedure shall be as follows: 1. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. 2. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. 3. Procedure — a. Each valved section of pipe shall be slowly filled with water at the specified test pressure and measured at the point of lowest elevation. Pressure shall be applied and maintained by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary apparatus, except meters, shall be furnished by the Contractor. The Contractor shall furnish all labor for connecting the pump, meter, and gages. The water for filling the pipe and making the tests shall be obtained at the location designated by the Engineer. No charge will be made to the Contractor for water used for testing. b. As the line is being filled and before applying the test pressure, all air shall be expelled from the pipe by making taps at the highest point in the test segment, if necessary. After the test, the taps shall be tightly plugged. C. During the time the test pressure is on the pipe, the pipe shall be carefully checked at regular intervals for breaks or leaks. Any joints showing leaks shall be repaired and any cracked or defective pipes or fittings shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: 1. PVC Pipe The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula: L=NDJ 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi 2. Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. SEPTEMBER 2018 02665 -Page 8 of 10 _ , WATER WORKS PIPING, VALVES AND FITTINGS WEST 50TH ST, PAVING IMPROVEMENTS CIP 92502 3.13 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all pipe lines, which shall be disinfected before being placed in service. The lines shall be i disinfected by the application of a chlorinating agent in accordance with the requirements of AWWA C651. B. The Contractor shall notify the Engineer 48 hours in advance of disinfection so that the Engineer or Engineer's Representative may witness the disinfection activities. C. After disinfection has been completed and the pipe is flushed, the Contractor shall sample the water in the pipe for bacteriological testing. Samples shall be taken after the pipeline disinfection treatment has been flushed. A minimum of two sets of samples taken 24 hours apart shall be tested and shall include on sample for every 1000 feet of water line plus sample sets at the end of each pipeline branch. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures necessary to achieve and acceptable result. Acceptable results shall be the bacteriological requirements for potable water as defined by the Texas Commission on Environmental Quality. 3.14 INSTALLATION OF STEEL PIPE CASING AND PIPE IN CASING A. Installation of the casing pipe sleeves shall be accomplished by boring as specified in Section 02326 — Pipe Jacking, Boring and Tunneling. Equipment used shall be of such size and capacity as to allow the placement of the casing to proceed in a safe and expeditious manner. Installation of the casing and the excavation and removal of the materials within the casing shall proceed simultaneously. B. The boring shall proceed from a pit provided for the boring equipment and workmen. Excavation and location of the pit shall be approved by the Engineer and the Railroad, City of Lubbock, or Texas Department of Transportation as appropriate. Boring without the concurrent installation of the casing pipe will not be permitted. The use of water or other fluids in connection with the boring operation will be permitted only to the extent of lubricating cuttings. Jetting will not be permitted. Annular space outside the casing pipe shall be filled with contact grout meeting the requirements of Section 02326 and Section 03360. All casing pipe joints shall be welded. Care shall be taken to keep the pipe sleeve on the proper line and grade. C. After the casing pipe has been jack and bored and is accepted by the Engineer, the pipe shall be shoved through the casing. The pipe shall be pushed or pulled through the casing by exerting pressure on the barrel of the pipe and not on the bell, and shall be done in such a manner that the joint is always in compression during the shoving operation. Four hardwood, - or other suitable material, skids shall be banded with stainless steel bands to each joint of pipe. The hardwood skids shall be of sufficient dimensions to allow the bell of the pipe to clear the casing pipe by at least one-half inch. The length of the skid shall be equal to at least 2/3 of the exposed length of straight pipe after the joint is made. A minimum of three bands shall be used j to secure the skids to the pipe. The skids shall be such that a minimum of 2 inches clearance is maintained between the top of the pipe and the top of the casing. The design of skids and banding techniques shall be submitted to the Engineer for approval prior to use. A. Conductive trace wire shall be installed in the same trench and inside bored holes and casing with all nonmetallic pipe during pipe installation. 1. Trace wire shall be 14 gauge minimum solid copper with thermoplastic insulation recommended for direct bury. 2. Trace wire shall be secured to the pipe as required to ensure that the wire remains directly on top of the pipe. 3. Trace wire shall be securely bonded together at all wire joints with wire connectors that are watertight and provide for electrical continuity. 4. Trace wire shall be made accessible at water valve boxes, water meter boxes and fire E hydrants. -' a. Trace wire shall not be placed inside valve box risers. b. Trace wire shall be installed such that no less than 6 inches but no more than 12 inches of wire remain accessible. Marking Tape SEPTEMBER 2018 02665 -Page 9 of 10 WATER WORKS PIPING, VALVES AND FITTINGS 1 WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Metallic marking tape shall be installed in the same trench with all pipe during pipe installation. 1. Marking tape for water mains shall be 3-inch, blue in color and clearly labeled "CAUTION: BURIED WATER LINE." 2. Marking tape shall be installed directly above the centerline of the pipe a minimum of 24 inches above top of pipe. 3. Depth of bury shall be 18 inches below top of trench. 3.16 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and i any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the worts. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. 14111IZ01�1*NIiQ►l SEPTEMBER 2018 02665 - Page 10 of 10 WATER WORKS PIPING, VALVES AND FITTINGS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes exterior, cast -in -place, concrete pavement construction and related formwork, reinforcement, concrete mix proportions, placement, and finishes. The concrete pavement shall be constructed on prepared subgrade to the lines, grades and cross sections shown on the Drawings. B. Related Sections include the following: 1. Section 01310 — Project Management and Coordination 2. Section 02300 — Earthwork 3. Section 02525 — Miscellaneous Concrete Pavement 1.3 REFERENCES A. Definitions. 1. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast - furnace slag. B. Referenced Standards. 1. American Association of State Highway and Transportation Officials (AASHTO): a. M182 — Specification for Burlap Cloth Made from Jute or Kenaf 2. American Concrete Institute (ACI) a. ACI 301 — Specification for Structural Concrete 3. ASTM International: a. A184 — Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement b. A185 — Specification for Steel Welded Wire Reinforcement, Plain, for Concrete C. A496 — Specification for Steel Wire, Deformed, for Concrete Reinforcement d. A497 — Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete e. A615 — Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement f. A775 — Specification for Epoxy -Coated Reinforcing Steel Bars g. C31 — Practice for making and Curing Concrete Test Specimens in the Field h. C39 — Test Method for Compressive Strength of Cylindrical Concrete Specimens i. C94 — Specification for Ready -Mixed Concrete j. C143 - Test Method for Slump of Hydraulic Cement Concrete. k. C150 — Specification for Portland Cement 1. C171 — Specification for Sheet Materials for Curing Concrete M. C172 — Practice for Sampling Freshly Mixed Concrete n. C231 — Test Method for Air Content of freshly Mixed Concrete by the Pressure Method o. C260 — Specification for Air -Entraining Admixtures for Concrete p. C309 — Specification for Liquid Curing Membrane -Forming Compounds for Curing Concrete q. C494 — Specification for Chemical Admixtures for Concrete r. C595 — Specification for Blended Hydraulic Concrete S. C618 — Specification for coal Fly Ash and Raw or Calcined natural Pozzolan for Use as Mineral Admixture in Concrete SEPTEMBER 2018 02751 - Page 1 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 t. C1064 — Test method for Temperature of freshly Mixed Portland Cement Concrete U. C1071 — Specification for Chemical Admixtures for Use in Producing Flowing Concrete V. C1116 — Specification for fiber -Reinforced Concrete and Shotcrete W. D1751 — Specification for Preformed Expansion Joint Filler for Concrete Paving L and Structural Construction (Nonextruding and Resilient Bituminous Types) X. D1752 — Specification for Preformed sponge Rubber and Cork Expansion Joint Fillers for concrete Paving and Structural Construction 4. Concrete Reinforcing Steel Institute (CRSI): "Manual of Standard Practice" ' 5. Texas Department of Transportation, "Standard Specifications for Construction and Maintenance of Highways, Streets, and bridges" (TxDOT): a. Item 216 "Proof rolling" b. Item 360 "Concrete Pavement" C. Item 421 "Hydraulic Concrete Pavement" d. DMS-4610 "Fly Ash" 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixtures: For each concrete pavement mixture. Include alternate mixture designs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. C. Material Certificates: Signed by manufacturers certifying that each of the following materials complies with requirements, as applicable: 1. Cementitious materials. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or epoxy adhesive. 8. Joint fillers. D. Delivery Tickets: 1. Transit Mix Operations. Provide a copy of the delivery ticket for each batch of concrete delivered to the site. Delivery ticket shall contain information listed below: a. Name of concrete supplier b. Serial number of ticket C. Date d. Tuck number e. Name of purchaser t f. Specific designation of job (name and location) g. Specific class, design identification and designation of concrete in conformance with that employed in job specifications h. Amount of concrete in cubic yards i. Time loaded or of first mixing of cement and aggregates j. Water added by receiver of concrete and initials k. Weight of cement I. Weight of fly ash m. Type and amount of admixtures n. Information necessary to calculate the total mixing water added by the producer (total mixing water includes free water on the aggregates, water and ice batched at the plant, and water added by the truck operator from the mixer tank) o. Maximum size of aggregate _ p. Weights of fine and coarse aggregate 2. On -site Mix Operations. At beginning of each day's placement, provide a list of the actual batch weights to be used. When changes are made, provide a new list of weights. SEPTEMBER 2018 02751 - Page 2 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS -, CIP 92502 E. Minutes of pre -installation conference. 1.5 QUALITY ASSURANCE- x I A. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products who complies with ASTM C 94 requirements for production facilities and equipment. B. ACI Publications: Comply with ACI301, "Specification for Structural Concrete," unless modified by requirements in the Contract Documents. C. TxDOT: For work in areas under TxDOT jurisdiction; comply with the requirements of TxDOT Item 360 "Concrete Pavement" and Item 421 "Hydraulic Concrete Pavement". D. Pre -installation Conference: Conduct conference at Project site to comply with requirements in Section 1310 — Project Management and Coordination. _} PART 2 - PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal -framed plywood, or other approved panel -type materials to provide full -depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves with a radius 100 feet or less. B. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 2.2 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Reinforcement: ASTM A185, fabricated from as -drawn steel wireTI into flat sheets. B. Deformed -Steel Welded Wire Reinforcement: ASTM A497, flat sheet. C. Reinforcing Bars: ASTM A615, Grade60; deformed. D. Plain Steel Wire: ASTM A82, as drawn. E. Deformed -Steel Wire: ASTM A496. F. Steel Bar Mats: ASTM A184; with ASTM A615, Grade 60, deformed bars; assembled with clips. G. Joint Dowel Bars: Plain steel bars, ASTM A615, Grade 60. Cut bars true to length with ends square and free of burrs. H. Epoxy -Coated Joint Dowel Bars: ASTM A775; with ASTM A615, (Grade 60), plain steel bars. I. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice." } 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout the Project: B. Portland Cement: ASTM C150, Type I, 11 or III. Supplement with the following: 1. Fly Ash: ASTM C618, Class C or F. a. Sources of fly ash used shall conform to TxDOT DMS-4610 "Fly Ash." b. Maximum cement reduction shall not exceed 25-percent by weight per cubic yard of concrete. 2. Blended Hydraulic Cement: ASTM C595, Type IP, portland-pozzolan cement. SEPTEMBER 2018 02751 - Page 3 of 11 PORTLAND CEMENT CONCRETE PAVEMENT - WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 C. Coarse Aggregate: Shall consist of crushed concrete, gravel, crushed gravel, or crushed stone. It shall consist of sound and durable particles, free from frozen materials or injurious amounts of salts, alkali, organic matter of other material either free or as adherent coating, and reasonably well graded between the prescribed limits listed in Table 1 when tested in accordance with ASTM C136. 1. Amount of material finer than 75-micrometer (No. 200) sieve: Coarse aggregate for embedment shall contain not more than one percent by weight organic matter (other than native bitumen), clays, loam or pebbles coated therewith, and shall contain not more than five percent by weight on any one or combination of slate, schist or soft particles of sandstone. 2. Each class of aggregate gradation shall comply with the applicable gradation limits listed in Table No. 1, when tested in accordance with ASTM C136. Table No. 1 Coarse Aggre ate Gradation Sieve Size Aggregate Size No.467 (1-1/2 to No. 4) Aggregate Size No.4 (1-1/2 to 3/4 in.) Aggregate Size No.67 (1 in. to No. 4) Aggregate Size No.67 (314 in. to No. Aggregate Size No.8 (318 in. to No. Amounts Finer than Each Laborato Sieve Mass Percent 2 in. 100 100 ----- ----- ----- 1-1/2 in. 95 to 100 90 to 100 100 ----- ----- 1 in. --- 20 to 55 95 to 100 100 ----- 3/4 in. 35 to 70 0 to 5 ----- 90 to 100 ----- 1/2 in. --- ----- 25 to 60 ----- 100 3/8 in. 10 to 30 0 to 5 ----- 20 to 55 85 to 100 No. 4 0 to 5 ----- 0 to 10 0 to 10 10 to 30 No. 8 --- ----- 0 to 5 0 to 5 0 to 10 No. 16 --- ----- ----- ----- 0 to 5 JAggregate Size Number and gradation is in accordance with ASTM C33 and ASTM D448. D. Fine aggregate: Shall consist of natural sand, manufactured sand, or a combination thereof, complying with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. 1. The fine aggregate gradation shall comply with the applicable gradation limits, when tested in accordance with ASTM C136. Fine aggregate shall not have more than 45% passing any sieve and retained on the next consecutive sieve shown in Table No. 2 and, its fineness modulus shall not be less than 2.3 or more than 3.1. Table No. 2 Fine Aggregate Gradation Sieve Percent Passing 318 in. 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 5 to 30 No. 100 0 to 10 Gradation in accordance with ASTM C33 Fine Aggregate. 2. Plasticity index shall be less than 6 for material passing No. 30 sieve. 3. Provide aggregates from a single source. E. Mineral Filler: 1. Consisting of stone dust or clean crushed sand, with 100% passing the No. 30 sieve and 70 to 100% passing the No. 100 sieve when tested by standard laboratory sieves. 2. Amount used not to exceed 10-percent of the weight of the sand or mixture of sands. SEPTEMBER 2018 02751 - Page 4 of 11 t _ PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 F. Water: Domestic water supply or water, which is clean and free from oil, acid, alkali, organic matter or other deleterious substances. G. Air -Entraining Admixture: ASTM C260. H. Chemical Admixtures: ASTM C 494, of type suitable for application, certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1. Water -Reducing Admixture: ASTM C 494, Type A and Type F. 2. Water -Reducing and Retarding Admixture: ASTM C 494, Type D and Type G. A. Steel Reinforcement: 1. Wire mesh shall conform to ASTM A185, and shall be 6-inch x 6-inch - 6 gauge welded wire fabric as specified. 2. Reinforcing bars shall be grade 60 (60 KSI), open-hearth, basic oxygen or electric furnace new billet steel manufactured in accordance with ASTM A615 and ASTM A305. 3. Dowels for slip joints shall be smooth plain round bars free from burrs, rough surfaces, and deformations. Caps, sleeves, or wrapping shall be as indicated on plan sheets. 4. Chairs shall be used to support the reinforcing steel in the correct position while concrete is being placed. Chairs shall be made of plastic (preferred) or steel, and shall be of adequate size to positively hold the reinforcing materials in position. B. Fibrous Reinforcement: 1. When specified on the Drawings, fibers for reinforcement shall comply with ASTM C1116 2. Fiber reinforcement shall be either 100% virgin polypropylene, collated, fibrillated fibers specifically manufactured for use as concrete reinforcement, containing no reprocessed olefin materials, or steel fibers. a. The physical characteristics on the fiber shall be as follows: Physical Characteristic Value Specific Gravity 0.91 Tensile Strength 70,000 psi to 110,000 psi Length 3/4 inch 2.5 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth. B. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. C. Membrane -Forming Curing Compound: ASTM C 309, Type 2, white pigmented compound. D. Evaporation retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 2.6 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber or ASTM D 1752, cork or self -expanding cork. 2.7 CONCRETE MIXTURES A. Unless otherwise specified on the Drawings, prepare design mixtures for each designated service, proportioned according to ACI 301, for the Standard Classes of Pavement Concrete listed in Table No.1. SEPTEMBER 2018 02751 - Page 5 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 Table No. 1 — Standard Classes of Pavement Concrete 28 Day Min. Maximum Coarse Min. Sacks Compressive Water/ Aggregate Class of Cement Strength Cementitious maximum Concrete' lb/cy psi Ratio Size2 General Usage A 5.0 3,000 0.60 1-1/2" Inlets, manholes, separate curb and utter, sidewalks, driveways B 5.5 3,000 (7 Day) 0.60 1-1/2" Valley Gutters, Fillets, Alley returns and Alley Paving C 6.0 3,600 0.45 1-1/2" Concrete Street pavement HES See Note 3 3,000 psi 0. 45 1-1/2" "Fast Track" Concrete Street at 24 hours pavement for High Early Strength 1. All exposed horizontal concrete shall have entrained air. 2. Smaller nominal maximum size aggregate may be used if strength requirement is satisfied. 3. As Required for specific cure time and strength B. Slump: As specified in Table No. 2. No concrete shall be placed having a slump in excess of the maximums shown. Table No. 2 - Concrete Pavement Slumo Reauirements Average Slump Maximum Slump Concrete Use inches inches Slip Form Paving 1-1/2 3 Hand Formed Paving 3 4 Sidewalk, Separate Curb and Gutter, Driveways, and other Miscellaneous Concrete. 4 5 C. Add air -entraining admixture at manufacturer's prescribed rate to result in normal -weight concrete at point of placement having an air content as follows: 1. Air Content: 4-1/2 percent with tolerance minus 1.5 percent and plus 3 percent. 2. Concrete having air content outside the above limits will not be accepted. D. Chemical Admixtures: Use admixtures according to manufacturer's instructions 1. Water -reducing admixture may be used to improve quality of concrete by obtaining specified strength at lower concrete content and to increase slump without increasing water-cementitious ratio. 2. Water reducing and retarding admixture may be used during hot weather concrete placement, to keep concrete workable during the entire placing period, in order that succeeding placements may be made alleviating cold joints or discontinuities.. E. Mineral filler may be added in amounts not to exceed 10-percent of the weight of the sand to improve the workability or plasticity of the concrete mix. F. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate, but not less than 1.5lb/cu. yd. or as recommended by the fiber manufacturer. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94 and ASTM C 1116, if synthetic fibers are used. Furnish Delivery Tickets for each batch discharged and used in the Work as defined in Part 1. PART 3 - EXECUTION 3.1 PREPARATION A. Weather Conditions: 1. No concrete shall be placed when the air temperature is less than 40OF and falling, but may be placed when the air temperature is above 35OF and rising. 2. Temperature obtained in shade away from artificial heat. 3. Provide protective materials and devices to maintain air surrounding concrete at not less than 50OF for a period of five days. SEPTEMBER 2018 02751 - Page 6 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Subgrade: Prepare subgrade in accordance with requirements of drawings and Section 02300 - Earthwork. 3.2 EDGE FORMS AND SCREED CONSTRUCTION i-` A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. 1 B. Clean forms after each use and coat with form -release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT _ A. All concrete shall incorporate reinforcement as follows: 1. Curb and Gutter - None 2. Street Paving, Valley Gutters, and Drainage Channel — A minimum of #5 deformed steel bars 12 inches on center both ways or design approved in writing by the City Engineer. 1J, 3. Alley Paving - No. 6 deformed steel bars on both edges as indicated on detail sheets and either 6-inch x 6-inch - 6 gauge welded wire fabric or #4 deformed bars 12 inches on center both ways. 4. Alley Returns - #4 deformed steel bars 12 inch on centers both ways or 6-inch x 6-inch - 6 gauge welded wire fabric. 5. Sidewalk, Driveways (other than commercial), and Wheelchair Ramps - Fiber reinforcement, or as required by the City of Lubbock Building Official, or design_ approved in writing by the City Engineer. 6. Commercial driveways, including pedestrian crossing area — #3 deformed steel bars through the gutter section as indicated on the detail sheets and either 6-inch x 6-inch — 6 gauge welded wire fabric or #4 deformed bards 12 inches on center both ways. B. All steel reinforcing materials shall be securely held in proper position with devices0. appropriate to the type of reinforcement used, subject to approval by the Engineer. C. Steel reinforcing materials shall be stored off the ground in a manner as to be protected from accumulations of grease, mud, other foreign matter and rust producing materials. D. When incorporated into construction, steel reinforcement shall be free from rust, scale, oil, mud, and structural defects. 3.4 FIBER REINFORCEMENT A. Fiber reinforcement may not be used in place of steel reinforcement. B. The quantity of fiber reinforcement used shall be 1.5 pounds per cubic yard, or as f recommended by the fiber manufacturer. 3.5 JOINTS A. General: Form construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. l B. Construction Joints: Set construction joints at side and end terminations of pavement and at 1 locations where pavement operations are stopped for more than one-half hour unless pavement terminates at isolation joints. C. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. D. Contraction Joints: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness and, as applicable, match jointing of existing adjacent concrete pavement. SEPTEMBER 2018 02751 - Page 7 of 11 { PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 E. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an edging tool to a 1/4-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. F. 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. 1. 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. 2. Tooled contraction joints cut at least one quarter the concrete depth shall be placed at 10 foot intervals. G. Alley paving (Class B concrete) shall be constructed with an expansion joint at each cold joint and at a maximum spacing of 130 feet. 1. Alley returns shall be poured monolithically with curb radii and fillets with joints as indicated in the drawings. 2. Tooled contraction joints, cut 1/2 inch wide 2 inch deep, shall be placed as shown'on the drawings. 3. Alley paving contraction joints shall be sealed with an elastomeric sealer. 4. Expansion joints shall include bituminous pre -molded expansion joint board or equivalent. H. Street Paving (Class C or E concrete) shall be constructed with contraction and expansion joints as indicated on plan and detail sheets. 1. Unless otherwise specified, the joints shall be sawed 1/2 inch wide and to depth equal to 1/4 of the pavement thickness plus one half inch. ii. Joints shall be saw cut within 12 hours of placement of the concrete paving. 2. Joints shall be sealed with an elastomeric sealer. 3. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. 1. Valley gutters and fillets shall be constructed with tooled construction joints. 1. Joints shall be sealed with an elastomeric sealer. 2. Joints shall be cleaned thoroughly with high pressure air prior to installation of any sealing materials. K�flt�ZiP►C�7��1i�1 A. Moisten subgrade to provide a uniform dampened condition at time concrete is placed. B. Comply with ACI301 requirements for measuring, mixing, transporting, and placing concrete. C. Hot -Weather Placement: Comply with ACI 301 and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90OF at time of placement. Chilled mixing water 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 steel reinforcement with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. D. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. E. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. F. Screed pavement surfaces with a straightedge and strike off. G. Commence initial floating using bull floats or darbies to impart an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. SEPTEMBER 2018 02751 - Page 8 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 H. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. 3.7 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. B. Float Finish: Begin the second floating operation when bleed -water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1. Medium -to -Coarse -Textured Broom Finish: Provide a coarse finish by striating float - finished concrete surface 1/16- to 1/8-inch deep with a stiff -bristled broom, perpendicular to line of traffic. 3.8 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. - B. Comply with ACI 306.1 for cold -weather protection. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from ' concrete surface. t E. Cure concrete by either moisture curing, or moisture -retaining -cover curing, or curing compound, or a combination of these methods. 1. Curing Compound a. No more than 10 minutes after finishing, curing compound shall be applied to the concrete surface at the rate of one gallon per 180 square feet b. Within 30 minutes after texturing, apply a second coat of curing compound at the same application rate as the first coat. 3.9 SLIP FORM PAVING A. At the option of the Contractor, concrete pavement may be constructed by the use of slip form paving equipment. The concrete, for the full paving width, shall be effectively consolidated by internal vibration with transverse vibrating units or with a series of longitudinal vibrating units loaded with the specified thickness of pavement section and at a minimum distance ahead of the screed equal to the pavement thickness. B. When concrete is being placed adjacent to an existing pavement, provide required protection and offset from edge in order to protect edge of pavement. C. When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. '. 3.10 PAVEMENT TOLERANCES A. Comply with the following tolerances as follows: 1. Elevation: '/-inch. L_ 2. Thickness: Plus 3/8-inch, minus 0.20-inch. 3. Surface: Gap below 10-foot long, unleveled straightedge not to exceed 1/8-inch. j 4. Joint Spacing: 3 inches. I 5. Contraction Joint Depth: Plus %-inch, no minus. 6. Joint Width: Plus 1/8-inch, no minus. I SEPTEMBER 2018 02751 - Page 9 of 11 PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Pavement Thickness 1. Where the average thickness of pavement is found to be deficient in thickness by more than 0.20-inch but not more than 0.75-inch, payment shall be made at an I adjusted price as specified in the table below. Deficiency in Thickness Payment Adjustment Factor Determined by Cores (in) 0.00 — 0.20 1.00 0.20 — 0.30 0.80 0.30 — 0.40 0.72 0.40 — 0.50 0.68 0.50 — 0.75 0.57 C. Compressive Strength L 1. When any pay factor for compressive strength deficiency for a lot of concrete is less than 1.0, payment for the material in that lot shall be made at a reduced price arrived at by multiplying the contract price per unit of measurement by the appropriate pay factor in the following table. For average compressive strengths between the ranges identified, payment at the lower limit of the range. Percentage of Specified Payment Adjustment Factor CompressiveStrength (4 tests) 100% 1.00 96% 0.95 93% 0.85 90% 0.75 2. The lot will be accepted without adjustment in payment for compressive strength if the average 28-day compressive strength, based on four acceptance tests of the lot, is greater than or equal to the acceptance limit shown under the 1.00 pay factor in the table below. If the average strength does not meet this limit, the Contractor may elect to leave the lot in place at a reduced unit price determined in accordance with the table. If the average 28-day compressive strength of the lot fails to attain the lower acceptance limit shown for a 0.75 pay factor, the Owner may order the removal and replacement of all the concrete in the lot at the Contractor's expense. The pay factor for concrete which is allowed to remain in place when the pay factor is outside the 0.75 limit will be 0.50. 3.11 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Testing Services: (" 1. Subgrade — Test subgrade per requirements of Specification Section 02300 — Earthwork. 2. Concrete .. a. Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: b. Testing Frequency: Obtain at least 1 set of composite sample for each 100 cu. yd. or fraction thereof of each concrete mix placed each day. C. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pours of each concrete mix. Perform additional tests when concrete consistency appears to change. Y , d. Air Content: ASTM C 231, pressure method; one test for each composite sample, but not less than one test for each days pours of each concrete mix. I e. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. f. Compression Test Specimens: ASTM C 31; cast and laboratory cure one set I` of four standard cylinder specimens for each composite sample. L SEPTEMBER 2018 02751 - Page 10 of 11 L_ : PORTLAND CEMENT CONCRETE PAVEMENT WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 g. Compressive -Strength Tests: ASTM C 39; test 1 specimen at 7 days and 2 specimens at 28 days, and one cylinder held or tested at 56 days, if necessary. 1) A compressive -strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mix will be satisfactory if average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to ENGINEER, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. E. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by ENGINEER. F. Remove and replace concrete pavement where test results indicate that it does not comply with specified requirements. G. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply with requirements in this Section. B. Random drying shrinkage cracks and stress cracks. 1. Widths greater than 0.025 inches in recently placed reinforced concrete pavement are subject to being removed and replaced at the direction of the ENGINEER. 2. Routing, by any means, and sealing random cracks will not be permitted. 3. Area of removal shall extend from nearest construction or sawed dummy joint a minimum distance of 10-feet, measured parallel to the longitudinal axis. 4. ENGINEER will determine area of removal of concrete containing longitudinal random cracks. C. D.rill test cores, where directed by ENGINEER, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. D. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. E. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. SEPTEMBER 2018 02751 - Page 11 of 11 PORTLAND CEMENT CONCRETE PAVEMENT SECTION 02764 PAVEMENT JOINT SEALANTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies the pavement joint sealants used for sealing expansion and contraction joints within cement concrete pavement; joints between concrete pavement and adjacent work; and joints between cement concrete and asphalt pavement. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Product certificates. 1.4 REFERENCES A. ASTM International (ASTM): 1. C920 — Specification for Elastomeric Sealants 2. C1193 — Guide for Use of Joint Sealants 3. D3405 — Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements 4. D3406 — Specification for Joint Sealant, Hot -Applied, Elastomeric-Type, for Portland Cement Concrete Pavements 5. D3569 — Specification for Joint Sealant, Hot -Applied, Elastomeric, Jet -Fuel - Resistance -Type for Portland Cement Concrete Pavement 6. D3581 — Specification for Joint Sealant, Hot -Poured, Jet -Fuel -Resistance -Type, for Portland Cement Concrete and Tar -Concrete Pavements 7. D5249 — Specification for Backer Materials for Use with Cold- and Hot -Applied Joint Sealants in Portland Cement concrete and Asphalt Joints 8. D5893 — Specification for Cold applied, Single Component, Chemically Curing silicone joint Sealant for Portland Cement Concrete Pavements -11:A9P G • 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.2 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer based on testing and field experience. 1. Primers: Product recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. 2.3 COLD -APPLIED JOINT SEALANTS A. Multi -component Jet -Fuel -Resistant Sealant for Concrete: Pourable, chemically curing elastomeric formulation complying with the following requirements for formulation and with a ASTM C 920 for type, grade, class, and uses indicated: SEPTEMBER 2018 02764 - Page 1 of 3 PAVEMENT JOINT SEALANTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1. Coal -Tar -Modified Polymer Formulation: Type M; Grade P; Class 25; Uses T and, as applicable to joint substrates indicated, O. a. Available Product: 1) Meadows, W. R., Inc.; SealtightGardox or approved equivalent B. Multi -component Low -Modulus Sealant for Concrete and Asphalt: Proprietary formulation consisting of reactive petropolymer and activator components producing a pourable, self - leveling sealant. 1. Available Products: 1) Meadows, W. R., •Inc.; Sof-Seal or approved equivalent 2.4 HOT -APPLIED JOINT SEALANTS A. Elastomeric Sealant for Concrete: Single -component formulation complying with ASTM D 3406. 1. Available Products: a. Crafco Inc.; Superseal 444/777. b. Meadows, W. R., Inc.; Poly -Jet 3406. B. Sealant for Concrete and Asphalt: Single -component formulation complying with ASTM D 3405. 1. Available Products: a. Koch Materials Company; Product No. 9005. b. Koch Materials Company; Product No. 9030. C. Meadows, W. R., Inc.; Sealtight Hi -Spec. 2.5 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are non -staining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint -sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rods for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depth and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depth, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depth and prevent bottom -side adhesion of sealant. PART 3 - EXECUTION 3.1 INSTALLATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint -sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. C. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. D. Install backer materials to support sealants during application and at position required to produce optimum sealant movement capability. Do not leave gaps between ends of backer materials. Do not stretch, twist, puncture, or tear backer materials. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. E. Install sealants at the same time backings are installed to completely fill recesses provided for each joint configuration and to produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. SEPTEMBER 2018 02764 - Page 2 of 3 PAVEMENT JOINT SEALANTS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. G. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. END OF SECTION I i- SEPTEMBER 2018 02764 - Page 3 of 3 PAVEMENT JOINT SEALANTS SECTION 02846 TRAFFIC SIGNS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 I t. PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Furnishing, installing, and removing temporary traffic control signs, including sign faces, sign panels, foundations, and hardware required. 2. Furnishing and installing permanent traffic control signs, including sign faces, sign panels, foundations, and hardware required. B. Related Sections: 1. Section 01600 — Product Requirements. 1.3 REFERENCES A. Texas Department of Transportation (TxDOT): 1. Standard Specifications for Construction of Highways, Streets, and Bridges (TxDOT Standard Specification). 2. Texas Department of Transportation (TxDOT): Departmental Material Specifications (DMS). B. Texas Manual on Uniform Traffic Control Devices (TMUTCD). C. Federal Highway Administration (FHA): Standard Alphabets for highway Signs and Pavement Markings. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for traffic signs. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store components in accordance with manufacturers written instructions and the requirements of Section 1600 — Product Requirements. 1. Store all finished signs off the ground and in a vertical position until erected. 1.6 PROJECT CONDITIONS A. Work performed in the right-of-way of jurisdictional agencies, the minimum requirements of the jurisdictional agency shall apply. PART 2 - PRODUCTS 2.1 TRAFFIC CONTROL SIGNS -ALUMINUM A. Sign Blanks: 1. Fabricated from 0.125-inch thick aluminum, having retro-reflective sheeting on the face side. 2. Pieces shall be true, square, and free from warping, bending, burns, dents, blemishes and scratches. 3. Exposed edges shall be true and round. 4. Panel fabrication, including cutting, punching, and drilling of holes, shall be completed prior to cleaning, degreasing, and final surface preparation before application of retro- reflective sheeting. I'l 9 SEPTEMBER 2018 02845 - Page 1 of 3 TRAFFIC SIGNS L_I WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 5. Sign blanks shall comply with the requirements of TxDOT DMS-7110 "Aluminum Sign Blanks". B. Sign Face Reflectorization: 1. Reflectorized sign faces with flat surface reflective sheeting. 2. Use reflective sheeting from same manufacturer for the entire face of the sign. 3. Reflective sheeting shall comply with the requirements of TxDOT DMS-8300 "Sign Face Materials." 2.2 TRAFFIC CONTROL SIGNS -WOODEN A. Sign Blanks: 1. Provide plywood sign blanks in accordance with TxDOT Item 634 `Plywood Signs" and as follows: a. Sign blanks in accordance with DMS-7100 "Plywood Sign Blanks." b. Signs, 1.5 square feet and larger, use 3/4-inch thick plywood. c. Signs smaller than 1.5 square feet, use 5/8-inch thick plywood. m B Sign Face Reflectorization: 1. Reflectorized sign faces with flat surface reflective sheeting. 2. Use reflective sheeting from same manufacturer for the entire face of the sign. 3. Reflective sheeting shall comply with the requirements of TxDOT DMS-8300 "Sign Face Materials." 2.3 SIGN MESSAGES A. Fabricate sign messages to the sizes, types, and colors for the specific type and as shown on the Drawings or as requested by the OWNER. Use sign material from the same manufacturer for the entire sign message. B. Sign Message Requirements: 1. Ensure screened messages have clean, sharp edges and exhibit uniform color and reflectivity. Prevent runs, sags, and voids. 2. Screen inks shall be in accordance with TxDOT DMS-8300. 3. Fabricate colored, transparent film legend and reflectorized sheeting legend from materials complying with TxDOT DMS-8300. 4. Fabricate non-reflectorized sheeting legend from materials that meet TxDOT DMS-8300. C. Temporary Sign Message: 1. Temporary traffic control signs, except regulatory signs, shall have black messages and borders on orange backgrounds. 2. Regulatory signs shall have backgrounds and legends in the colors specified in MUTCD. 3. Text shall be 4-inch Series D or larger, as specified in the "Standard Alphabets for highway Signs and Pavement Markings." 2.4 SUPPORT POSTS AND HARDWARE A. Support Posts: 1. Aluminum Signs: Support posts shall be 2-inch galvanized steel unistrut, ASTM A653, Grade A or suitable grade aluminum (ASTM B-221, Type 6063-T6). Sign post shall be installed with breakaway anchor system. 2. Temporary Signs: Support posts may be wooden post or folding, A -frame type support. SEPTEMBER 2018 02845 - Page 2 of 3 TRAFFIC SIGNS WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 B. Hardware: 1. Provide stainless steel or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, crews, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing reflective sheeting. 3. Sign hardware shall comply with TxDOT DMS-7120 "Sign Hardware." 4. Paint all exposed fastenings to match adjacent areas. PART 3 - EXECUTION 3.1 ERECTION OF SIGNS A. Set posts at locations indicated on Drawings or as directed by the OWNER, with the vertical and lateral clearances of sign face respect to ground surface and curb face in compliance with the requirements of MUTCD. B. Sign posts for permanent traffic control signs shall be set with breakaway anchors. C. Sign posts shall be set plum and centered in concrete foundation having a minimum depth of 30 inches and minimum diameter of 12 inches. D. Dispose of surplus excavated material. END OF SECTION SEPTEMBER 2018 02845 - Page 3 of 3 TRAFFIC SIGNS SECTION 02934 HYDROMULCH SEEDING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Hydromulch seeding of grass is required as shown on the Drawings. Establishment of a uniform, full -coverage of grass is required in all disturbed areas, and other areas indicated on the Drawings. Hydromulch seeding is specified for these areas where grass establishment is required. B. Hydromulch seeding includes mixing fertilizer, grass seed and mulch material with water and spraying the mixture onto tilled topsoil. Seeding includes spreading fertilizer, and grass seed onto tilled topsoil. " C. Furnish all materials, labor and equipment including watering system to establish full coverage grass where specified and to maintain the established areas for 60 days. D. Related Sections: 1. Section 01330 — Submittal Procedures 2. Section 02300 - Earthwork 1.3 DEFINITIONS A. Weeds: Includes, but not limited to, Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perrenial Sorrel, and Brome Grass. 1.4 SUBMITTALS A. Submit data on fertilizer, seed, and mulch as necessary to show compliance with these specifications. Include source of supply for materials as well as: 1. Name, trademark, warranty, analysis, form, and coverage for fertilizer. 2. Name, type, germination, purity, germination test results with date of test for seed. 3. Name, type, components and coverage for mulch. B. Submit maintenance instructions, cutting method, minimum and maximum grass height; types, application frequency, and recommended coverage of fertilizer. 1.5 REGULATORY REQUIREMENTS A. Comply with regulatory agencies for fertilizer and herbicide composition. 1.6 QUALITY ASSURANCE A. Provide seed in containers showing name and type of seed, year of production, net weight, date of packaging, date of germination test, and location of packaging. B. Provide fertilizer in containers bearing the name, trademark warranty of producer, the weight and analysis, and form of constituents. C. In the designated areas for grass establishment, it shall be the sole responsibility of the CONTRACTOR to establish uniform stand of grass which is defined as not less than 150 growing plants per square foot of seeded area, regardless of adverse climatic or other conditions. The resident engineer may stop work if unfavorable conditions are likely until favorable conditions are present. SEPTEMBER 2018 02934 - Page 1 of 4 HYDROMULCH SEEDING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver grass seed mixture in sealed containers. Seed in damaged, wet, or moldy packaging is not acceptable. Store in dry location. B. Deliver fertilizer in waterproof bags. Store in dry location not in contact with runoff. 1.8 MAINTENANCE SERVICE A. For areas where establishment is required per the Drawings and Paragraph 1.06 A., maintain the hydromulched areas for 60 days beginning immediately after placement and watering as required until grass is well established and exhibits a vigorous growing condition. Coordinate water requirements with availability of water from OWNER and areas to be seeded at one time. PART 2-PRODUCTS 2.1 SEED MIXTURE A. Seed Mixture Type I: Hulled common Bermuda grass (Cynodondactylon) or approved hybrid of common Bermuda grass for the specified areas at a rate of 40 pounds pure live seed (PLS) per acre. B. Seed Mixture Type II: Texas Department of Transportation District 5 Permanent Rural Seed Mixture for the unirrigated areas and detention basins. Species and quantities included with this mix are as follows Species Pound PLS/Acre 1. Green Sprangletop (Leptochloadubia) 0.3 2. SideoatsGrama (Boutelouacurtipendula) 3.6 3. Blue Grama (Boutelouagracilis) 1.2 4. Buffalograss (Bouteloua (Buchloe) dactyloides) 1.6 5. Illinois Bundleflower (Desmanthusillinoensis) 1.0 C. Seed Quality: All seed shall meet the requirements of the Texas Seed Law including labeling requirements for showing PLS (PLS = purity x germination), name and type of seed. All seed shall be treated with a fungicide. Seed, which has become wet, moldy or otherwise damaged in transit or storage, will not be acceptable. Seed shall be new crop seed (harvested within 1 year prior to planting), free of other weed seed to the limits allowable under the Texas Seed Law. The seed shall have a germination and purity that will produce a pure live seed content of not less than 85 percent. 2.2 FERTILIZER A. Fertilizer shall be a commercial product uniform in composition, free flowing, and suitable for application with standard equipment. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers, each fully labeled and bearing the name, trademark, and warranty of the producer. Fertilizer applied during the initial planting shall have analysis ratio of 20-20-20 also containing traces of sulfur, iron and zinc. Fertilizer used in the second application shall have an analysis ratio of 12-4-8. The figures in the analysis represent the percent of nitrogen, phosphorus, and potash nutrients, respectively as determined by methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the nitrogen required shall be in the form of nitrate nitrogen. The remaining nitrogen may be in the form of urea nitrogen. B. In the event it is necessary to substitute a fertilizer of a different analysis or form, the total amount of nutrients applied per 1000 square feet shall equal or exceed that specified for each nutrient. C. Fertilizer which has become caked or exposed to excess humidity or mixture will not be acceptable. 4 SEPTEMBER 2018 02934 - Page 2 of 4 HYDROMULCH SEEDING i WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 2.3 HYDROMULCH A. Hydromulch material for areas requiring grass establishment shall be Second Nature Hydroseeding Mulch as manufactured by Central Fiber Corporation, or approved equivalent. Mulch shall be manufactured of natural fiber stock free of plastics and foreign materials. Mulch shall have a green non -toxic dye, disperse rapidly in water to form a homogeneous slurry and shall remain in suspension. It shall have a water holding capacity of not less than 1300 gms water per 100g fiber. A. Furnish straw mulch free of weeds and spread at the recommended rate to adequately cover all areas which are broadcast seeded and indicated to be mulched. 2.5 SOIL MATERIALS A. Topsoil: Refer to material requirements in Section 02300 - Earthwork. 2.6 ACCESSORIES A. Water: Clean, fresh and free of substances or matter which could inhibit vigorous growth of grass. B. Erosion Fabric: Jute matting, open weave, where shown on Plans or where slope is steeper than 3:1. PART 3 - EXECUTION 3.1 INSPECTION A. Verify that prepared soil base is ready to receive the work of this Section that topsoil has been placed and final grading is acceptable to the RPR. B. Beginning of installation means acceptance of existing site conditions. 3.2 FINAL GRADING A. Comply with the requirement in Section 02300 — Earthwork for final grading, subsoil preparation and placement of topsoil prior to seeding. All areas to be seeded shall have sufficient topsoil placed prior to seeding. B. Smooth areas that have become gullied; and loosen or refill areas that have become compacted since completion of grading to a depth of 6 inches. 3.3 FERTILIZING A. Apply initial fertilizer in accordance with manufacturer's instructions at a minimum rate of 15 lb per 1000 sf with hydromulch mixture. B. A second application of fertilizer shall be applied to the establishment areas between 45 and 60 days from seeding, at a rate of 8 pounds per 1000 sf. 3.4 SEEDING A. For hydromulch (grass establishment) areas, hydromulch mixture containing the seed, fertilizer, mulch and water shall be prepared in accordance with the quantities specified herein or as recommended by the manufacturer. Mixture shall be applied to planting area using conventional "Hydromulch" equipment. For seeded areas, seed and fertilizer shall be spread with mechanical spreaders to obtain the specified rates. Component Grass seed Fertilizer Water Paper Fiber Mulch Rate per 1000 sf See Section 2.1 15 pounds As recommended by Manufacturer As recommended by Manufacturer SEPTEMBER 2018 02934 - Page 3 of 4 __, HYDROMULCH SEEDING WEST 50TH ST. PAVING IMPROVEMENTS ,- B. Planting Season: CIP 92502 1. Type I Seed Mixture — March 1 to July 31. 2. Type II Seed Mixture — February 15 to May 15-- 3. Seeding shall not be done during periods other than listed above. C. For areas to be established, apply water with a fine spray immediately (within 24 hours) after each area has been seeded and mulched. Saturate to 4 inches of soil. Water daily as often r as necessary for 4 weeks to establish grass. 3.5 SEED PROTECTION A. Cover seeded slopes where grade is steeper than 4 inches per foot with erosion fabric. Roll fabric onto slopes without stretching or pulling. Cover hydromulched areas as recommended to obtain establishment of grass. B. Lay fabric smoothly on surface, bury top end of each section in 6 inch deep excavated topsoil trench. Provide 12-inch overlap of adjacent rolls. Backfill trench and rake smooth, level with adjacent soil. C. Secure outside edges and overlaps at 36-inch intervals with stakes. D. Lightly dress slopes with topsoil to ensure close contact between fabric and soil. E. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edges minimum 6 inches. F. No heavy equipment shall be moved over planted area unless area is to be retilled and reseeded. 3.6 MAINTENANCE FOR HYDROMULCHED AREAS A. The CONTRACTOR shall mow grass as required. Grass shall be mowed when 4 inches high. B. CONTRACTOR shall water as required to establish grass and to prevent grass and soil from drying out for the initial 60-day period. C. CONTRACTOR shall control growth of weeds. Apply herbicides in accordance with manufacturer's instructions. Remedy damage resulting from improper use of herbicides. Weeds shall be treated when 6 inches high. D. Prior to the second fertilizer application, CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. Minimum of 95 percent coverage shall be required for OWNER acceptance. E. CONTRACTOR shall maintain grass and reseed as required to establish 95 percent coverage (within a minimum of 60 days) or 150 plants per square foot. F. Protect seeded areas with warning signs during maintenance period, if necessary. END OF SECTION t � t t SEPTEMBER 2018 02934 - Page 4 of 4 HYDROMULCH SEEDING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 SECTION 03360 CONTACT GROUTING IL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section provides minimum requirements for contact grouting of all voids caused or encountered during casing installation, the annular space outside the jacking pipe after trenchless installations are complete, around shafts as necessary to prevent surface settlement, as necessary to complete portal stabilization work, and for abandonment grouting of boreholes for subsurface monitoring points after trenchless construction is complete. B. Related Sections: 1. Section 01330 — Submittal Procedures 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. The publications listed below form a part of this Specification to the extent referenced. Where conflicts between these Specifications and the referenced specification, code, or standard occur, the more restrictive specification shall govern. The latest edition available on the date of issue of Contract Documents shall be used. B. ASTM C 31 — Standard Practice for Making and Curing Concrete Test Specimens in the Field C. ASTM C 39 — Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens D. ASTM C 94 — Standard Specification for Ready -Mixed Concrete E. ASTM C 109 — Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) F. ASTM C 144 — Standard Specification for Aggregate for Masonry Mortar G. ASTM C 150 — Standard Specification for Portland Cement H. ASTM C 937 — Standard Specification for Grout Fluidifier for Preplaced Aggregate Concrete 1.4 DESIGN CRITERIA A. Contact grout shall be used to fill any voids caused or encountered outside the casing pipe to fill the annular space created by the shield overcut during trenchless construction, to fill any voids caused or encountered outside of shafts, as necessary for portal stabilization, and for abandonment of subsurface monitoring point boreholes. B. Grout Mixes: Develop one or more grout mixes designed to completely fill the voids outside the casing or shafts and to provide acceptable strength to prevent settlement. Grout used outside shaft excavations shall be of a strength that allows for efficient excavation by the tunneling equipment. Determine 24-hour and 28 day strength of each grout mix in accordance with ASTM C39 or C109. All grout mix proportions shall be subject to review and acceptance by the Engineer. C. Grout Composition: Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and water in the proportions specified herein or as approved by the Engineer. Sand may be added to the grout mix in instances of very high grout takes as approved by the Engineer. The addition of sand may require additional water or fluidifier to be added to the grout mix. D. Compressive Strength: The minimum compressive strength at 24 hours shall be at least 10 psi. The minimum compressive strength at 28 days shall be 50 psi. The grouting contractor ` shall coordinate with the trenchless subcontractor to ensure that the grout strength for any grout that will be excavated during trenchless construction can be efficiently excavated by the SEPTEMBER 2018 03360 - Page 1 of 5 CONTACT GROUTING WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 tunneling equipment without damaging the equipment or causing excessive wear of cutting tools. 1.5 QUALITY ASSURANCE A. Grout Strength Tests: 1. Prepare samples for 24-hour and 28-day compressive strength tests according to ASTM C31 for cylinders or ASTM C109 for cubes. Test samples according to ASTM C39 or C109 as applicable. Grout for the cylinders or cubes shall be taken from the ' nozzle of the grout injection line. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected but not less than one set for each grouting shift, unless ' directed in writing otherwise by the Engineer. _ 1.6 SUBMITTALS A. Submittals shall be made in accordance with Section 01330 — Submittal Requirements. _a Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. B. Work Plan and Methods: 1. Submit a work plan for each type of contact grouting required, including: a. contact grouting methods and details of equipment, b. grouting procedures and sequences, c. injection pressures, d. monitoring and recording equipment, e. pressure gauge calibration data, f. methods of controlling grout pressure, and g. provisions to protect pipe lining or shaft supports. 2. Submit details of grout mix proportions, admixtures, including manufacturer's literature, MSD sheets, and laboratory test data verifying the strength of the proposed grout mix. C. Reports and Records: Maintain and submit daily logs of grouting operations, including grouting locations, pressures, volumes, and grout mix pumped, and time of pumping. Note any problems or unusual observations on logs. D. Grout Strength Tests: Submit test results for 24-hour and 28-day compressive strength tests for the cylinder molds or grout cubes obtained during grouting operations. PART 2 - PRODUCTS 2.1 MATERIALS A. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM C 150. Type II cement shall meet Table 4 false set requirements of ASTM C 150. B. Bentonite: Bentonite shall be a commercially processed powdered bentonite, Wyoming type, such as Imacco-gel, Black Hills, or equal. C. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal suspension, be compatible with the cement and water used in the grouting work, and comply with the requirements of ASTM C 937. D. Admixtures: Other admixtures may be used subject to the written approval of the Engineer to improve the pumpability, to control set time, to hold sand in suspension, and to prevent__ segregation and bleeding. 2.2 EQUIPMENT A. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and agitate the grout and force it into the grout ports, in a continuous flow at the desired pressure. Pumps shall be capable of continuously developing a sustained pressure of 15 psi in excess of existing groundwater pressures at the grout port connection. B. Two pressure gauges shall be provided, one at the grout pump and one at the collar of each ; port being grouted. The accuracy of the gauges shall be periodically checked with an --j SEPTEMBER 2018 j 03360 - Page 2 of 5 CONTACT GROUTING WEST 50T" ST. PAVING IMPROVEMENTS CIP 92502 accurately calibrated pressure gauge. A minimum of two spare pressure gauges shall be available on site at all times. C. The grouting equipment shall be provided with a meter to determine the volume of grout injected. The meter shall be calibrated in cubic feet to the nearest one -tenth of a cubic foot. D. The grouting equipment shall be maintained in satisfactory operating condition throughout the course of the work to ensure continuous and efficient performance during grouting operations. E. Suitable stop valves shall be provided at the collar of each port for use in maintaining pressure as required until the grout has set. F. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be capable of withstanding the maximum water and grout pressures to be used. PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. The Contractor shall use contact grouting to fill any voids caused or encountered during shaft construction that could lead to shaft movements during trenchless operations, or that could lead to settlement and damage of installed pipe, surface features, or subsurface utilities. B. The Contractor shall use contact grouting to completely fill the void space outside the jacking pipe caused by the trenchless operations (including the overcut), and any voids caused or encountered during the trenchless construction. C. All grouting operations are to be performed in the presence of the Engineer. Notify the Engineer at least 24 hours in advance of starting contact grouting operations. D. The Contractor shall take care to prevent the spill or escape of grout to the ground surface, into any water body, or into any sanitary or storm sewer. The Contractor E. The Contractor shall closely monitor grouting operations to detect any spills or escape of grout to the surface or into any water body, sanitary sewer, or storm sewer. Any such spill shall be immediately contained and cleaned up by the Contractor at no additional cost. F. During grouting work, provide for adequate disposal of all waste and wastewater. Remove and properly dispose of all waste grout resulting from grouting operations. The contents of grout lines shall not be discharged into the pipe, sanitary sewers, storm drains, or water bodies. 3.2 MIXING AND INJECTION OF GROUT A. All materials shall be free of lumps when put into the mixer and the grout mix shall be continuously agitated. Grout shall flow unimpeded and shall completely fill all voids. Grout not injected within 90 minutes of mixing shall be wasted. B. The grouting process shall be operated and controlled so that the grout is delivered uniformly and steadily. C. Recirculate grout mixes when any new mix is batched or after adding water, fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping grout into grout port. D. In general, grouting will be considered completed when less than one cubic foot of grout of the accepted mix and consistency can be pumped in 5 minutes under the specified maximum pressure. After the grouting is finished, the valve shall be closed before the grout header is removed, and remain closed until grout has set. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position; the current port shall be considered grouted if grout issues forth, from the subsequent port, with the same color and consistency, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. E. The maximum sustained grouting pressure shall be 15 psi in excess of existing groundwater pressures at the grout port collar connection, unless otherwise approved in writing by the Engineer. 03360 -Page 3 of 5 SEPTEMBER 2018 CONTACT GROUTING WEST 50TH ST. PAVING IMPROVEMENTS { -. CIP 92502 3.3 CONTACT GROUTING OF SHAFTS A. Commence contact grouting of shafts after completion of each shaft, and before trenchless construction begins. 3 B. Inject grout through vertical or inclined holes drilled from the ground surface to intersect the known or suspected void. Alternatively, drill grout holes horizontally through shaft support elements into the soil to intersect the known or suspected void. Holes shall be sufficiently' close to ensure all voids are completely filled. j C. Install check valve and grout nipple in each hole drilled. r� D. Inject grout through each grout nipple until completion, as defined in Paragraphs Part 3.2.d and e. E. Engineer may direct Contractor to drill and grout additional holes if the grouting operation has t not, in the judgment of the Engineer, achieved satisfactory filling of all known or suspected voids. ' 3.4 CONTACT GROUTING OF STEEL CASING/LINER A. Commence contact grouting outside of the casing pipe within 72 hours following the completion of each drive. B. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. rA C. Contact grout ports shall be installed by the pipe manufacturer in the pipe before pipe is jacked into place. Drilling grout ports through pipe shall not be permitted. Grout ports shall be threaded to accept valve fittings and plugs. D. An attempt shall be made to hook-up and pump grout at every port or coupling unless approval is granted by the Engineer in writing to omit grouting of selected ports. E. Before attempting to grout a port the Contractor shall insert a long rod through the port to clean the area outside the grout port of loose soil and to provide a path for grout to travel. F. Inject grout through the grout connections in such a manner as to completely fill all voids outside the pipe resulting from, or encountered during, trenchless operations. Grout pressure shall be controlled to avoid damaging the pipe, and to avoid movement of the surrounding ground or improvements. Pit G. Grouting shall generally progress sequentially in a constant up -gradient direction from one grout port to the next grout port in the sequence indicated in the approved submittals. H. At all times during the grouting operations, sufficient contact grout ports ahead of the port to be grouted shall be cleaned and ready for grouting. Valves or other suitable devices shall be attached and placed in the fully open position on all un-grouted ports within the maximum grout communication distance, as determined by the Contractor and accepted by the Engineer. 1. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position, such port shall be considered grouted if grout issues forth ofthe same consistency and color, and at the same rate as that being pumped. Replace grout plugs in pipe at the completion of grouting. ' J. Pipe grout fittings shall be sealed with screw type plugs upon completion of grouting. l 3.5 CONTACT GROUTING OF SUBSURFACE SETTLEMENT POINT BOREHOLES A. After all settlement monitoring measurements have been completed, monitoring point borehole casings shall be grouted. B. Inject grout into each casing until filled. Grout may be injected by gravity flow, through a tremie pipe, or by attaching a valve and nipple at the casing collar. SEPTEMBER 2018 03360 - Page 4 of 5 CONTACT GROUTING r WEST 50TH ST. PAVING IMPROVEMENTS CIP 92502 3.6 CLEANUP A. After completion of contact grouting, all related construction debris, grout, oil, grease, and all other materials shall be removed from the jacking pipe, jacking and receiving shafts, and all Contractor work areas. END OF SECTION SEPTEMBER 2018 03360 - Page 5 of 5 CONTACT GROUTING CITY OF LUBBOCK, TEXAS CONSTRUCTION PLANS FOR WEST 50TH STREET PAVING IMPROVEMENTS MAYOR DAN POPE CITY MANAGER JARRETT ATKINSON CITY COUNCIL JUAN A. CHADIS DISTRICT I SHELIA, PATTERSON HARRIS DISTRICT 2 JEFF GRIFFITH DISTRICT 3 STEVE MASSENGALE DISTRICT 4 KAREN GIBSON DISTRICT 5 LATRELLE JOY DISTRICT 6 L1a1000K LOCATION MAP City of Lubbock TEXAS DIRECTOR OF ENGINEERING MICHAEL G. KEENUM, P.E., CFM CAPITAL IMPROVEMENTS PROJECTS AND DESIGN ENGINEER JOHN TURPIN, P.E. 1 rI`-fi„ 1'IS1 THIS DOCUMENT IS RELEASED UNDER THE AUTHORTY OF 9�"' TERRY L. WHITE, II, P.E. No. 117032 ON Septmber 17, 2015 -• ••: �A TERRvI. WHRE.R f$ Terry L. White, It, P.E. Hugo Reed & Associates, Ines Ay 9/17/IS TI{IS DOCUMENT IS RELEASED UNDER THE AUTHORITY OF ,E�YYYR ''• CFTe'IIV IfNVV1 „ I NATHAN K. RtGLF.R P.E. Na 107685 ON September 17. 2015 S"�••••-- •�+': � NATNM K RGLEP � Nathan K. Rigler, P.E. Hugo Reed & Associates, Inc. O91,7140,8 SEPTEMBER 2018 F�HDASSOCIATES, O EED LAND SURVEYORS 1601 AVENUE N CIVIL ENGINEERS LUBBOCK TEXAS 79401 TEAS UCEF D WRVEYM FIRM laan64n PHONE: 806/763.5842 TSM REGISTERED ENGIIA E MGFRW P-TSO FAX: 806 / 783-W91 WII OO2 TITLE / SHEET NOEK GENERAL NOTES 003 SURVEY CONTROL MOVLMENTS O04 aLIWMENTDATA WATER LINE 009 —0PAL WATER DSTWBUTION RAN STA 0.00 TO N-00 OW MUMCPAL WATER ODTPofiUTION RAY STA 26.00 TO SI.40.5 007 U!E w-I SALE - "a PR(FLE 000 WATER LAE M-6 PAVING OP') OONSTPUC F1iASINO - 6HDET I OF J 010 CON6TPUCTgN %M.. - S ,X-r E OP 3 OII --I— ... - SHEET 3 OF 3 012 66AJTION -SHEET I OF 2 013 OEMaITtt1N - SHEET 2 OF 2 014 0CN6TPUCT6IN ACCESS .Is EKGTNG TYHCAL SECTONS 016 mal'O"Im TMICAI. SECTIONS aIT J STREET STA 0-00 TO 11.00 0.M A FI—E OIB JOTH STREET STA 11-M TO 22-M PI.M S PROFE.E 011 56TM OTREET STA 22•00 M --- RAN 5 PRORLE ON 9DTH STREET STA R-W TO 43.00 RM 6 PROFLE ml 022 •bTX STREET STA 43•C0 TO 52•TBSS RAN A PRCFLE I NnMEC110N LAYgfT - SOTM 5 UPLAND AWIAX 621 OaW AY p9 5 p6 - RAN d PPOFA.E 028 AINEWA, AT B pR -PLAN 5 PROFLE 029 WWWAY DETALS o30 PAVEMENT MMKNOS - SHEET 17 3 031 PAVEMENT MMKN65 - SHEET 2 OF 3 032 PAVEMENT MMXIWI - SHEET 3 OF 3 DRAINAGE OSS m..E AREA MM 034 HYDROLOOC AND HIDRAU.IC DATA 03] BTORMWATER ROUTING MM STA, O.00 T011.00 o3c 037 sTonMwaTEa nanND MM STA. 11.oD TD zz•m STpR1AWATER BAITING MAP STA. n-W TO 32.50 ISy B,:•1 O61 BARRICADE STAYDMDS S -1' 062 BMRKADE ST: II 1 063 1 BMRICADE STNAMDS I A BMRKADE STAWMDS 2':'1. 1I ms BMRICAOE STAADMOS -IZ bA I MPAI'f'IC C TIM PLAN LOY6 TERM LNE CLOSURES ULTL" CONVMTENAL ROADS -IL 011 TRAFFIO CONTRA. PLMa • LANE CLOSURES M MOM HW WAYS -10 1 072 I TRAFFIC COVTRQ. PLM - SHOU MR w FM EAEEWAYS,EXPIIESSWAYS Knowwhaftbe Caq before ft UTILITY LOCATE NOTE: PceomNTORw� � wau1EM°°°ieml�rtau�LT at iox PI.T.wE RmN& POTNDLMO. TPM M MPoIIO. EM'sVPTx4ORwx0.T rPrxwaN HaMWM am aoma nLa. W an aTIEw ACTrmr OI VRHT DMTURa FMSTNO SDlB q aRwfs q TIE PROE<T eTE, a:TOP ro (w.A iOR UTILOv LOCATES AT LEAlT i wxrN DAn. RAp POMIPE TI4Y1 N OAn PPWI ro O'ASEMTX� aav MPPD}RICTIDPI aCi 14 . MAaM9 Ntl1ANG PRM, FLKq STMIEs ETC.. ADE VKO NM ORre. cxLL-ell gte°ol l++-un MLeETe: Mww.TErAcen.aw EXISTING UNOERGROU!ID UTEJTIIt COIN —lE RElPG610.E {*R LOC.RTM<N1 EMJTNC NDETERLTaD Vil-rtEs Raq TO BEONNK EM:AVRiLN. PfOME�aTIDV bO E°ia31�PN OR Nx°9 EWPSEP/DYIV£YDRreae tEa�H°NYNNITEE �T� N4F.RRRCRA V}EITES AgWNM MTFAtwwJE ALL DIICH UTI4TEaN EITRm x zmce q AeaMxvm. TRL eNRxL+E r swwrart Wa nor Div roreDPND'rtwE PROPER wrflu�nw W �, rtTal,<wx� wo"r�c�u °xTlu W«m PNoecr Aw ro rouow a.l AaaxAeLc nrooen TEw uuvsi0rl°n saEn anTEM N.LE! ro Awo unlrY IxNnvTIDPL aEfER ro rolwn NOTE. TRENCH PROTECTION: MiErtwR irtxlt NPrNs E%4£D M•. q nEN TREexx PRDTECTw M REaaEo fan Am PEAlGE TRONCII PADTECTON SNN.L rtPROYOEO BY LEETxD APPtICeelE REaaESExrs W oEvwTMON W LABDRNAP a OP PART MEe. "ocafnTlDMeL aAfEn a01Ea.TN mNoaroe-ExuvATWn.' TRFNa Sa;n aEavL PL/»a+D. AM eRCM.NrATW 6lO.[Lv TK MaPGNOIITT' W T!S <OMRACiq bOM BEVGO Trt 4COPE W T11ER 0.NE. T etl TeE6TWT N'Clet 4 PRWIEaeRF. T1E CONTPKiq 91N.t WN A DEOPIaTW D.YNETEXr PERSON W-sire wN 9Ra1 eL RCJNMRC Pq eEPECiON4 NO TOOPoEtt oNLl10°Ert01.04D wLMPnTRUCTIDN aaFnrt0�D9APEn COMPACTION TESTING: rtGrt°ceRBaLxEwE�oT OOaD°Ep. IT xEPEPEcrOR4°viP E9FN Trvw �rTFsra Uf°Ln<P MIKLEM WaNTv ealOE q PaHE ROD TOOETGMNE f a 9!W mango PROCTOP EIgIIr VIx A NM OCCgrtO. ROBERm TEeTe PYLLwi PeNETWTE4gE TM woNOIFS tY1 Prtamr wEPa<TED Tanta. RMTRATOH MORE TIE TwJ r2aEe Nu racATE FatINE. PROBE RWOO gEMIO. gTMaNNENTaA�ieL° BL°�°n[NORTEfKT DprwC Ww INER AT illEa ERPEME. --10J-IT-fA-MP awTER 0 W THE OTv WW LUBSOa CWE W tT00a'ffS SEDNWN ABGVda! - EMAVATRN NO FlLIA N aREAl OiHT TNW LITRE NEA0. PRDGDWESFq lEWRxO RRHlSW. TESTro SNM.L eE vEPfaMED x axmoaxE NTN asnJ madam m < AWIaIFAOa TFATN<LaBGMTOm. bTM 4TIE aEPoCW SOCETYFM TEmeK N'ID TESM10. °MGTY�trtd RSPN(riYw1 ST6'Ostl ROCTQt DOM�°N �a12 wrtM a4TM <. FEt00E1diE4 LI4LNDETFAAwlFDNACxPONEE NTI A4TUl0-EMT fRNBER leLLOWl Wln1TY METIiWI. RaiM D-RA6IaP1A CO1E ttPMITv METNW).OR N3TM D-LSEINAERR pETnTY METIwI. f0Ul lal PELO DLNN*IE49wLL SC Tara PEN AOKW PLL anT<BVtL ao OnlSTES SIPLL BE THEN FM EAa 9R EeSl16'1 CEPTRI. M PdlTla TNEREW. W fUUEEWD gPPM W PP.L MaTERRL. EKN NEA W RL LIAiEPo01 LFS9 rl V pk. WU' l lm ROE lNal WVE A AaeM,a W TWOIN fELO OENPIEa f91 EAfa S%Ma fr7 OWlN al0 ML0.4 W r11 aCTMC2N GE MW (Im eqC b0 PE f 0 aC1E eaxt Ww A AxNr W TWEE G) FlELD OEN91£! fOR EKN 4x W0116') WPTN. eea LRr aNetL Ww AMNwr q.gWmwutr+. RTIE FBtO DENBITES lNALL BE TNEN N 8 a AweNER M TO eE A EPRE£MArnE lavPtNe of TIE (el oEPn+e. iN; taeATw W TEe'f8 axt ce PINI01rONAretY ePAt[D ro MPR[RIli JRt Na aTONMAre COOK AK.n W [Ra D�EPI10°�OEOre°A PEreOMEY ATIVE Sn�W1.IX�6 MAT �K Al WVLOCABE�� WN6 aitDiA MTaMO �0fC0 Nl°�P.E.iMaO�11.Ia PI.M, TFD gWRAMAP TO an EN�6NEEn wT°ux � rsml°�nEorra �r ar'M"r an�°FE.LexNr_ aE FuaNED ro rrE FU M+tNEPo��art�ASTlcd rwl��r'Eiw.wo wra'"�vA tatE°NI.L�eew'r oxcenDEo.T A LOWrLN aNr.E TIE rmsMrEo PFac WATER ¢EVATw a TIE PLAYA LeNE A �SO.EttPo� W�TTERYL SINCE BE e.ME1iFa TO ilE xTE FGt ADDITIONAL GRADING NOTES: Kt PRONJW PEReETER OJT a RL A4 .a LIW.L SE WMTRJCTED AT NO MORE f}EWDI TNPTI YNdeLpVTK 20 t YOITKK- caTRAcia rom�ei°ace aN r MOMN W Ta=ea. Fq rTNL Lfr PLAaTENr a tla. �ENe�t SaE, u TEST IEMxT4PO1 MMOVK PRMR ro ceLLVK w PAYMENT wu eF aE TO coxrRRcrm fW ANr mw-wGEr W rgTEPoa.a, CONSTRUCTION INSPECTION: aDMSTaucila NPE<TIDN ao TEsrexi a KL ce POFORED m arr W LLMBOq RRl�LfiEp LWLBEP�EYa TIDE OMER MONO Uiv WLL400q MFECTWI Asr w Tw� ro Ev �mr W ussaa.uoE<TOR nT ELEVATIONS AND dMENSIONS: �Ep �„OA NIE NaWtl. aDD 1200 w11ENi NER99PRV TP CBT.N WY9tl eLmAr�oN sY�ACO� PovNO uL4[saoTII�CRM LC�NDiCTR°EET tExTERLN:, NqT OREMtlH6 ert AEaMaED TO TIE EWE W PaVMNi I1NLE99OTawwM ED. WNC mATMM IAE lTREET CEmEPoAIE STATON4. PFAEENT 9.OPE6 MiE GL0.l.PiFD KGN am WLE04E W I>vE1EM. ALL MMr mPTwra K K<xo tFMFALNE W PPE. UTILITY NOTES: CRRRPCiOR TA M6 W KPC04MDK<Eaa A MMETEPOMA MW FPE MORaxT eI4TaLLATON. a— w?N TIE a-aa PARLE. PAVING NOTES: wBOPt IPNq EPE6MO1l CGnTINCiEOx MWroaNCE NTN TK LATCSTCM BMCWKRETE STrtfT PANG eHMl rt f TMa ]eW P.4 b OAY lTRFKTx will w! a aT e' LRORWERRL NO M can AT Ea' ganVEinE.9MgaE 9IPLL rt IY TIRa W WPOiW TOISY a L%4T Y°WCP aOtt01 Wrta a !i OmWY W6NIe:. ma'aoe°Paoa.Wra T— cEKED'LE°Ywa Omtlu°e-�.IaxTTT -T i N PL4 NMK PANl69NLLleE Y TNILx TYPE Y' PeNW. Ta xrxEEx T+rE! W wwaEnr. eam.crw swLl. Howe ell PPPI(ROLPS Nb wpreR vKwb xw.l eC 00.aSTCO TO PFALOOAlOC, IrEDWR IHKt WN Oir OPLIABOOt TYPE'a" ql® axP O1TTEll a0 eE LP PAVING NOTES: wN°rtmr IJR'inera* W°rxie mA°r WileeoacrNrtrawPRJ'Eraa� sra°�'oaRTR°w aqm gE<FGTON4. OEu xxgarEw PRW rN! rtaP SET mfLEn wra TIE--T wmT°�a °Fm� v r°nBeaWu ol°r�Puu�wN� uai41Y1De ne�Pr °r E ueW a�w�i ENWEFA 4VE4 waT}EN AgxgK FM A ePEONO vPPWN£. LEGEND PROPOSED UTR.RIES PROPOSED PANNO MPROVEMENTS TOPOGRAPHY amwnreex —r,�-Iw�Ho aTe vcK cgTw lww.l -NNPgEO PaxRP NMAW aIITOIITwCa •C Q--RM]Nprrt Nrowq O-Po9WF0CRWaEI<Paws Ee-NIWDNaNq 0-PoMOPerPw.EgrFPIEa:,E.,Nx — wMPLwW xwq eoWNe rs 'eGRw,gPPM [�PRNWmPADmP.D . rTwmaaen xuRc EXISTING PAVING IMPROVEMENTS lXIBTEX/UTAJTIEA ED cpn w wTw aa'uL ABSREVIATpNS: lRgeT�w M°�tlLawn uwnp - �PwI1OPATWI m-en I e - ea � rea�al wLiTa _ s�lr�e �W°Paw ou«W W war 4) gOJfM UTIITlE3 wTPN.am RP[R TaaOCY ® mrneaPne aro seen _ +Iq SNRE TESTMrtPRRM LWaTOa NIOVOE 4mRO.4C MmORATMN STW ARO NPER 1UM4 uATl WATER LM ENw1EED TD gRMrlaNc n oK«Mx PPgiraTE TClTNO. LOGTIGR ARf IOfl aRCPC�I 1 sOiDAatt tLamEsontY,Ca*Racrq W awe: Jela aNA WgpNATE TElrxD LOC4TI01! el0 $Mxl1M NTX amlanerE AOTNGaI'Fa. CONTACTS: Nk-<LIIBUIM 9WwYgf. WR RRRP wO APwtbrn. m. Nq AwnwN LM.wM. Tx Tln01 Pk teOBt TW-ENi Fm fexl TA -Sell aK ENENEE0. 16�00 � awPMRlw. Yx. (Oil wbw. TxxTN01 PKm, i�0.r-ae91 PUSUC UTILITY CONTACTS: WF r+..er-MRlwl epN. lOIO A..0. MPm 102 L�aeWarr lash R f1081 TI-M1TN fm (e°ll Tsl-lxe4 Nn-Xwwr Mx Ian daaMP aN. TOp LNb0. TX TN01 few)Ar•oem fm (ECx Ae-Jb N6'Mw SaN.aM-v.P NIW teo xwla,v eµ r.W TSaG [LECTRO �LRNR oa leMl m-axn PM leosl xl-MAT ! LwP-.N eMm oo. e« Meal L.IPEWx. Tx Taws YEG a anYa1R P.o, eP. Nso LMwwx, rx Tsws rn-eco r:: teat m-a» FR teoll Tn-mT WTWKaOA�sEME EmryrvEm°a-Llm O:..n P.O. BOx IILI LANm1. Tx 1NM Ae (e0618eT-T]0 m (eOtl fm->M8 tw. Mar eP.l s�ialw c. warcwA rr TSJN W Eocene: eNWleaaw: m leal a+o-oe+a leRRNm-ONTwr a FAPRP/nq n°Wn>P.W LIeDWA. TX TlR01 JMn TwM-O.WIDWr+.. Ga sY.w .w�ew, rr nwl Plr IeoH m-Eao fm IeaH rn-EDN o2 lexl m-aa fm leOO m-JOTr xerterarA ,Inn Pwe-qNl eMnaLw+Nw Po eox mad I �isare nw Pn (eoN aas-alx STREET PAVING I GENERAL NOTES 002 Wok M H1UWi Ow $� NQ �27 O a vomm> m aax- Iwo was-wauar�um-ue��.+n�a+wnw�asa�w»mra .+K raumww amr. ru 01 g I fir H 11 g, IN N II I III � I Z 0 ROADWAY ALMACNT DATA (CENTERUdNE ALIGNMENT) wrw«*rwraiwsr*»arrrsararssrssais*4sri+►«ar4w CL-50TH STREET BEGIN STA 0+00 TO END STA 52-76.93 FROM POINT. X-10378.947 Y-65650.426 TO POINT. X-15652.842 Y-65471.351 LENGTH - 5276.935. ANGLE N XY PLANE - S SBD319" E DELTA X - 5273.895. DELTA Y --179.074 sra44wa**ssisrrrrrr»as»aasiutsra►ss**ttr*wr TRENGi DRAIN ALMAENT DATA (OFFSET ALIGNMENT) rrsst►rrrs►►►is4as►is►4rr►«««sas+rs++ast++rra CL -50TH STREET- LEFT -38.000 (NORTH) DRIVEWAY #2 BEGIN STA 10-39.65 TO END 10-73.65 DRIVEWAY #4 BEGIN STA 14+38.86 TO END 14+72.86 DRIVEWAY #T BEGIN STA 21-31.13 TO END 21-65.13 FROM POINT. X-10380.236 Y-65688.404 TO POINT, X-15654.132 Y-65509.329 LENGTH - 5276.935 ANGLE N XY PLANE - S 88D3'19" E DELTA X - 5273.895. DELTA Y --179.074 gR4ttrritttwtiirrtrMHtti+rrt#444Hs44ttttrg4 CL_50TH STREET-RIGHT-38.000 (SOUTH) DRIVEWAY #I BEGIN STA 6+91.82 TO END 7+25.82 DRIVEWAY #3 BEGIN STA 11-65.15 TO END 11+99.15 DRIVEWAY #5 BEGIN STA 14-92.57 TO END 15+26.57 DRIVEWAY #6 BEGIN STA 18+95.49 TO END 19+29.49 DRIVEWAY #8 BEGIN STA 22-54.50 TO END 22+88.50 FROM POINT, X-10377.657 Y-65612.447 TO POINT, X-15651.553 Y-65433.373 LENGTH - 5276.935 ANGLE N XY PLANE - S 88D3'19" E DELTA X - 5273.895. DELTA Y - - U9.074 4++wr*rrarrrtrr+rrrs+sirrsa►as4►iris4*st+irrs+ CULVERT ALIGNMENT DATA (CENTERI NE ALIGNMENT) rrr++rtra+r+rrsass►riirssrtraii►►►srs4►wr++rr (CL_50TH STREET STA 48-35.03 - CLILV-09 STA 10-00.00) a.Lv-o9 CULVERT #9 BEGIN STA 9-00 TO STA 13+17.51 FROM POINT, X-15207.797 Y-65386.405 TO POINT, X-15221.965 Y-65803.672 LENGTH - 41T.507 ANGLE N XY PLANE - N ID56'41" E DELTA X - 14.168, DELTA Y - 417.267 CONTNIE STA 13+17.51 TO END STA 13-33.97 FROM POINT. X-15221.965 Y-65803.672 TO POINT. X-15233.995 Y-65814.911 LENGTH - 16.464 ANGLE IN XY PLANE - N 46D5641" E DELTA X - 12.030. DELTA Y - 11.240 TOTAL LENGTH- 433.971 **w+rirrrrtsrrss»*«at►i4ar«*rrw►w*wrr**+uar I STREET III PAVING II ALIGNMENT DATA iwaza 004 w 8 w w 8 1 4 1 rc—m —7— Wi�i0 w j LINE W-1: STATION 12+00.0 TO 26+00.0 Pm t. wwTe,.!::::, MM LN. SUMMARY WEST .;r N-ewt ow 50TH STREET PAVING IMPROVEMENTS DISTRIBUTION PLAN (STA 0+00.0 - 26+00Aj 005 S + 0 Q rRL xronexr trx-si � . _ �'p ... nz n, "'imam aeF)x•)sr+.ei 8 LINE W-1: STATION 26+00.0 TO 40+00.0 SCALE 1':w' FARM O MS --low IfH-nl n RAS xrpRAVT IfX-el BU1Y pEP)H-]ie0.9e A,a. &NIY OFAi -lZQA it LI WATER LNE BUWARY `�wow.vA9Q+o•uw.nwromoerNo+r z:.zas woata ermwcattla+rxaReeucaa eao°�or�rwioe..rrnlwieroAtrowrvmum.r _ ,mus wemwc.rxw w+oA rxrwom;wwNrw)QvuwANovuweox.ma uelow wer. Q+wrwmuwArovntwwr v, rum wc. err ttE e•wn vuw Aso vuw ew man.m,ov,umE.croavexroRANrallo,o-w)e za•n.a nrrcnoee:xaRw.ranv,¢wArovuwecaea �xawtR a.a t a, r c.00 rvc r KaKS°YfNrWlievNwwOVNw Qw,metrr rx�W C+oORLrrYR wP,Be:+TwnVAlwArovKw BDx • r; � a + aWMe tTArnR NarwfwnvuwAlmvN,w NW,Oot.r, + +--.reixD rrv°t�AWW1w 00�Ax)rX.Fv.9eS re•wn O.OtA m9weCgetemruxiatOPPOraEdlmrttTOmw m•me tTATnR MYiM'rwn VNwuYvelweOKmtr. TXQxvtAnm NRQmenwr.rrwn ..)o exaaan Armvuw xt< e++s no-m9:Nwmrwnvuwunvuw etx.mt.r x•w.o r �m �r �.eµr� �rwe�am t,r.. mwxrr«.n;vawr trwnvuw eo.ma tweoe.mtr. +wets rwnvuwwovuweaem4r. _ XwQ,unKmen:wK r.lronn. rc uowcrozlicmomxrimacv.Qn trwnvuw w+. rKreiverreea n AIIO VN,wew A+«.) rAo-ne:QaQNo-wnvuwArovuw9or,mtr. tang xrtramm:X9Rm:ww)evuwn�ovuweox.e'°°°,,,m"`c,�i°,rm�"`'OPeH)°"":"E"r.,rwn i°oiumrw, meta Armow wwAr: eoun.. �'�iivuwAXovuwRxmLr +rumwctr a•ae t.r aonrmwtrarwwr,wesn,rw+evuw Aso uw��rwe °emwui aNwv�r±iam' wew wnw x•at rro-arom:wR.o-wnvuwwuvuweoxa e+nee w+.w.w.mt.a. Lr 99m+^.C.rA°O ATPoMr9P WAr:eWM:r rC�+mn%C )OrwtwOeNnPwYf Pxna wiewwtnwwa't°.ArvveaT�irtaA)er:K .°0°,m°�Cviiwe°110oQ m.m.e rx ae:tamX: trwnvuwAwvuweasx A . er,ivaewc. mrwo:sw+m:mwrewawAw trxe +xrrwoaxawRo-wrQvuwunvuwe9xa w`�Krmw°tlfiovuve +rcmoF.c.+rrtw;xMc lroAn rc. nuoAr waxrwwnneounXo- eat tn:%wG°0°iw Aw—m4r.rumrx,ratm uawworwAr,weer:+rentwttvuwN+ovuwew et eaQ nnw LINE W-1: STATION 40+00.0 TO 51+40.5 SCALE 1':w STATION° MAATEB MAD 19M1 XAUZ epf10 +fk1 n°NQl matem Qmmn iani'.m �f WMY tYArnQ +reo-nQ emm.» mmeu nRQm°awrt rnexrovwr ou i») mews .mt �r a'x°'eoa rN+o rremiemmwrR roman mN9m a LLI Z H Q Q� V gmmamE 3 0 �,,tww:tiEBi« Z a WEST IOTH STREET PAYING IMPROVEMENTS NQl tEr•E MUNICIPAL WATER DISTRIBUTION PLAN iTA 26+00.0 - 51+40.5 �, 006 -.s:<.n.x. .... -:i:..,:-n'�.a eo. gevEan Hr aY�adiY9ro �r¢+i"'� ...•"�e.,..a-tai:.»ata�r�rr..;::n-,., - - c-9➢D PD "I E'c-iqD PK ul�a. 5.00 4.00 3-00 2*00 1.00 0.DO -0.50 LINE W -I BORE 1. C� SHALL NOTIFY LUBBOCK & WESTERN RAILWAY BEFORE COMMENCING ANY CONSTRUCTION ACTAATIES WITHIN RAILROAD RIGHT -OF - WAY, CONTRACTOR IS TO ENSURE ALL PERMITS FROM RAILROAD OWNER ARE IN PLACE PRIOR TO CONSTRUCTION. icEee CMMp NPE e�er�;S�ILI� 1ll�,l� stall ier�i� lI L-o, wm LUNx -+e• I. e — OF DAM. Prof ro NENOK TexMro — I —T DAM D ME CYMER Prof 2 TME END-YlL SXN.L OE ATI—EA TO INK MN) CA9ND 50 44 M PRDxOC � IEH-Ilan END SE.4. .l DD CA9HC4 OKx 1D INCHES M DINMER0. D/S D/D EIM a fNd DL 9f� � B.W05 W EAOf L L * CASAN EOOM 1 ENDS wlo-oa m NNCHFlWNO NCJ10ExT NPE TRExdES 0. GEMO SXKL eE NOH-CDNTW. D/D• TNKN. Mro lr M aNNEIw. WEST 50TH STREET PAVING IMPROVEMENTS ExEET wuE LINE W-1 BORE PLAN AND PROFILE WEfl mu 007 TYPMYAL vLLVE Box AD OBER —NA.C. PAt£AENT COCRETE-- I (RDT RESUMED N - COAIETEPAWAENT) �y�AL ..,_.TYPICN. 6PTE VLLAE WATER MAN TYPICAL PPE - 6" X B .6 W`, 26D5 PM COaOETE BEDON66 �D Dl lIN)ER BODY 6 &Am vLLYE4 EMBEDMENT t°a I n � r vLLVE BOX MMLAB 2' BpJaE � PAD COVER (TDT R;OIRIED N VLLVE CANER SMA.L 00VO ETE PAV6AENT) BESTAVPED ._..» 'WATER VALVE' PM EW 1. TREAT EACH SIDE OF VALVE 15 A DEAD ONE OF EQUALIN) .1 iNSTMt THE MRR HI FULL LENGTH (i0R A DEAD ENO) OF NLLY w4A�V RO COINED PIPE THE AK AND SE ON TPA SIDE OF VALVE 2. CONCRETE SI)MORT CPADLE AND SUPPORT PAD SHML BE 2.500 P.S.I. MNCREIE. OLYW APSOLIS BURIED ANTE VALVES AND FITTINGSC TOROUE VALVE PRIOR M SAC BE LIEL PER SS THAN 6 FEET FRERS PECOMEN TOP Of RAHE D N WGRE VALVE 6 FEETEi, INSTALL EXTENSION so THAT TOP OF- IS LESS THAN 6 iEET FROM FINISHED GRADE, S. SET COVER OF VN V SOK AND COUAR I/A' BELOW ORI E IN PAVEMENT OR —DER. AND 2' ABOVE GRADE ELSEWHERE. eBURIED VERTICAL GATE VALVE DETAIL aoe NOT TO SCALE rwDLL Fth xronA+r BAIX a GME aR EDGE a PavEMENT TMDeI vLLAE Box am twER W1DI C9xOMETE <IILLM CWC DAB / G" F6S6JPD fAAtE 51ASet£ PA'PGER ERARN TWRC PSI WATER ,.6'<•900 NDE CDNrnETE TNNST TE / MPN 6'WTE / RY%CAL VLLV£ PAVEMENT ATCEIt EALAE 6 ADvtAY V // '�. TVPCnLL'A - i IY Lry� VW.K BIOIXW 9'DITLETMJ.XALC / OR MYJkR TEE (OTTCNLL) SOLE-� VgiNMJ. XM,J, VALVE ME -RANT LNE NOTES: I. IN SPACE BETWEEN CURB AND SIDEWALK, OMENS— FROM BACK OF CURB OR EDGE OF PAVEMENT SHALL BE S' MINIMUM AND 18' MAXIMUM, IN PUBLIC AREAS OR COMMERCIAL AREAS, OR WHERE SIDEWALK ABUTS CURB. DIMENSION FROM BACK Of CURB MAXIMUM. FREE OF HYDRANTSENT S HALL HLL EOT BE PLACED WITHIND 8' S IDEWALM AREAS. MAINTAIN 3' MINIMUM CLEARANCETOANY OBSTRUCTION. 2, N' STEAMER NOZZLE SMALL FACE FIRE LANE OR STREET ACCESS 3. FIRE LINE PIPING SHALL BE SANE MATERIAL AS MAIN OR MINIMUM C 900 PVC ORIB CLASS PIPE AND HAVE RESTRAINED JOINT FITTINGS FROM WATER MAIN TO FIRE HYDRANT. LENGTH SHALL NOT EXCEED 150'. K. FOR BURY DEPTHS GREATER THAN 5'. ONE BARREL EXTENSION NOT EXCEEDING 2' IN LENGTH SMALL BE INSTALLED DIRECTLY BELOW THE FIRE HYDRANT. 5, TYPICAL V2- ROCKPIPE EMBEDMENT MATERIAL SHALL BE PLACED AROUND THE BOTTOM OF ` ET, HE HYDRANT FOR A RADIUS OF AT LEAST 1' AND EXTEND AT EAST I' ABOVE THE OUTLDO NOT BLOCK DRAIN HOLES. eTYPICAL FIRE HYDRANT DETAIL NOT TO SCALE 9HIOE CF FLASK ROW M151DE OF STREET ROW E —� COURSE OR EXISTMG PAVEMENT MATCH l-- Gfl0UA0. MATCH EIDSTMG FMAC MATERIAL AM EXISTING THICKNESS OR PLACE NEW FMAC AS SPECIFIED. STRUCTURE ^6.� / 1_ 12 /8 1 Bl4 A''I r WIFRVL '::� LLL TRENCHES AND BLEGATOR FOR ALL 11WE5 OF PIPE. VMVEA AND CAFTU, BACKFlLLED WMA SELECTED BACKFKI WIERW, RREE MGM OF THE LEGATOR S OR FREE FROM ALL 0 BOULDERS. OR OTHER DUNS.ITAOUEME WNICAL THE HA D F. TAMPS MATERIAL SMALL BE THOPMgNLY MMPACTm MiH MECHANICAL OR HAND TAMPS TO MDWMT OF ME PIPE. THE BACKFILL AAOUPM THE PIPE AND 10 A PORT 12' ABDvE THE TOP OF THE PPE LULL BE SUCH ASCAREFULLY PLACED BY NAME, AND 9HW. CONSIST OF R. WKSY R HARD CLOGS SUCN AS WINE SANDY SOIL FREE E ORGANIC WTTER, ROCKS O HARD CLOGS LARDER THAN K USES, INCH, OR OTHER DOTAL ALL BE EDGED W PDNTm TERLL D WLL NOT BE USED. THE BACKRLL WIEMLL SHALL BE iHOROWHLY COMPACTED WITH MECHANICAL. OR HAND TAMP$ TO A POINT(12J INCHES ABOVE TOP OF aF WI rE::.....................:...A TEA' TERRY L WMTE, B �S I„'. •• .• IIT0.l2 i P«t� ' ,i •'i;�J,,; P. I ' PRE THE WTEMLL SWLL MOSTENED B NECESSNW, AND iMORWCHLY COMPACTED WITH MECHANICAL TAMPERS TO A OENSRY OF AT LEAST 951E OF MAXIMUM DENSITY AT OPIRNM MOISURE AS DETERMINED BY ASfM me, NO BACNFILL WTERML SMALL M DROPPED DIRECTLY ON TOP OF EXPOSED PRE, tt5}} L, ' �r -"BURIED UTILITY VMTMN✓G TAPE THE REMMNDER OF THE BACHFLL DUT A ABOVE TWELVE %CMES (12 MIGMW THAN THE TOP OF THE PIPE AT IN UNPAVED AREAS SMALL CONSIST OF CAR LLY SELECTED MATERIALSUCHAS WINE, SMIOY SOIL FREE OF GROUSE MATTER, RICKS OR HARD CLMS LARGER THAN TWO IHOMES, OR OTHER DEERS. WTERK SHLLL BE WCKFILLED TO MTHN 12' OF %NM GRADE WY HAND OR MECHAWCAL EOUNNINT WITH LOOSE ■■■ P x0. MiE OERWPMH EXCAVATED MATERLAL BS 6' MAXIMUM LIFTS AND COMPACTED BY EXCAVATOR -MOUNTED BACKFlLL CONPA:RON OR —m MECHANICAL TECHMOUE TO A DENSITY OF AT LEAST 12' A ( ---TRACBI WAE // © 95A OF MAVMUM DENSITY AT — OFRMUM MOISTURE AS DETERMINED BY ASNM MS. THE REMNNIM 12' BRL BE SACMIJ.ED WITH SUITABLE TOPSOK WIODIL R, EXPRESL-V PROM&TES. NOTE: SURFACE RO90WG AND WATER JETTING OF BAED AFTER BY ALLMI TRENCHES AND SHALL BE BACKFlLLm AFRA ACCEPRE A 3 / p � OTHERWISE T WSPEDTOR UNLESS OTMERMSE DIRECTED.1NVA TE THE EHONEER. WINE ORE 10 BE / 2 AWG SOUS COPPER W/ 50 MIL xMWPE INS B" IAUN WINE ON TOP OF PE SECURE WITH PUSiK: STPAPS AT 6 iMT INTERVN3. y$ .` 3£ a WEST SOTH•i� STREET PAVING IMPROVEMENTS r-- M6x. 1pxEN1CF6j wlDix eWATER LINE TRENCH DETAIL ooe NOT TO SCALE WATER LINE DETAILS UMBER 008 F-: • 2+ C) N as I IA g IIII in Hn7' 11 e+ PHASE 1 - REMOVE ASPHALT PAVING - STA 25+00.00 TO 46+%62 oae NOT TO SCALE 1, SLOPE TEMPORARY ROADWAY TO ORAN TO SOUTH NO GREATER THAN 2%, 2. REMOVE MALBOXES ON SOUTH HALF OF BOTH STREET AND RELOCATE SOUTH TEMPORARY ROADWAY. MAILBOXES ARE TO REMAIN ACCESSIBLE TO POSTAL SERVICE AND HOMEOWNERS AT ALL TIMES. 5. REMOVE AND RELOCATE EXISTING GATE KEYPADS ON SOUTH HALF OF 50TH STREET. COORDINATE REMOVAL AND NEW LOCATION WITH HOMEOWNER. 4. COORDINATE RELOCATION OF OUMPSTERS ON SOUTH HALF OF 50TH STREET ePHASE 2 - CONSTRUCT TEMPORARY ROADWAY - STA 00+10.99 TO 25+00.00 WITH CITY OF LUBBOCK, Doe NOT TO SCALE 1. R P5NDTF3 I, REMOVE MAILBOXES ON NORTH HALF OF S ARE STREET AND RELOCATE BEYOND SERCONSTRUCTIONI AREA, MALBOX A ARE TO REMAIN ACCESSIBLE TO POSTAL SERVICE RELOCATE HOMEOWERS AT ALL TIMES, 2. REMOVE CO RELOCATE EXISTING GATE KEYPADS ON NORTH HALF OF HOMEOWNER, STREET, COORDINATE REMOWL !PS NEAR' LOCATION WITH OF50T e PHASE 3 - REMOVE ASPHALT PAVING (NORTH HALF) - STA 00+10.99 TO 25+00.00 5 'MMT COORDINATE T YTOFRLUBBOCK, SOLO ELOCATION 01' aWASTEEDEPARTMENT,DON HALF OF 50TH STREET NOT TO SCALE I. REMOVE ASPHALT PAVING FROM STATION 25-00,00 TO STATION 46- 19.62. SALVAGE FOR MILLING, 2. MILL ASPHALT FROM STEP I TO INSTALL 10' WIDE TEMPORARY ROADWAY ADJACENT TO SOUTH EDGE OF PAVEMENT OF EXISTING 50TH STREET FROM STATION DO- 10.99 TO STATION 25� 00.00, 3. REMOVE NORTH HALF OF ASPHALT PAVING, INCLUDING EXISTING DRIVEWAYS, FROM STATION DO- 10.99 TO STATION 25-00,00 - NORTH HALF OF EXISTING 50TH STREET TO I' SOUTH OF SECTION LINE, MILL ASPHALT FOR USE ON TEMPORARY ROADWAY ADJACENT TO SOUTHERN HALF OF EXISTING 50TH STREET FROM STATION 00, 10.99 TO STATION 25.00.00 IF NECESSARY. 4, REMOVE BASE COURSE FROM NORTH HALF OF STATION DO- 10.99 TO STATION 46,19.62. SALVAGE FOR USE TO CREATE ROADWAY EMBANKMENT NEAR RAILROAD. 5. INSTALL WATERLINE FROM STATION DO- 10.99 TO STATION 51-67.00. SEE SHEETS 005-007 FOR DETAILS. 6. CONSTRUCT NORTH HALF OF ASPHALT PAVING FROM STATION 0.10.99 70 STATION 25.00.00, 7. REMOVE EXISTING DRIVEWAYS, ASPHALT PAVNG AND BASE COURSE FROM SOUTH HALF OF EXISTING 50TH STREET FROM STATION DO- 10.99 TO STATION 25-00,00. SALVAGE BASE COURSE FOR USE TO CREATE ROADWAY EMBANKMENT NEAR RALROAD. 8. CONSTRUCT SOUTH HALF OF ASPHALT PAVING FROM STATION DO- 10.99 TO STATION 25.00.00. 9. CONSTRUCT ASPHALT PAVING FROM STATION DO.10,99 TO STATION 52, 76.93. SEE SHEETS 017-021 FOR DETAILS. I cam. I, STATIONING IS AS DEPICTED ON DEMOLITION SHEETS WEST 50TH 012 TO 013 AND PAVING SHEETS 017 TO 021. = - EMSTNG CONCRETE RAMS STREET 2. THIS SHEET IS INTENDED TO BE USED FOR PHASING B SEOUENONG PURPOSES ONLY. REFER TO PERTINENT ®- EXISTING ASAIa-T PAVING PAVING SHEET FOR CONSTRUCTION DETAILS, DEMO ASPHALT,concaETE PAwNG IMPROYJMENTS 3, NOTIFY HOMEOWNERS BEFORE REMOVAL OF MAILBOXES AND GATE KEYPADS. - PROPOSED ASRHALT PAVING m Kwr 4. NOTIFY LUBBOCK d WESTERN RAILWAY BEFORE CONSTRUCTION COMMENCING ANY CONSTRUCTION AC71MTIES WITH ® - PROPOSED TEMPORARY ASPHALT —NG PHASING RAILROAD RIGHT-OF-WAY. SHEET t OF 3 - PROPOSED CONCRETE PAMNG s 009 rm ZO., J +h tflp aQ �Y) ePHASE 4 - REMOVE BASE COURSE (NORTH HALF) - STA 00+10.99 TO 25+00.00 NOT TO SCALE I.A CONSTRUCT TENFORARY ORVEWAY FROM ASPHALT MILLINGS FROM PHASE 1 AND 2, TEMPORARY DRIVEWAYS ARE TO REMAIN ACCESSIBLE OUANG CONSTRUCTION. PHASE 5 -INSTALL WATERLINE - STA 00+10.99 TO 51+67.00 2. REMANDING E>gSTING 50TH STREET PAVING NOT SHOWN FOR CLARITY PURPOSES. ANA NOT TO SCALE 3, STATIONING NOT SHOWN FOR CLARTY PURPOSES. Z 8 +'c!'4EYu Q s'"9yTERmL. TEP �$ A„E �PPM. I C R NDTFS. 1. CONSTRUCT TEMPORARY ORIMEWAY FROM ASPHALT MLLWDS FROM PHASE i AND 2. TEMPORARY ORDURVEW4v3 ME TO REMAIN ACCESSIBLE OLRNO CONSTRUCTION. ePHASE 8 -CONSTRUCT ASPHALT PAVING (NORTH HALF) - STA 00+10.99 TO 25+00.00 x. ACT ATIES ON NORTH HAL EF OF SOTH STTREETTcOORGo°INNATEiNEWDDRIIVEWA NOT TO SCALE CONSTRUCTION WITH HOMEOWM RS. 1. STATIONING IS AS DEPICTED ON DEMOLITION SHEETS WEST 50TH I. REMOVE ASPHALT PAVING FROM STATION 25.00.00 TO STATION 46. 19.62. SALVAGE FOR MILLING. 012 TO 013 AND PAVING SHEETS 017 TO 021. = - EASTNG CONCRETE PAVING STREET 2. MILL ASPHALT FROM STEP 170 INSTALL 10' WOE TEMPORARY ROADWAY ADJACENT TO SOUTH EDGE OF PAVEMENT OF EXISTING 50TH STREET 2. THIS SHEET IS INTENDED TO BE USED FOR PHASING S �L��,77 EXISTING ASPHALT PAVING PAVING FROM STATION DO- 10.99 TO STATION 25-00.00, 3. REMOVE NORTH HALF OF ASPHALT PAVING, INCLUDING EXISTING DRIVEWAYS, FROM STATION 00, 10.99 TO STATION 25-00.00 - NORTH HALF OF SECUENONG PURPOSES ONLY, REFER TO PERTINENT SHEET FOR CONSTRUCTION DETAILS. ® DEMO a3PHAL—ALPAMNS IMPROYEMENT EXISTNG 50TH STREET TO 1' SOUTH OF SECTION LINE. MILL ASPHALT FOR USE ON TEMPORARY ROADWAY ADJACENT TO SOUTHERN HALF OF 3. NOTIFY HOMEOWNERS BEFORE REMOVAL OF MA�L80XES � xwe EXISTNG 50TH STREET FROM STATION DO.10.99 TO STATION 25.00.00 IF NECESSARY. AND GATE KEYPADS. 4, NOTIFY LACK S WESTERN RAILWAY BEFORE - PAOPDSED ASPHALT PAVING gg d CONSTRUCTION 4. REMOVE BASE COURSE FROM NORTH HALF OF STATION DO-10.99 TO STATION 46-19,62, SALVAGE FOR USE TO CREATE ROADWAY COMMENCING ANY CONSTRUCTION ACTMTIES WITH LING ® " MO QSED T—FARY —ALT PAVNG PHASING EMBANKMENT NEAR RAILROAD. WATERLINE FROM STATION 10.99PAVING TO STATION SEE SHEETS FOR DETAILS. 5. INSTALLCONSTRUCT RAILROAD RIGHT-OF-WAY. O - PROPOSED CONCRETE PAMND Ny} SHEET 2 OF 3 TDO- N 0-101. 25.00.0 'i 6. CONSTRUCT NORTH HALF OF ASPHALT PAVING FROM STATION 0� 10 99 TO STATION 25`W.00. 7. REMOVE EXISTING DRIVEWAYS, ASPHALT PAVING AND BASE COURSE FROM SOUTH HALF OF EXISTING 50TH STREET FROM STATION DO-10,99 70 STA71ON 25+00.00. SALVAGE BASE COURSE FOR USE TO CREATE ROADWAY EMBANKMENT NEAR RAILROAD. A B. CONSTRUCT SOUTH HALF OF ASPHALT PAVING FROM STATION Ape 10.99 TO STATION 25-00.00. O O 9. CONSTRUCT ASPHALT PAVING FROM STATION DO, 10.99 TO STATION 52* 76.93. SEE SHEETS 017-021 FOR DETAILS. ePHASE 7 - REMOVE ASPHALT PAVING, BASE COURSE, TEMPORARY PAVING (SOUTH HALF) - STA 00+40.99 TO 25+00.00 NOT TO SCALE 1. oA M: TFS 1. 2, TE PORA TEMPORARY ARE O REMAIN AGPHCIT MEETINGS FROM O PHASE I AND 2. TEMPORARY DRIVEWAYS MTO ARE TO RENNIN ACCESSIBLE DURING CONSTRUCTION. ePHASE 8 -CONSTRUCT ASPHALT PAVING (SOUTH HALF) - STA 00+10.99 TO 25+00.00 2' KnNTIES ON SOUTH HALF OF 5SE 0TH STTREETTCE ATE NEW DRION OF NEW Y ATI NOT TO SCALE CONSTRUCTM PATH HOMEOWNERS. ePHASE 9 - CONSTRUCT ASPHALT PAVING - STA 25+00.00 TO 52+76.93 NOT TO SCALE I, REMOVE ASPHALT PAVING FROM STATION 25.00.00 TO STATION 46.19.62. SALVAGE FOR MILLING, 2. MILL ASPHALT FROM STEP I TO INSTALL 10' WIDE TEMPORARY ROADWAY ADJACENT TO SOUTH EDGE OF PAVEMENT OF EXISTING SOTH STREET FROM STATION D0+ 10.99 TO STATION 25+00=, 3. REMOVE NORTH HALF OF ASPHALT PAVING. INCLUDING EXISTING DRIVEWAYS. FROM STATION 00+10.99 TO STATION 25+00.00 - NORTH HALF OF EXISTING 50TH STREET TO I' SOUTH OF SECTION LINE, MILL ASPHALT FOR USE ON TEMPORARY ROADWAY ADJACENT TO SOUTHERN HALF OF EXISTING 50TH STREET FROM STATION DO- 10.99 TO STATION 25.00.00 IF NECESSARY. 4. REMOVE BASE COURSE FROM NORTH HALF OF STATION OD-10.99 TO STATION 46+ 19.62. SALVAGE FOR USE TO CREATE ROADWAY EMBANKMENT NEAR RAILROAD, S. INSTALL WATERLINE FROM STATION DO- 10,99 TO STATION 51+67,00, SEE SHEETS 005-007 FOR DETAILS. 6. CONSTRUCT NORTH HALF OF ASPHALT PAVING FROM STATION 0+1099 TO STATION 25.00.00. 7. REMOVE EXISTING DRIVEWAYS, ASPHALT PAVING AND BASE COURSE FROM SOUTH HALF OF EXISTING 50TH STREET FROM STATION OD- 10.99 TO STATION 25.00.00, SALVAGE BASE COURSE FOR USE 70 CREATE ROADWAY EMBANKMENT NEAR RAILROAD, 8. CONSTRUCT SOUTH HALF OF ASPHALT PAVING FROM STATION DO- 10.99 TO STATION 25-00.00, 9. CONSTRUCT ASPHALT PAVING FROM STATION DO, 10.99 70 STATION 52-76,93, SEE SHEETS 017-021 FOR DETAILS, L NOTIFY LUBSOCK S WESTERN RAILWAY 8EFOR E CCMMENCNG ANY CONSTRUCTION ACTIVITIES WTTHN RAILROAD RIGHT-CF-WdY. NOTER-� GENERASE bm 1. STATIONING IS AS DEPICTED ON DEMOLITION SHEETS WEST $OTH 012 TO 013 AND PAVING SHEETS 017 TO 021. - EXSTNG CONCRETE PAVING STREET 2. THIS SHEET IS INTENDED TO BE USED FOR PHASING d SEQUENCING PURPOSES ONLY. REFER TO PERTINENT cxxx> J — EXSTNG ASPHALT PAVING PAVING SHEET FOR CONSTRUCTION DETAILS, ®—DEMO AGPHALT/CMICRETE PAWNG IMPROVEMENTS 3. NOTIFY HOMEOWNERS BEFORE REMOVAL OF MAILBOXES AND GATE KEYPADS. 4. NOTIFY LUBBOCK 5 WESTERN RAILWAY BEFORE - PROPOSED ASPHALT PAv gg d m Rugs CONSTRUCTION COMMENCING ANY CONSTRUCTION ACTIVITIES WTH ® _ PROPOSED TEMPORARY ASPHALT PAWNG PHASING RAILROAD RIGHT-OF-WAY. SHEET 3 OF 3 O -PROPOSED C(NCRETE PAWNG s 011 I A LOWERY $LIB L OWER1 SUB I LOWERY SUD i j Lis'Z HAVER E 1Ac''ATFS TRU.3T WC TR CTx`.+ Cufl2 CAR E`iTILL -I' I JW.TR ♦19. T-18A4] WSIR 2(b3-60926 I ST . 885'K. Sa JENMFFRB CI AN UXII FORNNU NSTP p201T-6a4T , INSTH p200'Y-9516 55Oi PG. 339 STdTBN•1.03.35 O OFFEET-55.751. I �I I t SLT ARM OWNERS AND ASWOC'IATEO CONCRETE PAVING W W TR pl'M9-21tXi1 WITHIN RIGHT-OF-WAY L. vCL. GSii r'G. IOa PEMOVE EMSTNG ASPHALT S $TATION•Ir OT.9A LNTHN LMITS OF DEM0. . BASE ( OFFSET•IORQ- REMOVEAiELCCATE (n It REMOVE EXSTNG CATTLE GUA9D STAT'S"O"0.99 ( ' AND ASSOpATED CONCRETE PAVING X �h�4E EXISTING CONCRETE E%STNG KE"' P4NNG WRHW UMRS 'SEE NOTE 2 OF EMOLITION = BEGIN ET T .—•—, .'—'— .'—•—• - - .��—•. - - I—�—.. PAVING B BASE REMOVAL WRHW REMOVEA#ELOCATE EfASTNG MAILBOX µs UNITS OF SEE NOTES 2-4 DEMOLITION 9EE TRAFFIC ' CIXJTROL PLAN .'O• ' M Fdi REmovAI. SEOENCE Q I �_• $TATKMI-I-D3.S9 �— STATICN-6.92,03 •' STATILW-11•S3 RE E N LAJ , OFFSET-55.6L1 OFFSET•12.TOR �FSET•13 SOR J REMOVE EIASTWG METAL REMOVE AND ASSOC OCIATED ENiSTING CONCRETE r�EMCVEGIMLOCATESTV REMOVE EXISTING GRAVEL FENCINGRCONCRETEEPPAVNG µISTS I PAVING OF Mal IQV I OF EMOLRKKJ MELOCMAILB0%E ( Q nHT-OF-WAY ALSO SEE NOTES 2-4 ..REMOVEXISMN SEE NOTES 2-4 Q I LQwERY $M.B LOWERY E L.OWERY $8 TRACRENEE L.OWERV SUH I ' N TI#ACT 9-E. 9-M TRACT W BR FORD TOMIN YpN N B PHYLU$ A COVBfST I TCYAMY FIOROP I T{.„..- L$ FARM OWNERS D / P1TR p2003-IT312 NSTR #2003-1730T NSTIR p2CX6-SITI NSTR p200G-5nnO4 i 1 VOL, B2S8 PC, 207 VON, sm, PG. 180 I VOL. 9TW PG, 189 I L)WERY WB 1.0WERV $LB LOWERY StB 9-C-2 TRACT 9-C LErER 1AVEP TRACT 9-1 "ARM OWNERS I . BBCK WESTMYi ILC ^p4I8'4Ai Vq.50T PG, ARS-SCtEEF INA AL50NTR TR MTRACT STR bl999v0f VOL6311 G, I06 A I✓TR 420174101 I f i u j STATKINH4.24.32 STATION-21-12.24 I I = OFFSET-1021L In REMOVE EXISTING ASPHALT/CONCRETE REMOVE EXISTING ASPHALT 6 BASE ON WAY PAVING WITHIN LIMITS I W1THN UNITS OF DEMOLMIDV (n �DEMOLITNFI OFFSET-10.471- REMOVE EXISTING GRAVEL LIMTS OF DE I I I II! r j+w 111111111������ ..��..�.._�_.. - _..---•—,HN .. 1 ._�. - '�1--I I V! O R*k.F4 «.Y I t l �yPrfi.. MFia i + ^_ C TERPY WHTE 5 L. n is YY iiiroz' _ . Q REExrT"G N EMLOCATE A STINGLROX MALSOXE SEENOTES 2-4 E NOTES2-4 {J.I STATION-14.69.55 �`�^�-�qI''^ STATON-IB-92.04 z REMOVEAIELOCATE ,.,.�..^�T^mmm. OFFSET-13.65R STATKNM2.53.33 OFFSET-13.STP REMOVEA#ELOC4TE E%STNG KEYPAD T III 1� jl.) Z J Ho wIE A[ScmvttA. OFFSET•13 75R EXISTNG CONCRETE J REMOVE EXISTING ASPHALT XBTWG KEYPAD REMOVE SEE REMOVE E)t15TNG CONCRETE i�l SEE NOTE 2 I I = NOTE 2 ( PAVNG WITHN LAIRS PAVING WITHIN LINTS OF DEMOLITION REWOLRELOCATE OF DEMOLITION P11116 WITHN LMITS OF OEMgJT%NJ REMOVEAIELOGATE EXSTNG MALBO% SEE NOTES 2-A I ! Q SEE NOTES 2-a NOTX57. S 2-4 SEE i I i I g LOWERY S JS LOWERY SUB I I i III LOWF,RY SUB ED � LOW£Rv SU8 TRACT 9-B Lp'ACI SUB TFAC I' 9-L MONTv B ,EANIE CAS!WEI.L I pOt.Atll QEAN B CHARLOTTE nNNE TREw ( TRACT 9-M TRACT 9-F,4-I BILLS 54RA FPAFh".5 LS FARM OWNERg �"C„ Al. Q PG. 1% I I( TRACT 9 III 4USBOCH WEfiTMW T LlC LUBBI II y MC.TP b201T-4I01 N: le a ..Z.. REVOCABLE TRUST W, p2012-1694+ 'TR p2012-16911 I • NSTR .2015 3U9An WEST 50TH STREET TO CONSTRUCTION PHASING SHEETS 009 TO Ol l PERMANENT MAILBOXES ARE TO BE OF SIMILAR KIND TO PAVING PRIOR TO COMMENCING DEMOLITION ACTMTIES EXISTING MAILBOXES IF EXISTING MAILBOXES CANNOT BE 2. CONTRACTOR SHALL NOTIFY HOMEOWNERS BEFORE PLACED AT PERMANENT LOCATION. REMOVAL OF MAILBOXES AND GATE KEYPADS. 4. MAILBOXES ARE TO REMAIN ACCESSIBLE TO POSTAL y HOMEOWNERS SHALL ALSO BE NOTPED PRIOR TO SERVICE AND HOMEOWNERS AT ALL TIMES DURING A DEMOLITION REMOVAL AND REPLACEMENT OF DRIVEWAYS. CONSTRUCTION 3. MAILBOXES SHALL BE PLACED OUTSIDE OF THE 5. COORDINATE RELOCATION OF DUMPSTERS WITH CITY OF SHEET 1 OF 2 CONSTRUCTION ZONE DURING CONSTRUCTION. LUBBOCK. MAILBOXES ARE TO BE RELOCATED TO THEIR NEW sx PERMANENT LOCATION OR AT A TEMPORARY LOCATION. REUSE EXISTING MAILBOX IF POSSIBLE. TEMPORARY 0 �i MAILBOXES ARE TO BE PROVIDED BY CONTRACTOR IN L CASES WHERE MAILBOXES CANNOT BE RELOCATED. N_ O H W W 2 N O N 4. N Q H N W Z J Q (LoWERY Sts TRACT 9-A ECK WE' LLC kTR OW17-9101 w W RE EXIWSTMG BASE N N WITlNN LANRS � DEMLAITION DEMOLITION F- d Q N W z Q I. REFER TO CONSTRUCTION PHASING SHEETS 009 TO OII PRIOR TO COMMENCING DEMOLITION ACTIVITIES. 2. CONTRACTOR SHALL NOTIFY HOMEOWNERS BEFORE ND REMOVAL OFMAILBOXES AGATE KEYPADS. HOMEOWNERS SHALL S SHALL ALSO BE NOTIFIED PRIOR TO. REMOVAL AND REPLACEMENT OF DRIVEWAYS. 3. MAILBOXES SHALL BE PLACED OUTSIDE OF THE CONSTRUCTION ZONE DURING CONSTRUCTION. MAILBOXES ARE TO BE RELOCATEDTED T TO THEIR NEW LOCATION. PERMANENT LOCATION OR AT A TEMPORARYTEMPORARY REUSE IF POSSIBLE. TEMPORARY XEXISTINGES ARE TOBEMAILBOX ARE TO BE PROVIDED BY CONTRACTOR IN CASES WHERE CASES WHERE MAILBOXES CANNOT BE RELOCATED. LUWERv SUB iRA T 9-8 WS88, n WESTM(k T LLC TIi4C1' 9-A."1 L"lXK WESTMIN7 LL.0 NSTP xn,6-a1161 ,CASH6 5 ) Rv Stiff. f I PT TRACT 4. L4IBEOCK N WEBTERN I- PT TRACT 10 { C.WMV Fkh3 +Ot.CNGS LP ..� NSTR ZIXn 95aoa ( RAILWAY LLC NSTR x2015-293HI RP TA VE$T WE LP ., IN iR k,001-49106 vOL, IC0T0 PG. SJ END STREET ASPHALT PAINING G d BASE REMOVAL 5 I Iy 41.00 48-W 99• 50•C0 81+00 52+00 T1, I' �" STATION.99.61.88 1 EXSTNG ROMA ROLE COORDINATE Y TH LPdL LOwERv ;iUB WESTER„OVFAf'SUB I¢LLBCI:KN 8 N FT TRACT :C CANVIRA HCLCNCS LP N CMi RW wav LI..0 RET.I. W-$' NE LP NSTR w?015-29181 '1 i,,•' NSTF++'.tA5-SSa94 VIA, IfgT0 PG. 53 INSTF x2007-*19106 PERMANENT MAILBOXES ARE TO BE OF SIMILAR KIND TO EXISTING MAILBOXES IF EXISTING MAILBOXES CANNOT BE PLACED AT PERMANENT LOCATION. 4. MAILBOXES ARE TO REMAIN ACCESSIBLE TO POSTAL SERVICE AND HOMEOWNERS AT ALL TIMES DURING CONSTRUCTION. 5. COORDINATE RELOCATION OF DUMPSTERS WITH CITY OF LUBBOCK. STREET PAVING riPROVEMENT DEMOLITION SHEET 2 OF 2 013 NORTHM-64M.951 EASTW0347.749 ICI 7� hill M S rAFE r F I CAUTION! OVERHEAD FM - WKS - II u II L Z n;-- 4.616 766 1.91 nT 50m STREET ---- II GENMAL KUM, E-- 1. CONSTRUCTION ACCESS WEST OF RAILROAD TRACKS Is TO OCCUR ONLY AT THE DESIGNATED 50'WOE CONSTRUCTION ACCESS ROAD. NO CONSTRUCTION VEHICLES ARE TO ENTER THE CONSTRUCTION ZONE VIA lfiis— THE INTERSECTION OF UPLAND AVENUE a 50TH STREET. VEST SOTH STREET PAVING IMPROVEMENTS CONSTRUCTION ACCESS rr-NR� 014 1 10. EXISTING 50TH STREET TYPICAL SECTION - STATION 00-45.56 TO 45+40.29 NOT TO SCALE rL 110, Row 6" �EXSLE BASE COURSE EXISTING 50TH STREET TYPICAL SECTION - STATION 45+40.29 TO 46+19A2 NOT TO SCALE SECTIONS 015 ePROPOSED 50TH STREET TYPICAL SECTION - STATION 00+45.56 TO 45+96.72 Ala NOT TO SCALE i. PGL I10' TO 175' ROW (PARES) B SEE INSET ePROPOSED 50TH STREET TYPICAL SECTION - STATION 45+95.72 TO 47+46.72 NOT TO SCALE G. PGGL LUBBC'CK S WESTERN RAILWAY ROW I (STATION 48.56,72 TO 49.56.72) 1(0' TO 210' ROW (VARES) DITCH FLOWLNE DEFINES ON PLAN 8 PRO,U SHEETS 22 TO 72' (VARIES)22'LISTS TO T2 (VARE$) I L 1 G UMSE aF SEEDING -yI(SEE NOTE 3) (SEE NOTE S) 3.5, 4' 1 9 S B ....'." GUARD. GUARD RAIL " I Iy RASED CCNCRTE MEOMN BETWEEN-• FAIL. SOEWALK \_. WL FLONE" DEFINE' ON PLAY B SEE INSET B -a STATION 48.32.86 TO 48.82.86 STATION 49. 20,53 TO 49.90.53 STATION 48.56.72 TO 5N818T DITCH FLOWLINE DEFINED ON PLAN S PROFILE SHEETS OAT SOEWALK BETWEEN PROFILE SHEETS STATION 48.92M TO 49.20,53 50TH STREET TYPICAL SECTION - STATION 47+46.72 TO 51+81.87 ePROPOSED NOT TO SCALE tiftIONNG IS AS DENTED ON PLAN AND PROFLE SKETS 017 TO MI. 2. ARROWS DE CT TYPICAL TRAFFIC FLOW THROUGH EACH SECTION. REFER TO PAVEMENT MARWNG SHEETS FOR PAVEMENT MARKNGS, 3. ENTIRE DISTURBED AREA OUTSIDE OF PROPOSED PAVEMENT SHALL BE TREATED WITH HYDROM.ILCH OR OTHER APPROVED TYPE OF EROSION CONTROL MEASURE$. PAVEMENT EDGES BACNFIELO-� 2' HMAC PO.ro_28 WITH TCPSO. LSD% SPD) FINE COAT ""-C' FLE)OLE BASE COURSE ^�-12' DENSITY CONTROLLED SUBGRADE (95% NOD. PROCTOR) I INSET A NOT TO SCALE PAVE EDGES BACKFELD'---..,,� WITH TOPSOIL (BO% SPOi 7' HMAC PC70-28 PRWE COAT 6" FLEMBLE BASE COURSE --It DENSITY CONTROLLED SUBCRADE (95%MOO, PROCTOR) INSET B NOT TO SCALE WEST 50TH STREET PAVING IMPROVEMENTS PROPOSED TYPICAL SECTIONS R AVMP 016 �, Wsrwx.6CALE: ra I` I LthVERY `{18 PT TRACT 4 LOiEPY WS TRACT 9-G LOWED d6 LOWER V :,IA �i Lt5TER SHAVER ESTATES TflT NC TR 02b (NS0i 6092G TRACT G-2 ER 3 CM U0 FC JENM11FR AAI I TRACT?-G-I CURTii E,iTLL ^ F 1 u p 1 NSTR k149T-IBaM1'I kkk VOL. 5507 PG 335 v,. Y1 . Nn PG CA6A NSTR Y2fl I-6n9T InI,STR 02t)bT-6516 0 ✓ 1r STATKN•10.3965 5TA1RO0I0•T!65 OFF11ET•2100L OFFSET.21,00- C � f �14 I I LOWERY 9U8 TRACT 9-D n LS FARM OWTER9 �NSTR YI999-2106I NOPTMNO.63636.13 NURTHNGa656l4,SS EASTN6•IIA5269 EA9TINGe11918,11 ELEv3288.19 Z VOL6lII PGIM STATON•I.'LT.B3 I STATgN•10.0000 SE�ELEV-32879%1 IVEWAY2 Oj 0J•0•N).99 T•0H i I fi Po 1' r , � 'ASSNORT EASTING.IDlO6,T0 LEN�.e! e.. P .�,.,_..�....._...... ......i..., _ 666.49 EET 025 EASTN6•IITTB.3T ELEV.32B9�09 GB O S SOTH STREET PAVNG i ELEV.3290. 16s V , 7�rJ L •. '_"". V, -, '�� �' o .,. nn n + xo_0_ a A) STATM4-91w t STATIO T725 B2> caunarsl OVEPIEAD POWER LNES - , J� I u R ____JcFFSEr•21 aa+ WRTHIW65605 %E E45ELNG•IIQ DRIVEWAY 1 AYOUT CFFSEr•z1.DORU NOQTHN6.65604.81el EASTNG•111W'.65 Q 1) I �? x SLEET 025 ELEv32P9.pp .� y. <f SHEET 022 F01FOR 0ETNL SUB L0\VERY 619 LCWFI2Y SUB LOWEV SI.6 LOWERY TRACT 9-C TRACT 4-K _ p $ %I ✓' �{ IlF TRACT?-E 9 M -P+ LS FMM OWNERB I�R )FG 1T`0-1 TRACT 9-J TOFNY R)RD r02NSTR I P2 NJ -BIND VM N 8 PH L20p$ A COMBEST SM2 !'. .. I i • � Ws W..k. N20N PG,11180T VOL. 3T00 VG t09 0+00 Oa50 I+00 1.50 2+00 2•50 3•00 3.50 4+00 4+50 5+00 5.50 6+00 6+50 7+00 7+50 8+00 8+50 9.00 9.50 10-00 10+50 11a00 PROPOSED 50TH STREET CENTERLINE STATION 0-00 TO 11+00 WEST )TH STREET PAVING IMPROVEMENTS m xwE 50TH STREET STA 0+00 TO 11+00 PLAN & PROFILE 017 LCWERY SUB LOWERY SUB I.OWEFIY SUB TRACT'1-6-i LE9TER SHAVER I TRACT 9-1 CURTIS ESTA,L NS fR N199T-18— ",A ALLIC-M S,'HEEF INSTR 2001-8516 VOL.. S507 PG, M I"TR W2010-35T2G STATION-2I.65.15 OFFSET-20% NMTHHG•6559T.94- EASTNG•12543.54 ELEV-3280.T0 STAT-14r38,86 SEE DRIVEWAY 4 STATENY•I4• T2.% STATION=21. 51,13 SEE DRIVEWAY OFFSET-21.00L LAYOUT 0 FSET•21.00L OFFSET-21.00L LAYOUT NORTHNG-65622.59- SHEET 026 HORTHM-6Wt.43 RDRTHNG.6559S.03- SHEET 028 EASTNG•1181T.69 EASTING-11851.68 EASTNG-12509,56 ELE13285.53 � ELEV=3205.31 ELEV•3280.92 J __-----' SEE DRIVEWAY 3-__�__._._.4--`' r---`__"' N�_,,._e.- _^_"' ��-------�'_"__ , _,.x'.ea.-�:� - ..._.,..... —�v ;.„..:`.-,cam: - — �a�_ •„_ X-. .`"�..,_ - "ir�2S•^" IB+bo �, ,:;-.�3s8a 2D�6tY`-:w '21. aD STATgMII.65.IS STATION=ii•%.IS STATONN 14.925T STATpN•IS•26.ST STATON•IB•95.49 STATON-19•M.49 OTATIO I -65, OFFSET•2100R DFFSET•21.DDR OFFSET•2100R � �_ MM-18-%.4R OFFSET "9 29 ^� THNJG=655B9.SO NlMTHNG=65588.T4 NO,THNG•659TB.T9 SEE DRIVEWAY 5 NORTHNGW557i,63 NORTHttuG-GS%5.1 SEE DRIVEWAY 6 THNG•65563.% EASTNG-M 2,72 EASTNG-115T6.T0 E4STNG•II864.94 LAYOUT EASTNG•11903.92 EASTNC=12T26S LAYOUT EASTMIG=12306,61 ELEW328T.35 ELEV•328T,1i ELEV•328S.IT SHEET 02T EIEY-3284.% ELEV-32B2.49 SHEET 027 ELEV-3282,26 OWERY SUB LOAC 9UB TRACE 9-B ( LOWERY SUB TRACT yA MITVTY N �EWI E CASWEL S CH 9-L YAN N B FHVLLIS A COVttlEST EVOCABLE TRUST UWALD DEAN 8 CHARLOTTE ANNE TPEW NSTR 20UG"544D4 NSTR M2OI5-30944 M9TR M2012-IG914 DRIVEWAY LOCATOR MAP SCALE --SEE SHEET 041 FOR SECTION A -A. SECTION A -A IS TYPICAL FOR ALL DRIVEWAYS. DRIVEWAY 6+91,82 TO 7+25.82@ZRALE 1:10 (PROFILE) VERTICAL SCALE 1:1 7-00 DRIVEWAY 2 STA 10+39.65 TO 10+73,65 on HORIZONTAL SCALE 1:10 (PROFILE) VERTICAL SCALE 1:1 10.50 #9 1 WEST OTI,�TFt PAVING G IMPROVEMENTS #2 L]E DRrVF.WAY#I PLAN & PROFI LE 025 1 r--- No Text II 1 1 1 1 i I Ii WAY #2 DR V Ew pa --DrsIYEWAY p7 - -------------------- DR WAY #I� DRIVEWAY M3 DRIVEWAY p5 DRIVEWAY p6 �DRI4EWAY p8 DRIVEWAY LOCATOR MAP SCALE 1:200 eDRIVEWAY STA 21+31.13 TO 21+65.13 OtA HORIZONTAL SCALE 1:10 (PROFlLE) VERTICAL SCALE 1:1 21.50 eDRIVEWAY 8 STA 22+54.50 TO 22+88.50 oxe HORIZONTAL SCALE 1:10 (PROME) VERTICAL SCALE 1:1 22.50 19 WEST DTH STREET PAVING IMPROVEMENTS DRIVEWAY #7 8 #8 PLAN 8 PROFILE 16T X,HRN 028 50TH R.O,W. STREET 26" NEENAH FOUNDRY LINE R-4990-HX TYPE A IRON GRATE OR APPROVED EQUAL 26SEE DETAIL 2 THIS a Q VARIES v' SHEET VARIES ) tJ a Q_ Q a f END PIECE FRAME (WHEN REOUIRM) \\�--- COMPACTED SUBGRADE G" MIN, THICKNESS 95% ASTM D1557 3000 PSI CONCRETE DRIVEWAY SECTION A -A - TYP. OA NOT TO SCALE END PIECE FRAME (WHEN PEOUNEA) GREEN SAND t 3/16' 3/IB" GAP 1 f/8' T i/4' TYP. 2J >/8•...{ NAIL MOLE I I y.. �24" GRATE SECTION R-4990-HX iYP. SECTIONTYPE 'A' CRATE AND ITY FLUME AN NOTES, MANES D C0YER5 ARE FURNISHED N STMOMD 2'-0" INCREMENTS SPECIAL N I /2- ANCMlM MES AND MYERS ARE MRNARD Y OVERALL IENCTH. COMPONI GN FRFOR AN ENT NOS.: CRAZE 4990-32II. SIDE PC, FRAME 4999-2415. ROO MOLE ---III T 3/e' EN0 PC. FRAME 4990-J228 910E PC. FRAMES - CAST GRAY NON ASTM A -AI. CLASS 35A END PC. FRANCS AND MATES - CAST MAY — ASM A-". CLASS 3W FRAME SECTION SCALE 1:2 NO PANT AMN mN, DRIVEWAY GRATE DETAIL - TYP. oxo NOT TO SCALE illWEST y IMPROVEMENTS GII DRIVEWAY DETAILS NEEr wAMER 029 1 Y �I LOWER' SUB LOWERY SUB TRACT 9-G LOWERY CUB LOWERY SUB PT LESTER SHA ER ESTATE; 7RLLST INC. TP.A�'T G-2 TRACT 9-G-I 4® IN4TP, #1997-IA447 INSIR 02003-60926 JENNIFER 8 CIANLUK;IFORNARI CCAR71' EWLL i PG. VOL 8854 PG. 84 INSTR *2017-G447 INSTR #2007 85IG i 1( LOWERY SUB (Wy~J N TRACT 9-D = L'S FARM OWNERS ( N INSTR VOL, #1999- 6711 PC 104 I [n J C ....._.... ..._._.... .,,..J...,.to ,._,,...... . d H ....-.__. , , ,..-...... __. . T _._...-......_,-,........_.. ..__..... ...._._. , ...._ ,. ._ _... N ��� W - H L B "�a B i L D ? � ' ( LOWERY S118 LOWERY SUB I LOINEF< SUB I LOWER' SUB Q TRaC.T 9-E 9-H TRACT 9-J TRACT 9C TRACT 9-K 2 LS FARM OWNERS TOMMY FORD TOMMY W 8 RENE- R FORD VAN N T PHYLLIS"A" COMBEST I /' INSTR #2003-17312 INSTR #2003-17307 INSTR #2005-AI71 INSTR #2(kX -5M1404 j VOL, $288 PG 2C77 VOL. A288 PG, 180 VOL 9700 PG 189 II I I LOWERY SUB LOWER'SUB I LOWERY SUB TRACT9-G-I (..ESTER SHAVER. TRACT 9-P CURTIS E`STILL INSTR #1997-18447 MaRISA ALI.ISC7N-SCHEEF INSTR #2007- B51Ca I VOL, 5507 R,;. 335 I INSTR #2010-35728 W O NW ( W W ° �¢'�TE• S ,C S ryy y 1 LOWERY SUB LOWERY SUE LOWERY Q TRACT 9-K TRACT 9-8 SUB TRACT VAN N 8 PHYLLIS A COMBEST MONTY 8 JEANIE CASW'ELL TRACT INSTR #2M�i-54404 REVOCABLE TRUST" DONAt.p DEAN 8 CHARLOTTE ANNE Tf2EW KFYE NOTEs. NSTR #2015-30944 INSTR #2012-1691a ® a" WHRE SgJO SRGLE .� Q 4" YELLOW SOLID SNCLE Q 4" W.TE SINGLE BROKEN WEST 50TH Q A" YELLOW SNGLE BROKEN STREET Q e" MTE SNGLE SOLE( PAVING Q I2" WHITE SMILE SOLO IMPROVEMENTS PAVEMENT Ma$B�LG4A.:dDN�� NOi[�. Q le' YELLOW SMIOLE SOLD t, ALL SIGNAGE SHALL MEET THE REOUREMENTS OF THE MOST a PAVEMENT QH zo" wHIrE sa!o py MARKINGS COO T x SIGN (T THE ) AA MANtXPL ON INID NS ALLAT O PREFAB PAV MRK TY B (W) (ARROw) B S SHEET t OF 3 - (TMUTCD) FOR SIGN DESIGN PAID NSTALLATKMV iNp LOCATION. Q PREFAB PAV MRK TY B (W) (R) 2. PAVEMENT MARKNGS SHALL MEET THE REQUIREMENTS OF THE A RAISED MPIiKER TYf"c I -A -A A O MOST CURRENT VERSpIN OF THE S F HIGHMAYS STREETS REETFOR Q BUB s (Tl(DOT ITEMS SBS, %8. AM Gn) © RAISED MARKER TYPE O-A-A 0-V{ LOWERY SUB LOWERY SUB LOWERY SUB TRACT 51-C- 2 TRACT 9-C TRACT9-F -SFARMOWNEP'LUBBOCK WESTMON T LLC MARISA ALLISON-SCHEEF IN'iTP #1999-?�1062 INSTR 020$T-4101 k TR #2010-35716 VOL. 6311 PC106 0 w F- cf) w M) cf) O ul 0 .......... ... .. .... . . — + R5 cu - — - — - — - — - — - U) LLI LLI ?i z 5 L,OWERYSUB LOWERY SUB LOWERY SUB R SUB LOWEY TRACT 9 - M TRACT 9-F,9 - I TRACT 9 7rACI9-A a, WIA BILL FRANCIS 1. 5 FARM OWNERS LU8BXKVf$TMQNTLLC LIJIBBOCKWESTMONTI.I.0 , irtTr #2012- 16911 VOL, 6279 PC 195 iNSIR IN57P *2017-4101 LOWERY SUB TRACT9-6 LUBBOCK VIESTMONT LLC INSTP #2017-101 tow w T F- (n - — - — - — - — - — - — - — - — - — . . . . . .IITOBi ................ cn w z SUB �.OWEPY TRACT 9-A- I LUBSOCK WESTMONT LLC INSTR 2016 1367 4.'WHITE SOLD SINGLE OB 41' YELLOW SOLID SME WHTE SINGLE BROKEN WEST BOTH YELLOW SINGLE BROKEN STREET (g) e'MTE SINGLE SOLID PAVING MT I (D ILI WHITE SINGLE SOLD PPAMENT M4BK� @ ILv YELLOW SINGLE SOLD 1. ALL SIGNAGE SHALL MEET TFE REOUREMENT$ OF TFEMOST W "ITE SOUD PAVEMENT MARKINGS CURRENT VERSION OF THE CMMftU-.QE=El OFFOR SON DESIGN AND NSTA-LATION Oj PREFAB PAV MRK TY B (W) (ARROW) SHEET 2 OF LOCATION, OJ PREFAB IAV MRK TY 8 (W) (R) 2 PAOEMENT MARKNGS SNALL MEET TFE REQUIREMENTS OF THE MOST CURRENT WR=MOF THE PASEDMARKER TYPE [-.-A C YA -TBEETS Aba RMDQES (TXDOT ITEMS "S. GG8F Q RM$EOMARKER TYPE II -A -A LC1WEFY SUB PT TRACT 10 I t I_Tl SUB CANYCA HUB HOLDNCS LP ltRBCK B WESTERN P f TRACT I: INSTP M2005-35404 RALWAY LLC RETAIL WEST ONE LP VUL. 10070 K1 53 ~� �•'•• NSTR ♦2p15-29381 NSTR w2007-4910G SEE DETAIL 2 ./p��(p) LNT tno W MJ _'TH15 SHEET —,�� VY`\YV JU Ql J �� 8EE DETAIL 1 SEE DETAIL SHEE�"—• ' C TXIB $IFFY TXIS T 4" .,...`YYY.W SEE DETAILS o;n —`•^-. ...... ....._. THIS SHEET +_si tV B U STOP 30 LONER SUD PT TRACT 10 _� LOWSFV FAIB LUEBO:.N B WE4TERN CAMON M18 HCLONGS LP PT TRACT 10 w10 MITT kZCN.>7•SSnCn Iy RA.WAY LI'C RETAL. WEST CIS LP 10L K)670 PG. 53 ' / I IM3TR MZ115-29U INSTR 170DT-49I06 S I KIY1111R Ub 111111. T NOT TO SCALE eSTRIPING DETAIL 2 A°] NOT TO SCALE eSTRIPING DETAIL 3 oJa NOT TO SCALE KF�,�R NpuTPc AO A" WHITE SOLD S E O 4" YELLOW SOLD SNGLE © A" WHITE SINGLE BROKEN © 4" YELLOW SINGLE BROKEN OE 8° W NTE SINGLE SOLD O z' WRITE SINGLE SOLID el1yE_MENT MARKINGS 8 9GNA6E NOTE& © It YELLOW SINGLE SOLD 1, ALL SKNAGE SHALL MEET THE REOUREMENTS OF THE MOST (,-/ 24" WHITE SOLD CURRENT 4ERSION OF THE TFYe_AYI_ i�ON LA�FORM TPeiFlf CONTRO OF.=5 (TMUTCD) FOR SKIN DESKIN AND INSTALLATION O PREFAB PAY M X Ty 8 (W) (ARROW) LOCATION. OJ PREFAB PAV MiK Ty 8 (W) (R) 2. PAVEMENT MARKINGS SHALL MEET THE REOUIREMENTG OF TIME MITCURRENT VERSDN OF THE STM10aRnM��S ,-A�fFIfATKkl� FOR O RAISED MARKER TYPE I -A -A C,TBBIQGE5.(TKDOT ITEMS 666. M. AND 678) © RAISED MARKER TYPE 9-A-A PAVEMENT MARNMG SUMMARY DESCRIPTION 4" WHITE SOLID SINGLE 4" YELLOW SOLID SINGLE le' —TE SINGLE BROKEN 4" YELLOW SINGLE BROKEN VWNTE SINGLE SOLD 12' -fTE SINGLE SOLD ItYELLOW SINGLE SOLD 24 WHITE SOLID PREFAB PAV MdK Ty B (W) (ARROW) PREFAB PAV MIRK TY 8 (W) (R) RAISED MARKER TYPE 1-A-A RAISED MARKER TYPE 9-A-A SDNAGE SUMMARY DESCRIPTION STOP SION RR CROSSING SPEED UMIT ME STREET PAVING dPROVEMENT: PAVEMENT MARKINGS SHEET 3 OF 3 032 g — -77 JI j f/ HYDROLOGIC DATA MASTER DRAINAGE PLAN (MOP) SMh STREET DESIGN RECENING SUB•BASIN CURVE SUB•BASIN CURVE SUB -BASIN LAKE AREA NUMBER Tc AREA NUMBER Tc IAttes) (MlAumr) Im.0 (Mi—, E301 PL101 416 84 68 392 84 68 E707 PL039A 346 86 43 87 43 705 E108' P1039 544 86 100 705 S6 120 • SUB -BASIN Ei08 WAS DIVIDED INTO SUB -AREAS THAT ALL CONTRIBUTE TO PLO39 VIA DIFFERENT ROUTES. THOSE SUB -AREAS ARE: SOTH STREET CORRIDOR, RUNOFF TO CULVERTS UNDER RAIL ROAD TRACTS NORTH OF 50TH STREET, AND AREA EAST Of RAIL ROAD TRACTS DISHCHARGING DIRECTLY INTO PL039. DRAINAGE AREAS ARE 119.8 At., 463.8 AC., AND 121A Ac. RESPECTIVELY. CURVE NUMBERS ARE 77, 86, AND 98 RESPECiiVELY. 1�tu1 arpnm • . ; rr� i *ilun,�, _ _ , G�111 IIIIIIIII�i 'y X" � h gmu�IiAll 1 H11111 aan ■ ����I�� I�leallueWMENEM v,�s♦���rd%�>i�� �i�o1�:��e i:�e'1 I,�' ���!��e�\♦♦a ��� �� � :; tau nnnall - ._ .. , • ♦ �� ��— - /111� IIIIAIIq ,+ s�A,r`� t�0,�1',p•� ,� 11�1111111 110� ri ,� � 10 �♦ � �y_ N1�1111110 111, fill a�auaa�Llyapunlllirr;� _ a PROPOSED SUB -BASIN lNtlTS —LOCAL ORANACE AREAS M—PROM$ED OVERFLOW PATHS �••• LOCAL DRANAGE MCA M,M PATH SUB-BASN FLOW PATH WEST 60� PAVING IMPROVEMENTS xm xurt DRAINAGE AREA MAP FEi pUMEA 033 7771 �..�-, .--.-�. r'^"�'-� r'_"""",. r.+-...-,, I,..�� �.-:.,.�•, r•-�,.,...+� r-'�"� ram^,-� ram...-.. e�-...-�.I �.^--�, ,..�,:� .�..+.-. �---I*"�t r..,-�.^^r .-..-'"_^.� ^-�-� HYDROLOGIC DATA HYDRAULIC DATA NODE SUB -AREA I.D. DRAINAGE AREA NRCSCURVE NUMBER TIME OF CONCENTRACTION SUB -AREA PEAK DISCHARGE 0100 PWSEIDO DEPTH ABOVE DITCH FLOWUNE DEPTH ABOVE EDP DISTANCE FROM EDP INUNDATED (acres) (minutes) (CIS) (ds) (ft) (ft) (ft) (ft) 1+27.83 - N 1+27.83-S 10+00,00 - N 3A 5.8 68 20.0 19.7 16 3287.64 0.54 -0.82 10+OD.00-S 18 4.3 .. 68 14.0 16.9 11 3287.66 0.56 -0.79 25+97.64-N 2A 29.1 68 64.0 47.1 55 3277.69 1.23 -0.13 25+97.64-S 28 20.5 68 37D 48.5 58 3277.88 1.22 0.06 2.0 26+59.22-N 3A 2.0 80 17.9 9.7 55 3277.50 L25 -0.11 26+59.22-S 38 2.1 80 18.8 I" 59 3277.71 1.46 0.10 3.3 28+35.84-N 4A Is 80 20.0 10.6 56 3276.93 1.26 -0.10 28+35.84-S 4B L8 80 10.0 10.6 61 3277.26 1.74 0.23 7.7 30+96.84-N SA 2.8 80 12.0 15.8 58 3276.08 1.27 -0.09 33+98.84-N 6A 3.7 83 12.0 22.1 65 3275.24 1.33 -0,03 36+69.94 - N 7A 2.3 84 143 13.2 74 3274.50 LS9 0.22 7.3 36+69.84-S 7B 2.0 81 10.0 6.0 105 3273.93 L02 -0.35 36+69.84-S 7C 15.0 81 15.0 77.9 IDS 1 3273.93 L02 -0.35 45+60.81-N 8A &1 92 17.4 36J 99 3271.01 1.01 -0.36 45+60.81-S 88 1 6.1 92 17.6 36.4 12S 3272.25 1,46 0.22 3.7 SOTH CULVERT DS 9A 1.1 92 10.0 7.7 182 3270.76 2A7 -4.54 SOTHCULVERTUS 98/10 2.9/12.7 92/9L7 10.0/14.0 5.9/82.1 162 3271.25 2.24 4.06 RR -CULVERTS US 11 463.8 86 114.0 785.3 905 3270.64 3.03 RR_CULVERTS DS 90S 3270.38 3.03 STRUCTURE I 895 3270.04 4.74 1.45 PEAK DISCHARGE VALUES TAKEN FROM NODE MAMMUM REPORT N CAR MODEL. NO E i. FULL Y DEVELOPED LANDUM COfgTKM CURVE NUMBERS FROM CITY OF LUBBOCK DRAINAGE CRITERIA MANUAL. TABLE 4-5 2. THE OF CONCENTRATION CALCULATED FOR ALL SUB -AREAS. CALCULATED T< VALUES LESS THAN 10 MINUTES, MNMUM OF 10 MNUTES USED. 3. CALCULATED PEN( WATER SURFACE ELEVATM 4. ALL RESULTS ARE FROM CPR MODEL DEVELOPEO BY HUGO REED AND ASSOOATES, W. DESIGN STORM EVENT DATA RETURN PERIOD 100-YR PRECIPITATION DEPTH 6.8INCHES DURATION 24 HOURS RAINFALL DISTRIBUTION NRCS TYPE 11 REFERENCES: CITY OF LUBSOO MASTER MANAGE PLAN. 2010 UPDATE CITY OF LUBBOCK DRAN4GE CRITERIA MANUAL CRY OF LUBBOCK LIDAR DATA k WEST BOTH STREET PAVING IMPROVEMENTS NFEf NUR HYDROLOGIC AND HYDRAULIC DATA m MAR 034 qG"T,OF,*ly L -EMGPPAVEMENT 0.00 0-50 1-00 1-50 2,00 2.50 3-00 3-50 4-00 4-50 5-00 5-50 6-00 6-50 7-00 7.50 8-00 8-50 9-00 9-50 10-00 10-50 11-00 11.50 12-00 IWVnPAI 11 it r-,PAr)r I thir (-"rA (1.1')0 -rrl ll+tlr) ThIl"IP-rW11 0-00 0.50 1-00 1-50 2-00 2-50 3-00 3-50 4.00 4-50 5.00 5-50 6-00 6-50 7-00 7-50 8-00 8-50 9.00 9-50 10-00 10-50 11-00 11,50 12-00 HYDRAULIC GRADE LINE STA. 0-00 TO II-00 (SOUTH) . m NWE AfESTPOTH STREET IMPROVEMENTS 035 04 I 01pVEWAY M7 10.00 10-50 11-00 11+50 12.00 12+50 13-00 13.50 14.00 14-50 15-00 15.50 16.00 16-50 17-00 17-50 18�00 18-50 19-00 19.50 20+00 20�50 21.00 21.50 22+00 22.50 23-00 I-IVnRA111 I(` (:RAnF I INF (,-TA 11+00 TCl 254n1 (KIOPTH) 10+00 10-50 11+00 11-50 12.00 12.50 13.00 13.50 14�OD 14-50 15.00 15.50 16-00 16+50 I7.00 17.50 18.00 18-50 19-00 19-50 20.00 20.50 21.00 21.50 22.00 22.50 23.00 HYDRAULIC GRADE LINE STA. 11+00 TO 22+00 (SOUTH) MON OF FLOW'I NODE LOCATION WEST SOTH STREET PAVING IMPROVEMENTS xm x.rt STORMWATER ROUTING MAP STA. 11+00TO22+00 xrsr xwrecx 036 �i T4 Ll T- Z d Q /\ III ow H �a 21.00 21+50 22+00 22.50 23.00 23+50 24.00 24.50 25+00 25+50 26.00 26.50 27.00 27.50 28+00 28.50 29+00 29+50 30+00 30+50 31+00 31+50 52.00 32+50 33+00 uvna Al II r r—DAnc I INIC CTA 99i(V) TO 49ITiff !NI(1GTLJ\ 21.00 21+50 22+00 22.50 23.00 23.50 24+00 24.W 25.00 25+50 26+00 26+50 27+00 27+50 28+00 28+50 29+00 29+50 30+00 30.50 31+00 31+50 32.00 32.50 33+00 HYDRAULIC GRADE LINE STA. 22+00 TO 32+50 (SOUTH) m .TM OF FLO* NODE LOCATION WEST SOTH STREET PAVING IMPROVEMENTS x¢7 wurc STORMWATER ROUTING MAP STA. 22+00 TO 32+50 m xamcx 037 TEMPORARY DRARAGE EASEMENT TO BE CLOSED AT FUTURE WDEW4 OF 50M STREET r ... FUTURE W' FLAT BOTTOM CHPNJEL . IBY OTHER91 EDGE aF PAVEMENT (- �PoGHT-OF-WAY FUTURE 20' FLAT BOTTOM CHA18L (BY OTHERS) PROPOSED DRNNAGE EASEMENT 32.00 32.50 53.00 33+50 34+00 34+50 35+00 35+50 36.00 36+50 37.00 37+50 38+00 38+50 39+00 39+50 40.00 40+50 41.00 41.50 42.00 42.50 43.00 43.50 rw-wipAiii IF (_GAnC I IKIC '--TA 749+R,0 TO A7+00 (N(1RTW) 32,00 32,50 33+00 33+50 34.00 34+50 35+00 35+50 36.00 36.50 37.00 37+50 38+00 38+50 39+00 39+50 40.00 40+50 41+00 41+50 42.00 42+50 43+00 43+50 DIRECTION OF FLOW II WEST 50TH STREET PAVING IMPROVEMENTS �xaT STORMWA7ER ROUTING MAP STA 32.51 TO 43F01) R R MwaeR 638 42+50 43+00 45+50 44+00 44+50 45+00 45+50 46+00 46.50 47+00 47+50 48.00 48+50 49+00 49+50 50+00 50+50 51+00 51+50 52.00 52+50 53+00 LIVf1DAI 11 Ir GDAf1C I IAIC CTA aka. (1(1 Tn R7i7G 04 (NInDTWl 42+50 43.00 43+50 44+00 44+50 45+00 45+50 46+00 46+50 47+00 47+50 48+00 48+50 49+00 49+50 50+00 50+50 51+00 51+50 52.00 52.50 53+00 HYDRAULIC GRADE LINE STA. 43+00 TO 52+76.93 (SOUTH) OPE� vtn/ICPrs MODE LMATIM WEST STREET PAVING IMPROVEMENTS MENTS wm «wc STORMWATER ROUTING MAP STA. 43+00 TO 52+7883 w¢r xure[x 039 _ I I I I I I i'uIUT p 1 ORNEWAY N2 DPoVEWAY N9 OPoVEWAY p7 oljll�f UT' AITI,, "Ar.0 AVE ' I ...e,_ __ I DPoVEWAY NI DRIVEWAY N3 DPoVEWAYN5 DRIVEWAY N6 7-DRNEWAY N8 i P® „ DRIVEWAY LOCATOR MAP ORWETO YE..�. .,....9.L,. CULVERT #9 STA 48+35,03 (=10+00.00) ou HORIZONTAL SCALE 1:10 (PROFILE) VERTICAL SCALE I ' � °aEria+iEx rt a � k s.r�iou,wau�voo-°B RaT ]r'T n m xEnr omrE°'.rc ranrlao+wrc aE I ]x�'Nr 9}E EURA>•H211N TNO•q/NO I I 0.lVLAT Ne - I � f f]EE DETN_ 9EETE. 01E-ONI' H.m N•D0 1 exlawY NME TO OR 3276 ............. ,,..,.,.,.. .... ....,,..... , .. .......... ....._ ... ..--...,..., ... .,.,.......,.. 3276 ........... ..... ......... . . ............... ,.....__...... ,. Z.. . rac ........, ......,__ ,............ . ---------------------------------------- ............__3274 ,...,......,.. .,.,M ,. .., ..... _.._... . _ ........ .... ............,. . ........_. ... ., -,... ,....,.,.. ..-..... _ ,. -_. 3274 _....._.. . . .. ........ ........... ........ _-, _.._....... .,. , ............. ..........._..,.. .,.,..,,. ......_.._.. .._-. ..,.-.,,...... ,. .,..,.....__ , ..,...,....,, , ._....... .._.......__.. . , ....,,.-.... , . ,.,.__.., , .._.... ........_.... _.....,.,.,...... .. ...-..._--.. ,............. ............ X ...,..-.._..,... . ............ . ,..,. , ..........__. ..-..._ ......_.__. .. .. ..,...,............ ,.,,.._._. _...... .... .--.._..._. ., ., ........... . .. ... 32M . ............ . . ..... ... ..... ........... ............ ..._..._.._......., „_, . _ 3270 „ ... „- ,....�. ttyiliVdRq.R, ,. .., ....._.ATw9.xxgP �.... . ......,_.EtFY:3E69.OG_...... ...... ...... ... ... ... ................. .......... ..... ......... 1,.,... .. ....... . ... ,. ..... .. ....,. ,,.,. ..._.. .. ......._.. ._., .,... .. .........., ElE ]36B ... .. ... K.,... .... ..., .._ , . .. .CULVERT x.,..... ..... .... .. ........ .. :.. ..... .. . . .. .. #9 .. ....... ........ ... ......... .. ....... .... .. .... ., Ip, .... 4 3265 ...... .,.. _.... ... ...... . ...... ......... .... ................ ... ........... ... .. ......... ......... ....._,.,, . , ... .,...., .,.,, .....,.....__, ...,. ....., ...,.... ._,,......._..... ., ._.,.,. 5 9�00 9+50 to-oo 10.50 I I»00 WEST fH STREET PAVING IMPROVEMENTS T OUIVERT#9 PLAN 8 PROFILE T maax 040 SCALE 1:200 _._---- _.---- ._._. _, _._.__ _ .---- _ u.a1 II'� ua1 12.00 gIME TO DU91 0 eCULVERT#9 DRAINAGECHANNEL STA10+72,60TO13+33.97 HORIZONTAL SCALE 1:10 (PROFILE) VERTICAL SCALE 1:1 w CULVERT #9 DRAINAGE CHANNEL 1212=00 1212=50 13.00 - I .9b ITAT-1-11 9 aTAT19N Naa.9i WATIN6tl9N� 1313=00 WEST TH STREET PAVING IMPROVEMENTS ULVERT#9 DRAINAGE CHANNEL T 041 Bors Bons (Top) Bars (Bo++( (Typ) Borl TYPICAL SECTION • c Q Finished Grab _ pp (Roadway Slope) _ � 2 OI o K H - 3' Charter (See GENERAL NOTES] SECTION THRU CURB BOTTOM SLAB TOP SLAB PART PLANS Bor D i miei on H .x. .y. 2'-0' 2'-S• 2'-2• 3'-0' 3'-5• 2-2- 4'-0' 4'-5' 2'-2' • [L H u -LU BARS C BARS D BARS Z BARS Y 9• 6' s• n BARS K - w4 (Spo • 7'-0• Max) (Length • 4'-3'1 (Do' min to 5'-0' max. Estimated curb heights Ore shown elsewhere In the Dlons. For structures with pedeetrlon roil, bicycle roll or ourba toller than 1'-0', refer to ECD eYonoord. For structures with T6 on 6" rail, refer io at S+onOartl. For structures with froftis rail, other thon T6, refer to RAC stond0rd. Q For vehicle safety, the following requlrements moat be meta For atruCtUr!a without bridge roil, CUr'Da 6holl project no more +hm 3' above finianeo 9rode. For structures with bridge roil, curbs "it be flush With finished grade. Curb heights shall be reduced, if necessary, +0 meet the above reouireRenta. No cho gee WiII DB moos in qumtif fee and no addt+tonal compensation willbe allowed for +his work. Q For curbs lees than 1'-0- high, ttl+ bins K at- reduce bar neigh? oa necessary to mofntain cover. For curbs less than 3' h(gh, bare K may be ami++ad. QQ 1-0' typl?ol. 2'-0' wren RAC stonaord is referred to elsewhere in the Dion. Deformed reload wire reinforesmenf (WWR) meeting the requirements of ASTM A1064 may be used +o rapt ooe conventional reinforcement shown at the Contractor's option. The woo of required reinforcement may be reduced by the ratio of 60 Kai / 70 list. SpoolN of WWR is limited +0 4' Min ono 18' Max. When required, provide lop splices in the WWR of the some length required for the equivalent bar size, roun0ed up for Wire size. between graven+tonal bar Sizes. Example Conversion• Reploeenent of No. 6 Gr 60 at 6' Spacing With WWR. WWR required • (0.44 eq in/0.5') x (60 ksi/70 ksi) • 0. 754 sq iNf+. [f D30.6 wire is used to meet the 0.754 so In/ft requirement in this exrnple, the required spx inn0p • (0.306 Sq in/ 0.754 aq In/ft) x 12 in/f+ • 4.87• Max apoci no. Red' t red lop length for the provided D30.6 wire is 2'-2' (Lop rewired for uncoated No. 5 Dora, as shown in Item 440). GENERAL NOTES>I Designed according to AASHTO LRFD Specifications. Des(gne0 +o the maximum fill he iqh+ shown. All reinforcing steel shall be Grode GO. All concrete shall be Class •C- With these exceptional use Class •S. for too slope of Culverts With Overlay, with 1-to-2 Course surface treatment, ar ise the too slob oa the final rloing eurfoce. Close 'C• Concrete shall have a minimum carorseeive str th of 3, 600 pet. Close S' concrete shall hove a onto mum compressive strength of 4,000 psi. Tne use of per"or"ant forme is not a lowed. The bottom edge of the top Slab Shall be Chartered 3' 0+ the entrance. Reinforcing'bars shall be adjusted to provide O /' minimum of 1 clear cover. Construction joints shown at the flow Iine may be raised 0 max imam of 6' of +he Contractor's option. If tots option Is used, Bars M May be cut off or raised, Bare C and D may be reversed, ono Bar Y one 2 may be reversed. Sea atondord MC -MO for skewed ends, angle sectlms and lengthening de+oIIs. %Tbxse T of aWpor adDin sfmww n w MULTIPLE BOX CULVERTS CAST -IN -PLACE 5'-0" SPAN 0' TO 20' FILL MC-5-20 LA BILLS OF REINFORCING STEEL (For Box Length • 40 feet) QUANTITIES G. SECTION DIMENSIONS Per r4 Bars F2-A4 Bars M-84 Bore Y & Z-o4 Bars H Bars o Bars B Bars C & D Bars E Bars Fl 1t4 at 1'-6' Max at of 1'-6" Max of 1'-O" Max 4-e4 Boor of Curb Total a: Barrel W H N Bar C Bar D h o No. Bar Y Oar Bar 2 Bar Z Length �, o CandICY) Reinf v Cone Reinf S H T U No. ._ �^ g Length Wt NO. .- g No. ._ o. '^ Length Wt No. Spo Length Wt No. Length Wt No. Length Wt Leng}h Y Length Wt _ NO. , ICY) (LD) u (CY) tlbl _ Length Wt Length Wt wt ; a 2 5'-0" 2-0" 7" 7" 194 s4 5- 11- 6" 1 490 162 s4 6" T'- i' 767 6'-10- 739 162 s5 6" 5- 8"1 957 14 8" 39-9 372 38 39'-9" t 009 56 2'- 0" 75 41 4-6" 123 5'- 0" t37 ii'- 6" 31 26 74 0.637 141.7 0.9 105 26.4 5.774 3 5'-0" 2'-0" 7" 7" 194 s4 5" IT1" 2,214 162 s4 6" T'- i• 767 6'-10' 739 162 s5 6• it'- 3• 1.901 21 8. 39'-9' 558 54 39'-9. 1,434 56 2'- 0" 75 82 40- 6" 246 51- 0" 274 17'- 1" 46 36 102 0.922 205.2 1.3 148 38.2 8,356 4 5'-0" 2'-0" 7' 7" 194 s4 5. 22- 8" 2,937 162 s4 6- 7- 1' T67 6-10- 739 /62 s5 6' i6'-10' 2,844 28 8" 39j "90 743 70 39-9- 1,85956 2- 0" 75 123 4- 6" 370 5'- 0" 411 220- 8" 61 48 136 1.206 268.6 1.7 197 49.9 10,94 5 5'-0" 2'-0" 7" 7" 194 s4 5' 28'- 3" 3,661 162 s4 6" 7'- 1 767 6-10- 739 162 s5 6' 22'- 5" 3,78 35 8" 39'-9' 929 86 39'-9' 2,284 56 2- 0" 75 164 4- 6" 493 5- 0" 548 28- 3" 75 60 170 1.491 332.1 2.1 245 61.7 13.52 �S 6 5-0" 2'-0" 7" 7" 194 s4 5- 33-10. 4 385 162 s4 6" T'- 1' 767 6'-10' 739 162 s5 6' 28'- 0• 4 731 42 B" 39'-9 1115 LO2 39'-9' 2 708 56 2'- 0- 75 205 4'- 6" 616 5 - 0• 685 33'-10" 90 70 t99 1. 775 395.5 2.5 289 73.5 16 110 2 5'-0" 3'-0" 7" 7" 194 s4 5' 11'- 6' 1,490 138 s4 7- e'- I' T45 6'-10' 630 162 s5 6" 5'- 8" 957 14 8. 39-9" 372 44 39-9' 1, 168 56 3'- 0" 112 41 4- 6- 123 7'- 0" 192 it- 6- 31 26 74 0.702 144.7 0.9 105 29.0 5,894 L 3 5-0" 3'-0" 7- 7" 194 e4 5• IT'- 1' 2,214 138 W4 7" 8'- 1' 745 6'-10' 630 162 s5 6' IV- 3" 1,901 21 8. 39'-9 558 62 39'-9' 1,646 56 3'- 0" 172 82 4'- 6' 246 7'- 0" 383 IT'- 1' 46 36 102 1, 008 210.9 1.3 148 41.6 6.58 RR 4 5'-0" 3'-0" 7" 7" 794 a4 5" 22'- 8' 2,937 138 w4 7- 8'- I' 745 6'-10' 630 162 s5 6' 76'-10' 2 844 28 8. 39'-9 743 80 39'-9" 2,124 56 3'- 0" 112 123 4'- 6- 370 7'- 0" 575 22'- B' 61 48 136 1. 314 277.0 1.7 197 54.3 11.277 5'-0" 3'-O" 7" T" 194 s4 5" 28'- 3" 3,661 138 s4 7" 8'- i' 745 6'-10- 630 162 s5 6' 22'- 5' 3,788 35 8" 39'-9 929 98 39'-9" 2,602 56 3'- 0" 112 164 4'- 6" 493 7'- 0• 767 28'- 3" 75 60 170 1.620 343.2 2.1 245 66.9 13,97 50-0" 3'-0" 7" 7" 194 s4 5' 33'-10' 4,385 138 sq 7• 8'- 1- 745 6'-10- 630 162 s5 6' 28'- 0' 4 737 42 8' 39'-9' t 1I5 116 39'-9' 3 080 56 3'- 0" 112 205 4'- 6" 616 7'- 0" 959 33'-10' 90 70 199 1. 926 409.3 2.5 289 19.5 16 662 2 5'-0" 4'-0'• 7" 7" 794 s4 5' it'- 6' 1490 138 s4 t' 9'- i' 837 6'-10" 630 162 s5 6' S'- 8' 957 14 8" 39'-9' 372 44 39'-9' 1, 168 56 4'- 0" 150 41 4'- 6" 123 9'- 0' 246 11'- 6' 31 26 T4 0.767 149.3 0.9 105 31.6 6 078 "fig 3 5'-O" 4'-0" 7• 7" 194 s4 5' 17'- i" 2 214 138 s4 7" 9'- i' 837 6'-10- 630 162 s5 6" 11'- 3' i 901 21 8' 39'-9- 558 62 39'-9' t 646 56 4'- O" 150 82 4'- 6' 246 9'- 0" 493 IT'- 1' 46 36 102 1.095 216.9 I.3 148 45.t 8 823 4'-0" T" 7° 794 sq 5" 22'- 8' 2,937 138 s4 7" 9'- i• 837 6'-70' 630 162 •5 6' 16'-t0' 2, 844 28 8" 39'-9" 143 80 19'-9' 2, 124 56 4'- 0" 150 /23 4'- 6' 370 9'- 0' 739 22'- 8" 6t AB i36 1. 422 284.4 1.7 197 58.6 11,571 k•"� FM 5 5'-0" 6 5' -0" 4'-0" 4'-0" 7• 7" 7" 7" 194 194 s4 s4 5. 28'- 3" 5' 33'-10- 3,661 4 385 138 138 •4 7• W4 7• 9'- 1" 9'- i" 837 837 6'-10" 6'-t0' 630 630 162 162 •5 6' s5 6" 22'- 5" 28'- 0' 3,788 4 731 35 42 8. 8' 39'-9' 39'-9" 929 1 115 98 116 39'-9' 39'-9. 2,602.56 3.080 56 4'- 0" 4'- 0' 150 150 164 205 4'- 6' 4'- 6• 493 616 9'- 0" 90- 0" 986 1.232 28'- 3" 33'-10' 75 90 60 70 170 199 7. 750 2.078 351.9 419.4 2.1 2.5 245 289 72.7 85.6 14,321 17,065 2 5'-0" 5'-0.. 7" 7' 194 s4 5" 11'- 6 1 490 138 s4 7. 10'- i' 930 6'-10" 630 162 s5 6" 5'- 8" 957 14 8' 39'-9' 372 50 39'-9" 1,328.26 5'- 0" L 41 4'- 6 123 n'- 0• 30t fi'- 6" 31 26 74 0.832 158.0 0.9 105 34.2 6,42 p S 3 5'-0" 5'-0" 7• 7" 194 s4 5. IT'- 1' 2,214 138 s4 7. 10'- 1" 930 6'-10" 630 162 a5 6' 11'- 3" 1,901 21 8. 39'-9 558 70 39'-9- 1,859 56 5'- 0" 187 82 4'- 6- 246 IV- 0' 603 17'-_I * 46 36 102 1.181 228.2 1.3 148 48.5 9,27 E 4 5'-0" 5'-0" 7" 7" 194 s4 5' 22'- 8' 2, 937 138 s4 7. 10'- 1' 930 6'-10' 630 162 s5 6' 16'-10' 2, 844 28 B' 39'-9 743 90 39'-9' 2 390 56 5'- 0" 187 123 4'- 6' 370 ii'- 0' 904 22'- 8' 61 48 136 1.530 298.4 1.7 197 62.9 12,13 T�S 5 5'-0" 5'-0" 7" 7" 1194 s4 5' 28'- 3" 3 661 138 s4 7. 10'- i' 930 6'-10" 630 162 s5 6' 22'- 5' 3 788 35 e' 39'-9 929 t10 39'-9' 2 921 56 5'- 0" 187 164 4'- 6" 493 it'- 0' t ZOS 28'- 3" 75 60 In 1.880 368.6 2.1 245 77.3 14,98 �`'9 6 5'-0" 5'-0" 7• 7" 194 s4 5' 33'-10' 4,385 138 s4 7• IO'- I' 930 6'-IO" 630 162 s5 6' 2e - 0' 4,731 42 8' 39'-9 1 715 130 39'-9' 3 452 56 5'- 0' 187 205 4'- 6" 616 IV- 0. 1 506 33'-10" 90 70 i99 2.229 438.8 2.5 289 91.7 IT 841 Cb� P b i4�tl $ASS L$S �S S WSe Deformed welded wire reinforcement (MM) meeting the reiremente of ASTM A1064 may be used to replace conventional reinforcement shown at the Contractor's ;^T option" The oreo of required reinforcement may De ;•p 8E 88 reduced by the ratio of 60 ksi / 70 ksi. Sooc0; of WWR is limited to 4" Min and 18" Max. When rewired, w� 'n the WWR of the salength provide IW sane length 8a Y reww red for the eival Mt bor size, rounded uo for wire sizes between 0onventiOnal bar size. Example ConversiOnt Replucsmen+ of No. 6 Or 60 at 6' Soocinq with WWR. WWR rewired - (0.44 so In/ 0.5') x (60 ksi/70 ksi) • 0. 754 aq In/ft.If D30.6 wire Is used to abet the 0.754 eq In/ft rewirement in this example, the rewired spacing • 10.306 so in/ 0.754 sq in/ft) x 12 In/ft • 4.87' Max spacing. Rewired lop length for the provided 030.6 wire is 2'-2' (Lop required for uncoated No. 5 bore, as shown in Item 440). HL93 LOADING SHEET 2 OOFFAti2bn D*wvnenf of Tanrpwwo" ✓�Wds(17 MULTIPLE BOX CULVERTS CAST -IN -PLACE Y-0" SPAN 0' TO 20' FILL MC-5-20 xsmae4on o,, w n: usr a. es"rtxpor r.: w �,(»7 r.er�ur mio o� 043 a 3 x 0 TABLE OF DIMENSIONS & REINFORCING STEEL (Wings for One Structure End) Var lob le •- " Est ima Dimensions Reinforcing Quart i, par ft wimp le Ma%irtAXn Bars Jm Bare Jt (2^air Vin0w01I W X Y z Height H 5 0 - Spd Reinf ow ,;, p m tLo/Ft) TABLE OF ESTIMATED CULVERT TOEWALL QUANTITIES INSIDE ELEVATION (Showing reinforcing. Culvert and Culvert Toewall reinforc ing not shown for clarity.) Wingwoll Toewall 116" SECTION A -A WING DIMENSION CALCULATIONS3 Formulas: (All values are in Feet) Hw H+T+C-0.250' A (Hw - 0. 333') tSLI B /A) Tonpent (30') Lw (A) + Cosine (30') For Cost-in-piace culverts: Lt. (N) (SI + (N+1) (U) For Precost culverts- Ltw, • (N) l2U+S) + (N-1) (0.500') Total Wingwoll Area (Two Wings - S.F.)•(Hw + 0.333') (Lw) Hw Height of Wingwoll SL:I Side Slope Ratio (Horizontol-1 vertical) Lw Length of Wingwall Ltw Culvert Toewall Length N Number of Culvert Spans See applicable box culvert Standard for H, S, T, and U values. o, Ltw ///---ee Corner DD etdi I6 3p. Length of Wings l Typl booed an Slst slope along thi6 line. Toe of 5 % PLAN M (Showing 0Imams l ons.I 0 i iw �2 00 �3 F or �Aw FOOTING WINGWALL AND TOEWALL CORNER DETAILS (Culvert and Culvert Toewall reinforcing not shown for clarity.) Culvert Bottom Slob Reinforcing SECTION B-B O IO Extend Bare P 3-0" minimum into bottom slab of Box Culvert. OAdjust to fit as necessary to maintain I I/4• clear cover and 4" minimum between bors. O3 Quantities shown ore based on on average wing height for two wings (one structure end). To determine totol quantities for two wings multiply the tabulated values by Lw. Recommended values of Slope ores 2:1, 3:1, 4:1, 6 6:1. O5 When shown elsewhere on The plans, a 5" deep concrete r iprop shoil be constructed. Payment for riprap eho11 be as required by Item 432, "Riprop". UnleSS Otherwise snown on the alone or directed by the Engineer, the riprap Shall have o 6" wide by 1'-6" deep reinforced concrete toewoil al onq oil edges adjacent to natural ground; the 1oew011 shall be reinforced by extending typical ri prop reinforcing Into the toewall; construction q' \ joints Or grooved joints, oriented in the direction of flow, shall extend across the full distance of the 2-0- riprap, at intervals of approximately 20'. When such ri pra0 is provided, the culvert toewall shown in \ 30" SECTION B-B will not be required. © A} Contractor's option, Culvert Toewall may be ended BARS D flush with WI ngwoil Toewall. Adjust reinforcing from that shown as necessary. O7 0" min to 5'-0" max. Estimated curb heights are shown elsewhere in the plans. For structures with pedestrian Z'-p• roil, bicycle roll or curbs toiler than i'-0% refer to IF'-- ECD standard. For structures with T6 bridge rail, refer to T6 _CM ston0ord. For structures with traffic rail, other Than T6, refer to RAC standard. b, 60' ©For vehicle safety, curb heirht3 and wall heights small je reduced, if necessary, to provide d maximum will be projection qaboveuantities finished prole. No changes will be moos mn quantities and no additional compensation BARS R will be allowed for this work. m is=. a. >e c _ c = J= GENERAL NOTEsf Designed according to AASHTO LRFD Specifications. All reinforcing steel shall be Grade 60. Synthetic fibers listed on the Fibers for Concrete" BARS JI BARS V Material Producer List (MPL) may be used in lieu of steel reinforcing in riprap concrete unless noted otherwise. ,All concrete shall be Class "C" and shall have a mnimum comoressive strength be adjusted psi. All meinf—orc i n0 . ,+ she l l be 36.0 .. to provide d minimum of i / ' clear cover, When Structure is founded on Saito rock, depth of toewolls for Culverts and wingwalis may be reduced + or eliminated as directed by the Engineer. See BCS sheet for aatltt tanol dimensions and information. The quantities for concrete and reinforcing steel re suiting from the formulas given on this sheet ore BARS L BARS J2 for Contractor's Information only. AWN**I add" ,Tdame Dep-b"M of - taf"pormabn st—dw CONCRETE WINGWALLS WITH FLARED WINGS FOR 0° SKEW BOX CULVERTS FW -0 6' min. when no shoulder exists (typ.) 4' Yellow Centari ine 10' min. -12' max. a o m� 4' White o a e o �o >f y T_ JO' 10'� o ono Edge Lino 4' id fi 3" in.-1" Yellow lino 3' min -4' max. YSol ellow Line mmax. Shoulder width MY very TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS Edge 6• min. (+yp.) 4' white Lau Line -7\ 0 1' Sol idl IoUo 1' White EoLine Yene CENTERLINE AND LANE LINES \ 3. min.-4" usual FOUR LANE TWO—WAY ROADWAY (w max. for traveled WITH OR WITHOUT SHOULDERS "� greater'nithan PavmWM' Edge 6• Seim. ttYP.lT 4' min. 30' max a 4' White Lau Line C�> '- 4' Yellow Edge Linele Me a = e o 4l 4- White Edge Lime B tyD ) Pavement Edge 4' 4" White Lane Line � White RI' White Edge Line 1• Yellow Edge Line 4• Sol id Yellow Line /4 1 n �Y 10' min.- W�4 71a1- 12" max. Width McOfan �_.�--'--- width a 4' Yellow Edge Lim ������IT min. from edgel The to 8' Solid White ChannizNq Line stop/yield line _ ei12'-24' White Stop or Yield Line 4• White Edge Line y 0 � 9' White Lane Lira o All medians shall be field mecew d to determine the [motion of necessary striping. Stop/Yleltl bars ant oenterlines end11 be placed when the medlm width is greater than 30 ft. IN median width Is defined as the area between two roadways of a divided highway measured from edge of fro" IAd way to edge of traveled way. The Wealth excludes turn lams. The medlon width might be different between intersections, Interchanges and of apposite approaches of +he a= Intersection. The narrow median width wl I I be the control l ing width to determine If nxrkings we requred. FOUR LANE DIVIDED ROADWAY INTERSECTIONS GENERAL NOTES I. Edgeline striping shall be as shown in the Dims or as directed by the Engineer. The edgellm should typically be placed a minimum of 6 inomo from the edge of pavement. This distance may vary due to pavement raveling or other conditions. Edgellme are rot required in curb and putter sections of roadways. 2. The traveled way Includes only +hat Donlon of the roadway used far vehicular travel and not the palming lards, sidewalks, borne and shoulders. The +raveled ways shall be measured from the Inside of edgelim to Inside of edgeline of a two lam roadway. EDGE LINE AND LANE LINES ONE—WAY ROADWAY WITH OR WITHOUT SHOULDERS 4' Minimum Br loge Rail or Fade of Curb Minimum Requirements far Edge l Ines Traveled way width 2 20' STOP LINES Sol Id White WidttN 12• min 24' Seam. EDGE LINE 4' Sol Id White CENTERLINE w 4' Yellow Length- 10' Gapm 30' w OPTIONAL 4' Sol Id Yet low Iim an approaches +o Intersection: (500' IS Minimum Requirements for Centerlines without Edgelinms Pavement Width 16' 1 W < 20' 4' min 30' max GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE Based an Traveled Way ad Pavement Widths far Undivided Highways Lane width greater than an equal to 11' varlea R White edgeline NOTES, 1. No -passing zone an bridge approach la optional but If used, it shall be a minimsm 500 feet long. 2. For crosshdtahIng length (L) sea Table I. 3. The r;c" of the offset (W) and the required crosshatching width is tho full shoulder width In advmoe of the bridge. A. The Cr..ha+chIng is Set required if delineators or barrier reflectors are used along the structure. S. For guard fence detal Is, refer elsewhere In the plane. ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTO_RI2ED) _ DMS-4200 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT DMS-0200 NOT APPLIED THERMOPLASTIC DMS-8220 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 All pavement making materials shall meet the required Departmental Material Specifications as specified by the plans. 3 to 12, J6" V V V FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 MPH 3tro I -i-- "12' ,8' IVVVVVVVVVVV FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH YIELD LINES TABLE 1 — TYPICAL LENGTH (L) Posted Speed Formula < qp L" WS 2 60 >_ 45 L"WS 4t swim r.nwh.l I, <rae.MIawlaYl�„nyroa4 = w M1 lneril-,T —d 1M—t i•�.h�m � �h hno art, m wwhan a af«r mFr. h EXAMPLES - An 8 foot shoulder In odvanms of a bridge reduces to 4 feet an a 70 MPH roadway. The length of the gross - hatching should bet L-8x70"560 ft. A 4 foot shOulder In advance of a bridge reduces to 2 feet on a 40 MPH roadway. The length of the gross - hatching should bean L - 4(40)2 / 60 • 106.67 ft. rounded to 110 ft. s Deportme of Tronspa ldlon Trcffk OpraNans 00slon TYPICAL STANDARD PAVEMENT MARKINGS PM(1)-12 a-95 2-12 5-00 r-.-.-..7 _. ..,.._ ......,.......... ,.,. 1 gj REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE SEE DETAIL 'A' SEE DETAIL 'B• Type II -A -A ✓ a o 0 o n o 0 CENTERLINE FOR ALL TWO LANE ROADWAYS Type I-C Type II -A -A ( '-1 SEE DETAIL •C• \i 1 ✓ CENTERLINE & LANE LINES Raieea pavAnrM a-ker Tyne I-C, clear face toward nornal trafflo, ANT FOR FOUR LANE TWO—WAY HIGHWAYS be placed an eo-foot oenters. 12•. I• sir • �•.• oA I0 2 to 31 A' EDGE LINE OR C911EALINE — - — - — - — - Center l inn - — - — -—Syeaef - -and center) IM _ - _ - _ - _ - _ - Goolnecus two-way Ieft turn Ian / Type II -A -A a o o p a o 0 o a o 1 40' { 40' e0' `1 ro 0 0 0 0 0 o aI I. TM I-C L 1' �1 CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE ✓ Type I-C or 11-C-R 0 0 o a o 0 p c L 1 Type I-C or II-C-R o 0 o a o c LANE LINES FOR ONE—WAY ROADWAY (NON —FREEWAY FACILITIES) Ral sad pavenert+ m-kere Typa II-C-R moll .cure clear face .award rwrncI traffta and rod face tovard wronp-way traffic. CENTER OR EDGELINE r-12•• i• 10, .� 30' BROKEN LANE LINE REFLECTORIZED PROFILE T PATTERN DETAIL aSINO RFFLCCTIVE PROFILE PAVEME)" M IKINGS te•. I• ., V2* OR a6• 300 to ellI �� � in held" A• Y/�'• �'i' OR 6� 9/t'• _ A wldc field shook for the thtola— of 1wq line afld prod l* natclrq Is approxlAoMly 2 to 3' soled) to aet ght of ; to a ecxl bwa 2 to 3' {F'�1 2 to 3' OPTIONAL 6• EDOE LINE OR CENTERLINE A• LANE LINE OPTIOAL 6• LANE LINE NOTEM Pre lie markings shoo I not be placed on roadway* with a posted speed Ilmlt of AS MPH or tees. GENERAL NOTES 1. All ralud paveead fffal * placed In erokAn l )nee "II be placed In Ilne with and aideoy between the Atrlpm 2. On concrete payswnM the roused paawit aorkers Media be planed to one aide of the lonplfudiml joints. MATERIAL SPECIFICATIONS PAVEMM MARKERS IREFLECTORIZEDI DMS-4200 EPDXY AND ADHESIVES OMS-6100 BITLMINOUS ADHESIVE FOR PAVD09 MARKERS OMS-6130 TRAFFIC PAINT DIC-8200 NOT APPLIED THERMOPLASTIC DMS-8220 PEPo40ENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 I All paves..+ morkingmahMr la to "if most the required Departtnental Material Specifications as specified by the plane. A A Rtf lector) and Surface Type I (Top View) 3so m- 25o ed MOHAIR Paadeay SurfOOe SECTION A RAISED PAVEMENT MARKERS Texas Qs M*aW OF TrofaspxWon Trofnc fberd%" d•VMM POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-12 A-92 2-IO S-0d 2-If sad 2•a* 1 Mlle Mane Drool vor Res -a" zDotted 8' Mite Lone Line I 1 a ono e m o'q-� � ' `TYpe 1-C 4' White W a'okm tI-A-A 24- while iC / �' 3 i <V Type woCM of 20' a a ItyO.)— a d S N N 4- ,• —13 yeller broken yellow soli 3 8• white (Typ) imps lid N �� V soo_eo m zo• TA B S 3 MINOR \I-I-J y,� if * vor law bow an length of turn bay iE if if TYpicol M.NAY STREET V I u lY equal to /t the length of storage I" s TYPICAL P TWLTL AT TWO—WAY CROSS STREET AND RIGHT TURN LANE DROP i a. Q :E I Mt le (Auxl Mary Lane) tied 8- white Lone Line I i eTA. w.m rm � m m won 40 r . TYOa I- s S . 2 3 I. white prakm C v — - yal la Orokan 4• yelia Maker — a'fn L SIfI aTA ! 4- yelipr wild 4 � 4• white broken V TYPICAL TWLTL AT ONE—WAY STREET AND RIGHT TURN AUXILIARY LANE II-A-A 4- Yello1w Solid ' IMwa�keerts 1_Type _ _ _i IZ See Note S TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS Yeilm Solid \ 12' White" 24' White Crosswalk 11_Stop Ltrro iinea FTnol ,.ocmnmt of Stop Bar and Crosswalk i11011 ad approved by the Engineer in the field. DETAIL B MATERIAL SPECIFICATIONS PAVEMENT MARKERS IREFLECTORIZED) DVS-4200 EPDXY AND ADHESIVES DAIS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 TRAFFIC PAINT OWS-8200 HOT APPLIED THERMOPLASTIC OZ-8 220 PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS-8240 All povemmt marking materl0IS sholI meet the required DeportmentoI Material Specifications as specified by the plane. Type II -A -A Full Lane Width Tyotal 12' Min Sea note 6 20 1-C �� sw DETAIL C GENERAL NOTES 1. Refer elsewhere in plans for additional RPM plocement and details. 2. Lane use word and orrow workings ahOIi be used ",&"awhere ihrapn lame appro0ehing a1 intersection madatory turn IanOM Lane use Maftl ad arrow mp-ki 103 should be used in ouki i ia'y lanes of substantial lath. Lane use orrow, warkings or word "w, orrow workings my be used In other lanes and turn bays far empnosts. Detoi is for words and arrows, as shown In the Standord Highway Sign Designs for Texas. 3. When faro used word and arrow ngrkinngs ore used, i» cysts gMao�ar *1 mItl80 taeetd 1W en o almie of lane uee arrow ar word and p-rOvworking is used far a ahort turn lane, it should a loafed at or clear tiro upstream and of the full -width turn lane. 4. Other crosswalk ootterm as MOwn in the -Texas Manual an Uniform Traffic Control Devices' w4y be used. S. RofaeO pavement worker Type 1-C with Indivlad highways flueh me0tans and tw way left turn lads. 'aised povemeM marker Type II-C-R with divided III rolghw0ya and lead m d1als. 6. A two- way left -turn tTWLTI lone -use arrow, pavement marking .I I be used at or lust fxlwns,trefree the bsgiming oT o twa-way an left- lad within a orrt Ov. Rem" the mocking Ofter ierse Vaocn intction M ded Cotad turn boy is not required unless stated elsewhere in the plona. Texas Owflo yOf TramwfallGn rrafrrc Operafans Division PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM(3)—)2 TYPICAL TRANSITION FOR TWLTL , AND DIVIDED HiGHWAY roI :•10 m—...... .,.. R�� ..,.,�, .,_..._ x......, pw...rm� i u qd uw..+uuJ 1 Sidewalk elatest ar ahoretl use pathway. qp• See edest PED standardfactIIsl eheefa Do actable warning \\\_ gar pedestrian facilities (x2) �\ G See RCD(2) if >25' Curb and gutter a. B 4"Broken WI0-1 /-white R R 36.OIA. g / ,o e e e a 4" Yellow C, N p� i 06(-2 ( \ g6 (opt i ono I ) b //��4• Broken ,s� 24' White 24" White \ \ White h/ 8• White \ \ i01 ` L'J SEE OETAiI A „•��, � e• White C ® 4" White C> 24• White \ \ [5. 30' R 6 1 lo• 60' S ° m Tw demo T R R W10-1 e T 36"DIA. 24' 20' 1 16' DETAIL A 2-WAY, MULTIPLE LANES EACH DIRECTION f: 4• Broken %-YellOw /4 10, 60, _ Double Yellow 4. 501 id 4� W10-1 36•DIA. �r s wig-1 36"DIA. R R 2 LANES, 2-WAY u I -WAY STREET WITH CURB NOTES To Tip of got* to so"of ourbs i' max far Quiet Zone SSM, 90% of traveled way covered by gates for oil other locations us Nan-troversable curb I enpfh from gates 100' min. for a Out at Zane SSA1. 10' min for oil other locations. NOTES All Center of RR most to center of rat It 12' minimum, 15' typical. Alt Tip of pate to center of roils 12' minimm, 15' typical. 81 Center of most (contilever, gate, or moat flasher) of nearest active traffic control device to stop lines 8' (NOTE. Stop line may be moved as needed, but should be of least 8' back from gates, if present). CI Center of detectable warning device to nearest roils 6' minimum0. Center of gote most to center of cantilever moat. 6' typical. NOTES Cantilever may be located in front or behind Oates. 90• Es Edge of median or curb to nearest roils 10' typico 1. NOTES Design meal an edge to be parallel With rail. Fs Edge Of planking panel from edge of pavement or sidewalks 3' minimum. NOTES Field panels need not be in line with gouge pone ls. GI Length of panels at an; roils 8' typical. HI Width of field Panels 2' typical (check with railroad company). IS Distance between roilat 4-8.5'. Js Tip of Dote to tip of Dote+ 2' maximum far Quiet Zane SSM or 902 of traveled way covered by gates far all other locations. Ks Nearest edge of RR cabin from edge of pavements 30' typical. NOTE. Cabinet riot required t0 be paroilel to edge of pavement. ® Ll Nearest edge of RR cabin from nearest roils 25' typical. Ms Center of RR moat to edge of sidewalks 6' minimm. Ns Center of gate most to leading edge of non-frovers°bie medians 100' minimum to qualify as a Quiet Zone SSM. NOTES 60'Will Suffice if there is a street inter"etion within fhe 100' 0e all street intersections within 60' are closed. Edge of 01 Width of medians 8-6' mfntftxN 10' typical when using median gates. povement NOTES Center of gate most minimum 4'-3• from face of curb. >t Ps Center of RR most to face of curbs 4'-3• minimum. Center of RR mast to edge of povemenf (with shoulder). 6' minimum Center of RR most to edge of pavement (no shoulderll 8'-3" minimumNOTES 8NSF prefers 5-3', 1', and 9'-3" mtnimms, respectively. 0t Gote length. 28' or leas typical, but railroad company may allow up to 32'under special circumstances. RI Stop line to first RR Crossing transverse line (bike IoneH 50' typical. SS Stop Ilse t0 GRADE CROSSING ADVANCE WARNING (Wn0.1) sign and adjacent RR Crossing pavement markings. See Table 1. See RCD(2) for other signs. TABLE I Approach Speed(mph) Des t rap le Plocement (feet) 20 100 25 100 30 100 35 100 ia ITS so 250 55 325 60 400 65 475 70 550 75 650 LEGEND GENERAL NOTES -2. Sign I. Medians and curbs must be non -traversable to qualify as a Quiet Zone Supplementary Safety Measure (SSM). Object Marker Non-troversocte curbs in Quiet Zones are 6" ton minimum 0 and used on roadways where speed does not exceed 40 won. aTraffic Flow 2. Raised pavement mockers may be used to supplement striping. See PMl2) and P1I(3) standard sheets. — Cantilever 3. Medians preferred whenever possible to prevent vehicles $ Gote Assembly from driving around gates. q Mast flasher 4. Longitudinal edge striping moy be continued thru crossing d Pair as needed. Illtminotion m0y oleo be considered for nighttime visibility. S. See SMD Standard Sheets far sign m tl rig tletol Is. 6. See the Standard Highway Sign Des ion far Texas (SHSD) manual for sign and pavement marking Oet°iIs. Varies (check with • TmMC railroad company) ,Te+°°De!'°rN'nN °f TYansportetl°n OPM-1 Standeni Concrete grade crossing pavement Pavement 6 Rubber 0uOw Field 6• RAILROAD CROSSING +{ Insert P Panel Pon*1 DETAILS `P 4 .I� Sods SIGNING, STRIPING, AND 7• Tie 8" Ballast DEVICE PLACEMENT Base Material RCD (1) - 1 6 •-6• Perforated drain pipe with bati0et (Os needed) CROSSING SURFACE CROSS SECTION IsA. redl-16.tlp. w. Tx00T c°1.DDT an UDOT cwT%DDT Tx007 rEBRUAPY $016 xmww.. .pa�u €I 8F ©�0 Of @OR ®) pY 4 f 100, min See Table 1 15, it! See Table I g�5 (if no © or ® sign used) NOTES 1. Stop or yield sign may also be installed to the left of the croesbuck sign, rather than below it PASSIVE CROSSING z. sholIwbe installed fon frontlectIve strip and bock w of orosebuck sign post. h O T 50, so, 12' OF ©gyp x® NOTES 1. A shared use potnway is considered a separate pathway crossing when more than 25' from traveled way of adjacent roadway. 2. Detectable warning used at stop bar. 3. Smaller sign sizes preferred than shown to the right On this sheet. PATHWAY CROSSING O NOTE This design shows a 4-way stop scenario o C h�Fl only. Other Slone may be substituted for traffic signal or other iroffic control sceios. This note also applies to T-rt�noteIntersection design below.. u A �Q j4 Ig lde lights (if "A" (I00') "A" <100' "A" >100' See Toole 1. Place pavement markings and si gna on oppoaI+e side of See Table 1. Place pavement morkingsril asigns Intersect ion from rail if spacing between roll and Intersection if spacing from tram Toole I would outmarkings Table 1 would put morkings within intersection. within intersection. GRADE CROSSING AND INTERSECTION ADVANCE WARNING "C" (WIO-2, WIO-3, WIO-4) sign$ should only be See Table 1. installed if WIO-i sign is net between intersection and railroad crossing. If needed, see Table 1. GRADE CROSSING NEAR A PARALLEL STREET NOTE GENERAL NOTES TABLE I I. Railroad company to provide ocilve iroffic Control devices, Approach Desirable CROSSBUCK (RIS-1), NUMBER OF TRACKS Plaque (R15-2P) (if more than Speed PIocement I frock), and EMERGENCY NOTIFICATION (I-13) signs. (mph) (feet) 2. LOW GROUND CLEARANCE (WIO-5) signs may be rel ocoted further 20 100 upstream of crossing to provide advance warning of alternate route. 25 100 30 100 3. GRADE CROSSING AND INTERSECTION ADVANCE WARNING (W10-2) signs may 35 100 be modffled as needed to fit roodwoy geometry. 125 4. Table 1 plocement distances may vary per Sect. 2C.05 of the TMUTCD. 45 175 50 250 2 0 S. See Table 1 to determine plocement of STOP AHEAD (W3-I) and 55 YIELD AHEAD (W3-2) signs unless Shown otherwise. 60 AG0 6. DO NOT STOP ON TRACKS (RB-B) signs installed when potential for 65 475 vehicles stopping an track$ is significant as determined by 70 550 Sealing engineer. Install so sign does not block view of RR most. 75 650 7. See the Standard Highway Sign Design for Texas (SHSD) manuol for sign and pavement marking details. 1 S� o► r See Toble 1 2—WAY Min 7' median width Min 6' median width to support sign to support sign 1 US PL 1 4 f See Toble 1 Of 2—WAY WITH MEDIAN Q © u iEz See Toole I / U r Raiirood crossing pavement markings and ii- x - odjocent signs not Included when distance Y100' between neor edge of intersection and near NOTE -I ra(i Is less than 100', GRADE CROSSING AND INTERSECTION ADVANCE WARNING (WIO-3) Separate octave traffic *Use Table I If sufficient signs installed on roadway parallel with control devices, railroad ace spexists. roll In this case. crossing I>oy h+ markings, and adjacent signs required T—INTERSECTION when apart$ and more than 100' apart. See Table 1 44 �QS 41 Of le i 2 ADJACENT CROSSINGS �— SIGNS IF NEEDED w1e ws wX R R + +� W10-5 36"X36" O 36"DIA. � 36' X36" O WIO-2R LOW CROON 36"X36" O CLEARANCE W10-SP 30'x24" IF NEEDED IF NEEDED ALL WAY !y 48"X9" O eR61 3"X36" 3RIS-2P TRAC0 27X18 • 118"X6" R1-1 R8-8W3-1 STOPX36" O 24•X30• O 30XO y `` 48"X9" 3 R15-2P �.ACKS 0 a 15-1 `'48"X9" W10-i'ti>.' R R 36"DIA• 27"X18" LP 3 MO GAPES W10-13P Sign may be placed perpend. ,WeS TRACNE DR LKKIS 30"X24" to travel 215-211 27"X 18" I ones. 10 11 ww t2 1549" 48RX48"%48" IF NEEDED *-77 kK Includes a NO TRAM MORN PlOaue 1W10-9P) if crossing Ie in a Oulet Zane. LOW GROUND CLEARANCE PlaQe (W10-5P) if needed is mounted below W10-2/WIO-3/W10-4 signs. @AN KCRN 30 X24" ( CLEARANCE 30"X24" I Tees DeporlmeM of 7tnnpofWW ' yyai RAILROAD CROSSING DETAILS SIGNING & STRIPING M-1 NOW See SGT standard sheets for 18" x 18" min, or proper installation and length Minimum 1'-10• beyond 18' dia. min. of need requirements, guard fence Approx. 5, 0"t _ $0• Approach Taper of Grading or Mow Strip leave -out p08is 5'-10^ 3'-6" TYPiC01 T�2 0" I m ro Edge of Pavement Direction of Traffic c Grading or approved Mow Strip (IV r ION or Flotter) MBGF or MBGF Transition Length varies. Adjust Morn Strip width accordingly when offset is used. (offset "option" shown) GRADING AND MOW STRIP AT GUARDRAIL END TREATMENTS Note: Site Condittonts) Reinforced Concrete Site conditions may exist where grading is required or Asphaltic Pavement A Approved Post for +he proper instal tat t on of metal guard fends and Mow Strip (See General Note 4) end treatments. Approach grading or mow strip may be decreased or eliminated, Os directed by the Engineer. GENERAL NOTES M 1. ThiB mow strip design is for use with metal bean guard fence, guard fence transitions, and guord fence end treatments (See SGT standards for proper SGT installation). 18• x 18" min, or 2. Mow strips shot[ be asphaltic povement or reinto cod concrete 18" dia. min. A T/"�� Edge of (wire mesh on Synthetic fiber), as shown on the pions and will be IeOve-out PLAN Pavement Po1d for under the pertinent bid Item. Asphaltic pavement GF(31) shown with Mow Strip Sh011 meet the requirements of the Item, Ono be placed In accordance (See GF131) stondwd sheet for with +ne pertinent bid item 08 shown in the plans. Reinforced concrete I proper installation) shall be placed in occwdonce with Item 432, "Rtprop." The use of +he Reinforced Concrete synthetic fiber in lieu of steel reinforcing i8 xoeptoble, provided Approved Post or Asphaltic Pavement the fiber producer is on the Department Material Producer List WPO, lox (See General Note 4) Mow Strip maintained by TxDOT, Construction Division. Edge of 2-Sock grout mixture 3. The leave -Out behind the post snot[ be a minimum of T". Pavement ry (See General Note 8) 1'-6' 3^ min 4. The type of approved post will be as shown in the plans. or Asphalt Concrete _ See the applicable stondorO sheets for additional details onO information. on A8Dhol+iC Pavement � � u aaio1 Mow Strip " •? c 5. Other curb placement options may be used. Curbs ors not considered part of the axxt strip and will be 001d for under other pertinent wr_ bid item. IT icc.<1 II t5" 6. Thickness of the mow strip will be 4". I onto usual 1 1 v N'Beam1 E T. The limits Of payment for asphaltic pavement or reinforced Concrete i 1 dge of will include ieave-oJta for the p08fe. I 1 Slope to grain Fill leave -out with Pavement ( 1 2-Sock grout mixture 8. The leave -outs shall be ft l led with no more than 0 2-soCk grout mixture (See General Note B) It port cement, 5 parts wo+er, an14 parts sond by volume) with a 28-Oay 1 1 compressive strength of opDfOximately 120 cost or less. Prcv t de grout of a ConBisten0y that wi 11 flow into and COmpie4ly flit 011 voids. Due +O auger site, L _1 MOW STRIP DETAIL larger leove-ou+ dimensions ore acceptable from both on Impact performance and maintenance repair standpoint (Suggested Max loon leave -out of 20"). Payment for SECTION A —A Re inforeso Concrete or Asphaltic furnishing ad placing the grout mixture will be subsidiary to the pay item of Pavement Mow Strip with 10" x 18" rip rap mow s+rlp. TYPicaI or 18" did. minimum leove-out. i 1 ee 2-Sock i » grout mixture x Apnr 2-Sock grout mixture oo I .. H ( Reinforced Concrete DMs7om See CCCG or Asphaltic Pavement f7esse VsP*Mi sntof TMneporoeNon SWdWd N Reinforced Coner*+* , 2-Sock grout mixture Standard for Mow Strip See CCCG, or Asphaltic Pavement N Curb Types. Standard for Mow Strip rr . Curb Typed ;.:,3; See CCCC Reinforced Concrete �'��:..'.::` 4- Curb BEAM GUARD FENCE 4" or Asphaltic Pavement Standard for iIF Maw Strip mi 1 1 Tn usua^ 15• l curb Types K .: 4" i 1 (MOIT STRIP) min usual I i 1,:';•� I 1 i 7' IS- i '>K'Slope to drain /+ 1 Slope to drain i Imin usual GF (31 )M$- i7 1 t CURB OPTION (1) Slope to groin CURB OPTION (3) r, 4rTlws[T.40m, a.Tx00T r,.xx axTxooT xx.a t1L TOOT DeOw 2011 cam rKr .W xmawn This option will increase the Post CURB OPTION (2) Aav xm:mad embedment through Out the system. Curb shown on top of mow strID lae412, 201T KM onsT caxn, xwxr xa SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE SIGN LOCATION iDevviotive Cod" oorr"Prld to KO)ect estimate and wontitles seetsl FOR BREAKAWAY SUPPORT PAYED SHOULDERS r-tltrERSEcr1aN SM RD SGN ASSM TY XXXXX (X) XX (X-XXXX) t rest Ito. FRP . Fibergloss ReIMKced Platte Pips left SNOCFMl (�( �1 12 fi TOT • min -Rolled Torino isms $ 01TIFT11 _J min ---*ftn 6 ft min HIGHWAY NF�� 108b6 • v BaD So Dlip uee SSW(SLP-I) to (SLIP-31) INTERSECTION to • - 0 9% 60 pips leer SIDE IP-11) 10 ISLIP-311 4aeer Of Pasta of or 21 AHEAD ti ft corn YWer Type 0 toOreoter6 tT min3 W . Intvereal ArYlpr - Coratfeo Ilse 510(fRP) tna 17ri)) portico of tna+ s tt UB toniverpol anchor - Bolted ~ (see SWDWW) and IT/T11 OnppKt Travel 7.0 1f mTravel 7.0 ft min • 7.5 ft mox 7.5 ft aS • •ufge Anchor Steel - films SAOITTT)) 11,e.. sttDl, e• slat.-1 _ 7.0 ft min aP • sedge s,,chor Plostte Isms =11111)) ) Lae Lone Travel SA Slipboms - ConKeted Isms SID (SLIP-1) to (SLIP-3)) 60'� / Pond �,ed lox $8 • Sl ipoose - Bolted Dan (no SID(SLIP-1) to (SLIP-3)) �-1 G� 1 Sttrfod Sncultler Shoulder ppSo S sign WM Ito Maloof*" Snou10K p • Pretop 71arn• ums Sgolaro-1) m (SLIP-11, IM), IFRP)) LESS THAN 6 FT. WIDE GREATER THAN 6 FT. WIDE T • Prefop 'I, lose SW�SLIP-II fo ISLIP-3), I1R11 To avoid vehicle tnderwrtope waning, any Shen this sign is needed at the end of b tvc-lye. S U • PrtfoN 'Ir less SM(SLIP•1) to ISL IP•31) suafaylof rewins of a oredkoeoy support, the Moulder Is 6 ft. K less In width, ShvA the Shoulder IS weaK thou 6 ft in •loth, teo my ro00edy. me right tope of the sign Should IF REQUIRED When it Is W~ alloy, sheuld rat project the sign ebst a placed a least 12 ft. from the Sign "t os placed of least 6 ft. from the b In line •im iM drheerlihe or red roatfsq. Plod S 1E2T a IEzT • Nn# 01 EbMMlae Ise SIDISLIP-11 to ISLIP•31, IlfTll sort coal t IrrJya tEove o 60-Irwh cord IN WdOm of the travel lone. edge of the stoul0m', a close to f= a procttcol. 811 • Exftvcsd gtnd gore Isms SW(%IP-11 ro ISLSP-31) (i.e., typiPol spode b~ heal poths). j K • 1.12 a/ft giro QwmW Isms SDIA IP-I) to ISLIP-3)) S FA51 S EZAL • EstrtAed Alien" Stan Peels Isms SIDISLIP•3)) 25 25 l BEHIND BARRIER )I a b No more than 2 sign //� / - -' `•• //'' _ - \ s ft slI..• HIGHWAY 2 ft slim- HIGHWAY — — — +�— — posts should be located / ` Acceptable / \ INTERSECTION INTERSECTION + Paved ShatIOK _ within a 7 ft, circle. � ^ \,^ �� � AHEAD AHEAD -- ------------------ t - 1 Edge or Travel Lam / ft. _ \ 7 ft. / —r —T _ \ 7 \ max • • dityMter / ` `� \ 0otaeroeileoll 7.s tr diameter / Rmac Taal T.s ft Travel 7.0 ft sin • Travel BorAer 7.0 ft win \ _ _ / 1r\ Lahe Lone 1 \ Not Acceptable Pored 1 � f ^ 1 ShnulOer Sh0u1i1K T 1\� di7aefK y \\� diameter /7 BEHIND GUARDRAIL BEHIND CONCRETE BARRIER otro1. . /Not Acceptable circle .' Not Acceptable ••sigh cleKd onWeed on dtstonce required for Priorsae roil or concrems owrler oerfwmxa - - - ' . Signs sM1I to motxye0 ding the fol loeing condition mot results to to g cote" sign elevotl" TYPICAL SIGN ATTACHMENT DETAIL SIGNS WITH PLAOLIES RESTRICTED RIGHT-OF-WAY (1) a mintese of 7 to a moll" or 7.5 feet cows the Mhan 6 ft MIN Is rot pos{iple./ edge of the trovel Ice K Single Signs Bock -to -Back 12) a minletme of 7 to a .mile,. of T.5 feet above the u Polf Signs EAST prods at the Bose of the ai000rt eh s sign Is 1 j� hD y=iy Idtol led m the b0c"love. 44 W1 rU/1/ n3 EAST Possible HIGHWAY no emi" "IV" my be Iwilosed Pen directed oy lytan .oetyr, nail �� PUT •. n.. INTERSECTION the Engineer. posher, look •cMrr. Sign Peel Sign M 7.s ft max ,.tom n3 AHEAD See ma Troftie Operoflahe Otvlatan eaaite ter detailed Claw 7.0 ft min . o� 3� .ea Kowtngs or Sign claws, Trimgulor Slipbde System Sigh Post / .r Nut, loci components ono hedge knaor System com"munts. r ewer 11hen o stmlemettol plaale •,- Travel th i? ft biy sign It used, • Th. •e0sih addrtet IN Lay the T f} aryl MIIry is T.S t} poi nn Mtps//wow.txdot.00v/publloot IwVtroffto.him meaetred to the bonde of 7,0 ft min •11 V�Ikrt, lock Sign Ponel- —Nylon Washer, flat •Owlar, lock WOeer, re.t eolri wed to mount sign Panels to the clap we 5/t6.18 tK got —Ind So"* flood With M, nylon WOter, flat Vo~ and look W011W. The bolt length is I Inch for oluelnw ■en tea sign clomps we used to w..t signs bock.to-baa, tee a 5/16-18 W 001vonittd ha hmd Per AST4 A30T with rut and nellml-spr Inn look wmsher. The appralmote bolt Iengfle for various post Sim and sign clap types we given in the table a he bol rght. Tt length my ryes to to odluersd 0" Ing upon field conditions. Sign ohms am a either the swific size clap K the universal clap. Sign Post Pored she supplemental place Shoulder or seoandarY Si gn. - Clo1p bolt iT Ti L-Sign Pohl Nylon Washer, flat --•- "smir, lock Wailer, ` Sign Bolt nut plot DitDiameterw APoraxleote Bolt LW.gm Swific Cla Unisol Claw w 2' nemiml 1'1 3 or3 1/2. em 2 Wr nihei or 3 1/r 3 In oroc 3' ninol ors- 3 1/2 s' t 1/r Travel Lane Pwea CURB L GUTTER OR RAISED ISLAND Shoulder Right -or -soy restrictions may be weori0 2 ft 2 ft*7.5 of rooks, raw, vsgstctton. forest. Inelm buiIdIngs, onorw island, K other faoter� in sitoaloro tyre a ltlteral restriction premsnts to minima nortyaMal CIeKa1Ce from the edge of the .owl Ioe, Signs Shwid be Ploced a for from the travel form a Kaorlool. max Foot of 1111 7.0 ft min . Fad of •.• Post may be shorter if protected by Curb 11 I 0" guwdr.,: a if Erorneer deter■IMs the 4 goat M d not be hit sus to txtrw MOM Texas Lgoorl=W of TrafLapa1e1ko Troffk Clle OYW DWSfo7 SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMD(GEN)-08 �i j TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS Post Bolt 10 BNG 7thInq Or Keeper Plate Schedule 60 Pipe (See General Note 3) Slip Bose 5/8• afrhaturai ® w® bat to (3). rota 17), and woserS goMers I61 per ASTM A325 if required by or A449 and moufOCtura oolvan;zed per % Item 445 'Golvanizing. - - Bolt length Is 2 1/2% e' Max. T S" 3/4 ' Glossier hole. PrOvios o 7• x i/2' Diameter r rod FIw a u tabor. - - - Class A COncrets AY . tY miM N"mew Non-retntrCed caareto footing ($tail be used unless ngteU elsemere to }he plans). Fodwxation sauld take Cpprox. 2.S of of caarete. _ 12' DIo -•-� SM RD SGN ASSM TY XXXXX(X)SAIX-XXXXI MOTE There are various devices approved for the Triangular Siipbose System. Please reference the Material Producer List for opproved slip Dose systems. httpl//ww.tx(lot.gov/business/producer_list.htm The devices sholl be installed per manufacturers' recomlendotions. Installation procedures sholl be provided to the Engineer by Contractor. CONCRETE ANCHOR Concrete valor Cana cats of S/8' diameter stud DOit witn ll t series bolt ttreede an the upper end. 6• min Heavy hex rut W ASTM A563, as to edge "Ordered water per ASTM F436. The t Joint stud bolt Wii hove o mini" Fyield ontl ultimate tensile strength of 50 one 75 KSI, r"Wfively. Nu}e, bolts Ono wpeter6 W11 be golvonized per Item 445, 'rrolvaniz. irg.' Adheatve type anchors shall nbYe stud bolts instal led with type III epoxy Per DMS-6100. 'EPaxies and Aombi Adeaive WWWS may Of IOOOed Shin adeaate epoxy : cure time Per ire maufatrt'a reconea lotions. Too of bolt W11 extend at least flush with top of the nut when instoi led. The *Was, ' �-S/8• diameter Concrete An hr - when instolled In 4000 psi norool- 8 plpees (embed a minimun of -;0" COrarete with a 5 1/2- 5 1/2' od Torque to min. of mtnlmm enbeament, WII taus o 50 ft-Iba). Anchor eey be minimun OH Howabie tons an and ales expansion or oaestve type. of 3900 are 3100 psi, respectively. SM RD Still! ASSM TY XXXXXIX)S01X-XXXXI GENERAL NDTESi 1. Slip DOW shall be permanently corked to indioote monufaciurer. Method, 00419N Ono IOCOfIOh of perking we Mlojeat to approval of the TxODT Traffic Standrds Engineer. 2. MTWIOI used w post elm em W this systII Conform to IN fai losing specifieotlonas 10 BAG Tu01np 12.87S• oitstde oioneter1 0.134" nominal .all }hiekre6s Seasess Or eledtr;C-resistance welded steel tubing a pipe Steel stall be NSLAS Gr 55 per ASTM Alai r ASTM A1008 other Steele may be used if they meet the fol lwings $5, 000 PSI minimim yield strength 70.000 PSI minisuS tense le strength 20% own,iS elongation in 2" Moil thickness (LO-oted) moll be within the range of 0.122" to 0.136" Outside diameter homoted) whol I be within the rage of 2.86T• to 2.883' Galvanization per ASTM A123 or ASTM A653 0210. For precooted steel tWtnp (ASTM A653), reboot tube outet0e Oiometer "to "am by pistol l izing with zinc wire per ASTM 8833. Schedule 60 Pipe (2.875' Outside dloneter) 0.2T6' nCXntnOl wait thioaeSS Steel tubing per ASTM A500 Gr C OtW Aeanleva or eleatria-reaistace welded steel tubing or pipe with ewivolent outside dlOSSW and soil thiCkness may be used If they meet the 1`011Mirgi 66.000 PSI minimum Yield sirenpth 62.000 PSI mI osm tensile strength 21% minimm elogotion in 2' gall thlckness h tedl Wil be within the range of 0.268' tO 0.3M- Outside dideefer to cooteo) Shot be within the rope of 2.855" to 2.895' Golvanlxotion per ASTM A123 3. See the Traffic Operations Division webalte for detailed Orastngs of sign CIome6 and Texas Universal Tr;agulor Sllobose System comonenta The wabsite *Woes Has http:// w .txoot.gw/pupsimtlons/traffiC hft e. Sign supports Shot] not be spliced except Here Maven. Sign support posts shall rat be Spliced, ASSEMBLY PROCEDl11IE FO~Ion 1. Prepare 12-inch dtoneter by 42-inch OW hale. If Sol tO FOCK is enCgnfered. the death of the towantlan may to reduced SLICK Mat if is embedded o minimum of 16 Inches Into the wild rock. 2. The Engineer may permit Dotanp Of COI1Crate teas than 2 O 01C yordo to be mixed with a PrtObie, motor -riven eorarete mixer. For Mil placements Ilse thou 0.5 cubio yards, has mixing in o wl"ble container mq be at lowed by Engineer. Concrete what be Close A. 3. Push the pipe ere of the slip base stub into the center of the concrete. Rotate the stub back and forth white pushing it down Into the Concrete to assure good acltOCt between the Oonrete and 81up. Continue to work the afu0 into the adte un aretil it is between 2 to /inches above Me 9r0un0. s, Phmb the Stub. AI Iw o minimm of A days to set, hnleea otherwise directed by the Engineer. 5, the triangular sl10000 syatam to wuitidireaflandt and is designed to release when strupk from my direction. 1. CUt Support SUPWt SO Met the botton of the Sign del I I be i to T.5 feet above tie edpe Of the trOveewy (i.e., edge Of the clooest Ice) when slip plate IS below the edge of povmment or 7 to 7.5 feet cbm slip plot* when the slip plate is above the edge of the troveledy. The Cut Win be plumb as straight. 2. A= sigh to comport using COmeCtions Wwn, wen witiple signs re iroitolied an the sale support, ensure its miniaum cleroae between soon sign Is maintained. See SMDtSLIP-2) for distancese s bond on sign types. nc) I , --- 13Ytj 11:Yr SL RD SON ASW tY M=IIIXXIP) ` J a r -- _-i (-_ --i _- ' 13 I f A t __ /J l ` _ J _- w 1 111 I Lit t J r £ 91 RD SM ASSW TY XX1aX111XXIU1 of fi r- 1 1 s •.{ �/ .a. Extender .yI a ' J see 1 �✓ 1 I 1 I SW R0 SON ASSY TY XXXXXMMIT) --------------\ I I la 1 I I rU0x14FT I I 1 N 1 I 1 r - d- t e J . -y- �iT r SN RO SON ASSm TY XX=(I1XX(U) 1 I I I I I L�. 1� �J /1 r 1IfT 91N 1 1 I I I 1 1 1 Set W SON ASS11 TY SMIIIXXIU-IEXT) ONE -MY GOP between g16.11 der street Hasa _, Dpow" Sn 4 S 1 ti-f re0uiredi -= _ _ - STOP IRI-1) r YIELD IRI-21 See - -r - / Extruded Allen. rirnam e Detail D IS"Sw 9MD(2.1)) PLAOIE ' 1 vOrrate IenpM I• x • >4 irhn Dfaas STOP YIELD • t • ron pied i a I - 32 oco pleat S71 RD sGN ASSm TY Xi0OMIUMP-8I1) 91 RD SON AS571 TY Ss0111XMU-21[n) —1.12 a/fr ring Cnawl Nylon .05w, SIMI— i S/16• 1 3/4• Sign / hn bolt with Panel f, tOCR .dent, 2 x nos .atmrw Dar ASTY A301 galvniM pr Item 44% 'Galvnlzing.' rI. Chortle, Top View Detail A See Dotal A t I I 1 i i A A See D01011 a _3e 3e_ Sw RD Sd ASSY 7Y XXXXX(I)ML14C) (See Note 11) ---------- SIT 1 1 $ I 1 I i 1 SIN RO SON ASSYY TY XXXXX(m)(M II II rinp QlaYlel i Sign Clasp r [ifY&A hi-s c rDnlwrWl) 5/16• . 3 3/4• box bolt with nu', lam sa"mr Tao View and flat .Derr per ASTII AM? DetOi 1 B galvnlied pr [few 44% '641voniziro* Grill 7/16' hale us' . 3 In' roovy hex Ithroug i after bolt rid nut, lock t0shner assemblyboo instal I end 2 not wasneri per ASTN bolt, nut, t tict A307 galvanized per hlostivi and 1". 445 'Golvnizing.' lam ..Sher. furled, I 1 I II I -- -I DetoII F r„ ® U-BrackM Spllaw Vol Only be OI lowed behind the sign u0etrot4 See Detail C Nylon .txarr, S/16' x 1 3/4' AluSnr 1 hex bolt .the Sian nut, look Saerr, Panel I x "at .chefs f per ASTN A307 golvntzed per Item MI ring Chha.rl 1 •Golvnizinp.• 5/16• . 314' he X bolt with 1 nut, lam "OW 1 ono 2 flat WNW& Or ASri 7701 Sid. g.lvnized Or 1 Ttw 445, 1 I 'Gaiv lztng.' TOM 11; COW r---1 I12'x4•heavy I I rtla bolt, nut, lock ,pYnr and 2 Isar -_ _- _ watnri qr AS1Y item 4alvniz*d per I hell 445, I 'GolYarniz(n¢• 1 i I POO SIDE VIEW Detati C lop --- =--- -- Alms p sign Clap ExrnuOeo Ispalfic Or Aluinli ollnwwl) rinwaw •' Iww Swtvl11 3/8• x 3 1/2' soure twoo bolt, no, flat o Weer and tom womw per ASIW A307 galvanized Sigh Clap per 1". 445 ISacl+te r 'oolghizInd.' lecit U1IvrW11 Pat legth y very deciendclaw Isplya SIT Detai I D OlOR dtawtv.I FRICTION CAP DETAIL 0.t5 IT 05• _ _ _ Waarl_FFT_ _ _ _ _ _ _ _ _ _ Al l dlepslo s re in angl to Sklrt 1• min, wises atai led otherwise. Yrta,n Pia Q0. t.75' sox r I Dom-.025'z.010' 1 SS RD SON ASSm TY XXXXXII)XXIT) Rolled Orimp to a.- O.Swd 0.20 1. - See Note 121 engage pipe O.D. Pia O.D. r •.0251:..010• AL 11111131 SIGN SUPPORT Is OF POSTS I VAX. SIGN AREA 70 BIT; 1 6 SF to BOG 2 32 Sn bo 7 2 SF Sn W t 64 Si 2. 7he 0g1n or my reWtre Mot o Sch@Wle 00 pat a sea In Plea of o 10 NO Mare a Sign help" Is abnormally high dA to a ft II $Taps 3. Sign wppar" shot l not be Sol toed 9=4W Metre Yore, sign kovart liars Moil rat to soloed. 4. Alulilsa sign blnks $ail anfors to Departmental Maim lol Sp*dificottohe OW-7110 and $loll tow its .11. 0. fol losing wIn," thlW000 for .10" lase iton 7.5 so. ft., 0.100 for signs 7.5 to IS M ft., am 0.125 far signs 9recter than IS So, ft. S Sias flat rewtre swi+Ia Stpports due to reads In oddit,. to rindlooding are Indicated an The .REQUIRED SUPW' table an this sheet. 6. For horizontal rectangular slaw fabriaoted from flat OIM$ft , T-WocWts are used far sips is inches der tees In heigM. ~Odieti are used far store of p edit hetad T. Run tp trlwpu.or ."Oboes supports on used to pppart 0 single 619n, they n011 not be •ri Idly' Oatrarea to .ode, other exapr trr0{1g1 the sign panel. This ell I at law Writ pa0art to OCt 410040.1 ly Men T"Mt*d by n orrnt whhloi4 4 ring harms Poll OWASTS A 1011 55 Or SO and be golvnlzed per ASTY A 123. 9. Exaesa p;Mwin,g "Ml' r atatteah Sall be CUt off W that It doe rot exterq aYorm the Slot poll ewdesi aVDort Shell not a visible Mtn the star Ie;;1"od fro the flood.) Wpotr golvnlz*d Sooting of ad mpparf ends Der Jim 44S, GaZzing,• 10. AOdrtforal route workers .hay be added vertiad ly, provided the total sign area Bows not exceed the maxly Ol taOble amount per Note 1. 11 Ad ftlaol atn olow re0luired n the-T-aramM' post fr 24 inch height star. plod fhe clam 3 inches obese bottom of elan hem Ixreibl4 ,2. Past pun pas troll be fittod .Itn Frl tin Cad. I3.Siah blanks awl a fro sizes am Sipes Yan the plat. REQUIRED SUPPORT Sid DESCRIPTION PORT 40-Inn STOP slat (M-11Y i IIIIIXIP- 7. 60-inch YIELD sign IRI-21 P IWI1G EEEB 46x16-1ad1 g(-RAY sign IR6-u II i 11 1 TY It1t1(P- 36x40, 40x36, ON 4900-iron slam TY IOBNGn IUM 4e.W Inch sigh TY Se011)XX(T) 40X4e-Inn slam Idiaeand or swore) TT IOW(IIXXIT) F 40x60-Inn Slam TY SSOMXxm H-inn Adv Scc01 X-Ing sign (SI-I) i 40-Inn Sdmal X-ing sigh 1S2-1) Tr 1011M 11XXIT1 TY tOBrl'IIIXXITI Large Arrow sigh (RI-6 a WI-71 TY IOBOGI11XXIT1 FfICTin Oath may be soxufoeitred +raw hot rolled r mid failed Steel Yieete. The w(nlwue $nest metal mlaoews WWII be 24 gauge for011 coo sizeS. The rim *does shell the reasnaly strotght and shafts Caps shell be Sized boo formed In shin a satmr a to pro*" o a-lw-on frictin fit Oro hew W tpmenCy to rock Mtn seated n hew DIP& The depm droll Oe sufficient TO give pa[ttw pr~lw Ogaiat enwoncf Of roinsaw. They SM11 a ft" Of Sato rtIOM r indentations ow Yaw M wtdenee Of metal fracture. Cape San row an electrodepatted ocating of zinc In aCardaxx/ with the reguirese is of AM 0633 CIO" FE/211 S. 0.25 N Wbetn)>$FT Nlsox)•IGFT --- -------------- ---- - - - - - i N 1 � 1 — IT, Drte(1 C 1 alsr an a1�� ■ SM RD SGN ASSW TT XX)M(II)XXIT-2E%T) t. - See Note I21 Extruded Alu, Winabeae tSn Detoll D an SIO ISLIP-211 �or 1.12 e/ft Wing Charnel IS" DHal1 A Ono Detail Bl E 1 Ispecific or Panel 110wicl) U Wing nut oww galvanized per Too View !tft 445, Deto Sign Clow ispecific or Universal and nut 1\ Jim Doll with nut, lock W~l�\\\ \\\. �\ \�901,0nized . Per ties 445, Golvaniz \\� `Extruded E9al\l\l\�U`y Alu dvami DetaiD EXTRUDED ALUMINUM SIGN WITH T BRACKET See Detail A See Detail 8 12I• 1 variable Li Wing Milan .0wer, CM.hel 5/16' x 2 1/24 hex bolt with nut. lack .ostler, \\\ 2 flat .aMvs per ASTM A307 galvmized per Item 415, 'Go1vml21np, Sign Side It. Pahl Detoi1 B 1 Iwo �W� e v 1� Grill 7/16' rote 3/8' x 4' heavy Mx Dolt Sith nut. lock .other Itit, gi rut at*fl and 2 45 ' .Oalars Der ASTY assembly ad install A307 galvanized Der Dolt. nut. 2 flat Items 415 'GOlvmiiing.' w0ahers Oe I in, lack eceMr. --II —1 Extender 1 II 1 II 1 Detail C \ ® T-Bracket Spllas owl only am, at land behind tns sign instrate. Sig. Clap Ispecific or ltniverml) l 1 Ns' x 4 1/2' Sew, Mad bolt. M, flat new and lack .OVW par SSx5.7 AM A307 gblvanind w Its• 445 stiffeners 'wlvaniiinp with oo"t /// 2 / Don Cl 1) cru soO.�SItD SIYv J IS" 90((2 Detai I E i $teal DIM Typical Sign m m for od0lt1oM1 OHo.... Sit RD SON ASSM TT Ss012M P-MI See (Moil E for Clap installation ■ Additional Stiffener Dlowd at opo mle ft Center of $Tone MMn Sign width Is arSohr ens, 10'. i' 6panel Mould Sigh Clap at be placed of ttoo Of Ste Coital D for sigh tar pfa0er eal4nirq. 24' or 6' g-eater I2• Use Extruded Alum Rinabe0le a ItiftannrIt / Extruded Alums Breocnt See SIAD 12-I1 for additionaladditionalceteIIS Sign See Doted E for Clap installation 27/8'a0. Sc4 60 Dr I SIID Doe steel DIM . Extruded Aluininlm Sigh With T Brocket QlRML NNM I. SIGN SUPPORT a OF POSTS Wx. SId1 AIEA 1 1 16 SF Io San m 1 2 1 W 2. The Engineer ply require 1110t a San"'" Do post a used In place o1 a 10 M Mnra a sign MIgM Is abnormally nigh due to o fit slpe. 3. Sigh supports Owl I not De Sol 10M exact Metre Ma+.4 Sign alooart oasts Moil not a son 1.00. 4. Aml sign Dlmks Moll amuse to DepatmaMol =10I SDM:Iflaotlone 0115.7110 and cell Mile IN fol lowing men Msu th(c nuom 0.080 for signs less "on 7.5 sC. ft., 0.too for $ign T,5 to IS ones 0.125 far signs greater than 15 sow. ff. 0. Sign flat rayiis applfla supports cue 10 reosas In a00111an to Anatolia no are Indlea! an tin •REOUIRED SIFPORT• table M this honest. 6. For Mrlxanol rectangular signs fabricated frm flat ...Inum, T-Orotlnts ore who for sign 2/ Inches or less In Might. 0-braMts are LOW for sign of greater M1aM. T. Inen to tr enqula' al loose i,oMrtS are used te import a finpte s(on, tMy atoll not be 'rigidly w.net.d 1, coon oth4r aaat Ns the Sign pawl. This will allow each Support ro apt Ir4epenOiNly Minn fmmted by an erran wnlele. 0. ■Inp Una.1.l Moll i1 3. A 1011 55 Q' SO ad ce ppoolvonblo per A57N A A nel, & Excess pins. wino agwnlar winabaal moll be Cutoff So1110t l} one npt extend Osyaha }1R sign pOMI <l,e.. axaes non-u Moll not avisibte Minn 11n sign Is rinod etRepairfrthe front.) Rair gal—Im Coatinq at cut support ands Der I1,40 445, Oalvml2ing.• IO.Sigh bloms Well be the S(Ses and anpas aen on tat DIm1. 11.AMItlonol slo, Clap required on the 'T-Orocket- pat for 24 Inch high sign. Place the Clap 3 Indliell above bona of Sign .inn pmlble. 12.POH open ends atoll be fitted with Friction Cps. REQUIRED SUPPORT SIGN DESCRIPTION SI1PMT 40-Inoh STOP sign IRI-Il T 1 I111 1XII tP an 60-IrTIM Sign IRI-21 Y I li 4d16 sign -inch O11I siIRG-I) 1 t 1 M.40. 411,06. and 16x46-Inch alone TT IOB■rIMM) m 46x60-Insign Ti SO7 IMM 4808-Ilan sign Idla.ond or square) TT IOB■ MXXITI g 4ex60-inch sign TT Sso111X M 48-Inch AOvarae School X-ing sign ISI-11 48-inch Schaal X-Inq sign (S2.1) TT 10BWTII MT) tt SODAti111Xx1i) Large Arrow sigh M-6 8 WI-TI TT low(I)Xxltl �g Wedge Anchor Steel System Poet TWulor Boak*t (See Diener*] fj Note A) should as flush to1/e' abaw grand far Optimal J' SApprox.l reusability. Class A mil;I' Concrete , . •' t2.• Tubular Socket 27' Non-retnteroed 30- Concrete Footing IshalI be deed unless noted eleewnere in the plans). Foundation Should fate approx. 2.0 of of concrete. 12' Dto --I SM RD SON ASSM TY TNT(y)NS(Z1 Wedge Anchor High Density Polyethylene (HDPE) System Post (See General sedge Note e) rlApppr rox.l Class A •I concrete 15••. Anwar T' Non -reinforced 30' Concrete Footing level be used mien noted •- + elseMere 1. the Diane). Foundation Should tea approx. 2.0 of of conprefe. l-- Ir Dio-.i SAID RD SON ASSM TY TNTIXIIIP(X) Post IS" General Note all Close A ! ' Coronets 10, stub pipe Nan•reinlanced Concrete Footing le' teal) be Wed Wiese mfe0 elsewhere 70' 1. the plans). Foundation could take approx. 2.0 of of cporefe. Friction Cap or Plug. See detail an SM) I (Slip-21 1--12' SM RD SGN ASSM TY TNT(%)UA(P) Universol Anchor System with Thin-Wolled Tubing Post I A II I II A I 1/4 x 2 7/8- Slots U Equally II II II II II v2' z 7 v2' steel rah ate Spaced) II as a •atop' for II 11 the sign poet and Grownta - - - stub from J In*turning in the Diameter foundation, Schedule /0 Stub Pipe (3' NoMnal) Cowesston 2. 37Y Diameter firm 0.095 Thin Nall Tube (2' Naninal) 90 Plastic Insert 3 11. Diameter View A -A Schedule e0 Stub Pip* 13- Naninal) Post ,See General Note Al 5/8' elooster Concrete Anchor - A places 6' min (eyed a min, of to sops 3 3/8' are "emus 1 l or Joint to min. of SD ft-lb&) A A manor expansion be atshestw type. Concrete ancor consists of 5/8- diameter stud bolt with UNC series bolt threads on the upper end. A heavy hex nut per ASTU A563 and hardened washer per ASTM F43C The Stud bolt moll hove minimal yield and ultimate tensile strengths of 50 and 75 ksi. respectively. Nuts. bolts at e0s hers atoll be ,olwn= per Item 445, 'ColvaniZing.- Too of bolt 811011 extend at Isoet flush with tea of nut Mon installed The ortchorr, Mon instal led In 4000 pet nareal-weight concrete with a 3 3/8• minimum embedment. shot) low a minimal allowable tension ON anew' of 2450 and 1525 Pei, respectively. whestw type anchors $hail have stud bolts installed with Type 111 epoxy per MG-6100, •EDoxtes and Adhesives.- Aahestw macro may be looped after odeWote epoxy cure time per the mbnufOPhrV'$ reWmwrdatiOn$. Plastic Insert met be used Men using the TOT with eltner the Universal Anwar System an the Bolt Open Universal Anchor System. The Insert should be oparox. 10' long ono Cover thetubing fran Just above the to of the stub Pipe to the bottom of the sign post Mon tying the Untutored I Ancor Systesu The Insert shouldM be a!t to OW04 t 1/2' on used with the Bolt Down Universal Ancor System 3/4• tl!g 'ice O \11O Cooler 10' 3 1/2' PIPe sfuD Bose Plate 10' T SM RD SON ASSM 7Y TNTWO111P1 Sign Installation Using o Prefabricated T-Brocket for Thin -Noll Toping Post _____ _____--- - I See Detell A 0.25 N _ _ _ _ _ _Ntooxl-OFT -------' 1 I N I 1 I I I 0.6N a zN o.2N N SM RD SGN ASSM TY TOT(ZIZXITI C. - See General Note 6) T•BraUttet ®fl = _ J heavy nee _ , blot. nut. 2 flatwehero I 1 ono lock I 1 hasher Per ) ( ASTM A307 galvanized Postq:j der, Item SAS, •or, Item,4vonizt5, 9/16• hole may flood Detai I A to be drilled through 0"1 to oaom odote bolt. NOTE The devices small be Installed per mmufaturer'S recomlendotions. Installation Procedures anal I be provided to the Engineer by Contractor. GENERAL NOTES - The fledge Anchor System and fro universal Anchor System with thin wit hbing post MY as No to support up to t0 square feet of sign mea. 2. The tubular socket, sedge at prefaarle(rtw T-bracket sholl be oermanently marked to Indicate manufacturer. Method, design, and location of Wking ore sWlect to the approval of the TADOT Traffic Standards Engineer. 3. Except for posts 113 BNG Tubing), Cloape, nuts Ot bolts, ail Cplldhent8 shell be preWolified. A fist of pregwl!fled vendors may be obtained from the Material Producer List web Pogo. The website address 104 httpl//vex. txdot.pov/dmineas/producer Itsf.htm e. Material used w Past with this system omit conform to tat following spwificatlonal 13 6NG Tubing (2.375' outside diameter) (TNT) 0.095' -1-1 well thickness Seamless ar elsctriaresistance welded steel tubing Steel Boll be NSLAS Or SS per ASTM AIOII or ASTM A1008 Other steels wry Oa used If they meet the fol lowinpt 55, 000 PSI minimm yield strenbth 10,000 PSminimal teutle sNempfh 18% minimum elongation in 2- Nall thidmess kuroaafed) shell be within the range of .083' to .099' oute,de diameter tuncootedOmi t dit be within the rag8,• e of 2.369• to 2.3 00,vmization Per ASTM 123 or AS7M A653 G210. Far precoatea steel tubing IASTM A6531, recoat tube Outside diameter old seam by metal I Whit with xint: wire per ASTM B833. S. Sign blame shot) be the' at 5 1Zes and sheows snow an the plans. 6. Additional sign clamp required on the 'T-brake(' Ooat far 24' high slaw. Place clamp at least 3' above bottom of sign Men possible. 7. Sign supports shall not be spliced except wore shorn. Sign moxort Posts shall not be wl iced. 8. See the Traffic Operations Division website far detailed drawings of sign time" and eedde Amer System canpalonts. The website address IN httN //xww. txdot.gw/pool icottom/troff ighem HEDGE ANCHOR SYSTEM INSTALLATION PROCEDURE 1. Dig to~ hole. Amore wild rock is enca l tered at grout level, tat foundation shod, be a minimal death of IB•. Awn w110 rock Is encountered below grout lewd, in. foundation small extend in the solid rock o mintmm depth of 18' or Provide a minimum foundation depth of 30% If solid rock is encountered, the Socket/3" may be reduced In length as required to a minimum length of 186. Any material removed from isle socket/stub atoll be from tat bottom and the clearance requirements given an SAA(GEN) mot be fol lo"O. The inner 3urf000$ Of the socket/stub must remain free of canorete or other 01briS. 2. The Engineer may permit batches of Concrete less than 2 cubic Yoram to be mixed rith o portable, motor driven ancrote mixer. Far eel I plocmmmnts less than 0.5 cubic Taos, had mixing in o suitable Cattatner may be allowed by Engineer. Plow concrete into role until it to approximately flush with the prod. Concrete stall be Class A. 3. Insert tubular socket into Concrete oath tap of socket is opproximoely 1/e above the concrete footing. A. Pltwb the socket. Allow o minimum m days far concrete to set, anise$ otnersiae directed by Engineer.. S. Attach the sign to the sign post. 6. Insert the sign post into socket and align sign face with roadway. T. Drive the wedge into the socket to secure post. This wit leave oppromimately 3 inches of the wedge exaoe" UNIVERSAL ANCHOR SYSTEM INSTALLATION PROCEDURE 1. Dig foundation node. 11here wild rock is encountered at ground level, the foundation enal I be a minimum depth of 18'. When wild rack is whaduntered below ground is"minimuml, the foundation shall extend in the solid rock a minim depth of W or provide o mintmun foundation death of 30. If wild rock is .tered, the socket/stub may be reduced in length as required to a minla m length of 10% Any material removed from the socket/atub V411 be from the bottom and the clearance reWir~ts given an WIDEN) mot be followed. The Inner surfaces of the socket/stub must remain free of concrete or other debris. 2. Insert boas Cost In hole to depths caw and baakft I tole with coarele. 3. Level and Pluto the base cost using a torpedo 16w1 and allow concrete adequate time to set. The bottom of the slots provided In the stub pipe seal I remain above the tub of fhe concrete fouxxaflON /. Attach the sign to the sign post. % Install plastic insert grad bottom of poet. 6. Insert sign post into base Post. Lover until the Post cones to rest an ateel rod. 1. Seat coovession ring using a Miner. Typically, the to of cmaression ring will be approximately level with top of Stub post won optimally installed 8. Check s,On post by tot to ensure it is unable to turn If loose, Increase the tightening of the Compression ring. s Deporlmenl or Traesp iatfgn Troffk OperoNau DIVIslm SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS WEDGE S UNIVERSAL ANCHOR WITH THIN WALL TUBING POST SMD(TWT)-08 9-08 Y 3' 0.0 Wg8x Ftperg NeinfO Ptas41 (TRIP) m kg K� 2M o��yQ�is, Class A Concrete > p Stub pipe - °�€ Nan-rein/aped Converts Footing _ y'gry CYw IshelI be used anleea new elsewhere (n the planal. Foundation should take wp'ox. 2.0 0/ of concrete. Friction Cap or Plug. See octal I an SMD (Slip-2) Universol Anchor System with Fibergloss Reinforced Plostic (FRP) Post T I I ' 1 I A 1 t A r 1 1 slots Is f 1 equally 1 I spewed I 1 I I 3 I/2' Schedule 40 Stun PS De t3• Nmhwll 1/2 x 1,1/2' SteelRoe Acts as a '*too' far the sign past one w"ents stub free turning In the foundation. �-.-- 12 010 ------ Sit RD SON ASSM TY FAMIUA(P) Typicol Sign Mounting Detoil for FRP Support with Single Sign Plastic or nylon Sooner, an$ flat toner Sign Face Sigh Clomp \�1 (Specs Ito ar Universal) Brill 3/8, cook.) hole in FRP FRP mgwt and root sign face .060' Aluainwm Sign - 5/16 x e' Neu Bolt am Flat saw, lock WWW an$ rut Compression Rig itperglo6s Reinforced Plastic OfFlml Pipe 3 1/2' So ;a e0 Stub Pipe (3' Namtnol) View A -A 6' m1n to so" a Joint —{ A A 5/8- diameter Concrete AnhCW . a places (embed a SIR of 3 3/8. and tape to min. of 50 ft-IM). Anther may as expansion Or dowel" type. Concrete anchor consists of 5/8' diameter stW halt with UK Series bolt threoas an the Loper ens A heavy hex nut per ASiM 4563 and hardened wosher per ASTM Fe36, The stud bolt shall hove minimum yield ao ultimate tenet Is Strelq}hs of 50 ape 75 set, respeatively. Nuts, bolts and mosler* nh011 be gal vohized per Item SAS, 'Galvanizing,• Top of bolt Shot extend of least flush with tap of nrt wren Installed. The anchor, shed instal led In 4000 psi no ma -.eight canorete with a 3 3/0. minieum wnbeornt, shot) how o minimum al losable tension and wed of 24" and 1525 psi, respect1wly. Acvk.TW type wermrs snolI rave stud bolts inwtoiled with Type III epoxy per ONS-6100, 'Epoxies and AOhesiws.' Aanest" onenors may be lowed after 00e00ate epoxy cure time per the mmufaeturer's recommendations. BOLT -DOWN DETAILS O O C0u01er 1a. Pipe Shp Saw O O 3 I/2' / PIOte s - IC 1a• In T SM RD SON ASSM TY FRP(x1U8(P) Typicol Sign Mounting Detoil for FRP Support with Bock -to -Bock Signs Plastic Or nylon sooner, and non washer Sigh Foe Sigh Clamp ismific or Universal) Sign lace-' % Plastic Nylan We~ am Flat waster, lock .sheer (Wm nut 3/8• I hale rt and face .080' Aluminum Sigh - 5/16 x e 1/2' Hex Bolt GENERAL NOTES. 1. FRP sign supporfe faro single fyPe Sign Support may be used far Sign$ up to am Including 16 woore feet. Dual post Instal lotion may be used for Signs UP to am imiudinq 32 square rest. 2. All nuts, bolts and washers shelf cue galvanized per (tam 445, 'Golvanizirq,• 3. See the Traffic Operations Division we0alte for detailed drawings of Sign clanm The webstta address Ies Mtp.//ww, txdot.goWpDl icotions/traffiahlm FRP POST REQUIREMENTS 1. Materials shelf conform to the requirements of Departmental Material Specification OMS-se10 and Mill be flrnloW In a yet tar or gray cola' as sphe rise elseanere in the plane. Z. Thickness of FRP Sian support Is 0. 125• • 0.031', • 0.0'. 3. FRIP Sign supaor}s are aeamlifted by The Traffic OperoT Ions DlvtataL Prequotifieatton proeeares are obtained by writings Texas Department of Transportation Traffic Operations Illwalah 125 East IIth Street Austin, Texas T8T01-2483 UNIVERSAL ANCHOR SYSTEM INSTALLATION PROCEDURES 1. Otq foundation hale. Where wild rock is encountered at ground iml, the foundation shall be 0 minimum depth Of 10'. Run solid rock is enowrtaed below ground level, the fau dotten shell extend In the solid rock a mtnlmm death of 10' Or Provide a minimum foundation depth Of 30•. If wild rock Is eneaunWed, the socket/stub may Oe reduced in length as required to a minima length of 184. Any material removed from the Socket/6tua shall be from the bottom and the clearance requiremen s given an SMD(GEN) swat be tot Iowa. The inner surfaces of Yhe socket/stub must remain free of cwwaste or otter darts. 2. The Engineer my permit botches of concrete less than 2 cubic yards to be mixed with a portable, mots alwn cdrerete mixer. For Small OlcC~S Ins Thm 0.5 cubic yards, hand mixing In a Suitable container may be allowed by Engineer. Concrete nmll be Class A. 3. Insert base cost in fos led hot& to cap" new, om It if hole with ate camr. Cut bon post from bottom ao ensure a minimum of 18' embedment If instal led in wild rack. t. LeWI and Plumb the base Post with couple wing a torpedo level and let concrete cot a minliun of 4 days, unless otherwise directed by Engineer. Bottom of base Post slots shell be dove the eamrele fooling. S. Attoch sign }o FNo poet. 6. InSort ;an best Into base poet. Lower Uri I the Post comes to rest an the *feet rod. 7. Use homer to ensure the poplar is firmly Swtea. Tap of COUPIW Should be 1e 1 Sith top kN bow Pat to most in$taows, 8. Chock Sign t0 ensure there to n0 twist. If .bon. increase the tightening of coupler. BOLT DOWN SIGN SUPPORT 1. Position bogie plate with coupler on existing camrete. 2. Drill holes iMo eanereta awe Insert tne 5/8' diameter bolts with wedge anthers, and tighten nuts. 3. Attach Sign to FRP post. e. Insert Oo"d` of sign post into pipe stub. S. Use hmner to ensae the couplar Is finely Sealed. Top of doubler Mould to level with top of Dan post In meet inatanxs. I. Check sign to ensurS there to W tetat. If loome, increase the tightening of coupler. Texas DOOM%ITTOV of TremWlldflan Traffic Operatics WSW SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS UNIVERSAL ANCHOR SYSTEM WITH FRP POST SMD(FRP)-08 9-08 BARRICADE AND CONSTRUCTION (80 STANDARD SHEETS GENERAL NOTES# 1. The Barricode and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work Zone signs. The information contained in these sheets sleet or exceed the requirements shown in the 'Texas Monuol on Uniform Traffic Control Devices" (TM(UTCD). 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. 3. The Controctor may propose changes +a 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 ins+ollinq 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. S. Geometric design of lane shifts and detours should, when possible, meet +he applicable design criteria contained in manuals such as the American Association of State Highway and Tronspor+otion Officials (AASHTO), 'A Policy on Geometric Design of Highways and Streets,' the TxDOT "Roadway Design Manual' or engineering judgment. 6. When projects obut, the Engineer(s) may omi+ +he 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. S. All signs shall be constructed in accordance with the details found In the 'Stondord Highway Sign Designs for Texas," latest edition. Sign details riot shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the Illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20-10T) and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in odvonce of +he CSJ limits. However, +he 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 olI traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-woy line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. WORKER SAFETY APPAREL Ni 1. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA 'American Notional Standard for High -Visibility Apparel," or equivalent revisions, ona lobeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work, R-.44' _ COLORS# FLUORESCENT - R•. 13• �` BLACK STAY ALERT R•1, I' BORDER AND LEGEND _ I.25• R•.79' - - ORANGE _— ti R•. 75' BAMOROUND BLACK LEGEND, (MITE DER AND SYMBOL BLACK � 1, 25• � \1 . 75 1` �,[,� -_ P • O O - TALK OR TEXT LATER = 20' O O O �• O O O 3.0' Rodiue. 1.25' Bdraer. 0.75' Indent. Black an Yellow; [STAY ALERT] FaM# D 3.0- Rodius. 1.25- Scraer, 0.75- Ines#. Block on Oronge, [TALK OR TEXT LATER] Fmtt C e0eaified length, 1. 66'.6T 1.66 ;I67' I, 68• .N' 1• 6.36' 1' .31• e.38' 9' SIGN DETAIL (G20-10T) Only pre -qualified products shall be used. The 'Compliont Work Zone Traffic Control Devices List' (CWZTCD) describes pre -qualified products and their sources and may be found on-line at the web address given below or by contacting) Texas Department of Transportation Traffic Operations Division - TE Phone (512) 416-3118 THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http'1/www.b(doLgov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCO) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPLI ROADWAY DESIGN MANUAL - SEE 'MANUALS IONLINE MANUALS)' STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS n 7bx" Depvenwd of Ds»potsHon BARRICADE AND CONSTRUCT GENERAL NOTES AND REQUIREMENTS BC(1)-14 4-03 S-10 6-14 9.07 T-13 L °FAA! ig€€€ g5y} _w$C ode{ i�Gaw TYPICAL LOCATION OF CROSSROAD SIGNS ROAD WORK ROAD d NExf X MILES WOflK G20-2 ROADNWMK (Optim+al MXT %YIlE50 AXEAO sae Note C20-roT CW20-10 1 and 4t CROSSROAD x\� X X ROAD ROAD WORN WORK q IEXT X MILES AHEAD MPT %MILES O Cw2o•ID -0-2 Erg RF 020-16T /Opt et ROAD W011X see Note 1 and 9) QMay be mounted on back of 'ROAD WORK AHEAD'(CW20-ID) sign with approvol of Engineer. (See note 2 below) 1. The typical minimum signing an a crossroad approach should be a 'ROAD WORK AHEAD- (CW20-IOlsign and 0 (G20-21 'END ROAD WORK' sign, uniesS noted otherwise in p1 are. 2. The Ergincar may use the reduced size 36' z 76' ROAD WORK AHEAD (CW20-1D) Sign mounted bock to back with the reduced size 36" x 18' 'END ROAD WDRK8(G20-2) sigh an low volume crossroads (see Note 4 under 'Typical Construction Warning Sigh Size mro Spacing 1. See the 'Standard Highway Sign Designs for mro Texas' mmi far sign detoi le. The Engineer may omit the the warning Sighs on low von — crossroads. The Engineer wlII determine whether a rood is low volume. This inforedtion shop be storm In the plans. 3. Based on existing field conditions, the Engineer/Inspector may require oddltloncl signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other opproprfole signs. When additional! signs Ore required, these signs will be Considered port of the minimum requirements. The Engineer/Inspector will determine the proper location and spacing of any Stan not shown on the BC sheets, Traffic Control Plan sheets or the Work Zone Standard She IS. 4. The 'ROAD WORK NEXT X MILES'(020-IoT)slgn snail be required at high volute crossroads to advise Wtarl316 Of the length Of CMStrUCtian in either direction from the intersection. The Engineer will determine whether a roodroy is considered high volume. 5. Addit!weI traffic control devices may be shown elsewhere in the plans for hIgh- volume crossroads. 6. When work occurs In the intersection oreo, appropriate traffic control devices, as shown elsewhere in the pions W ae determined by the Engir /Inspector, shop be in place. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS Rf KGTO-5T CW20-10 ROAD ROAD WORK CFI-4R Rf*620.6T WORK K AHEAD AHEAD A 3% / Type 3 Barr cone or f CW20.10 X x OWI l-1P cnmmel izi.0 devices T-INTERSECTION ROAD WORK NE%I x YILES ky 020-IbTR TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING"' SIZE SPACING Posted Sign A Speed Spacing X. MPH Feet (Aoprx.) 30 120 35 160 40 240 45 320 50 400 55 5002 60 6002 65 7002 70 8002 75 9002 80 10002 Such as a flogger and accompanying signs, or other signs, the+ should be used when work is Y1 w 0 being performed at or near on intersection. 2. If construction closes the rood of a T-Intersect; the Contractor Shall Di ace +he "CONTRACTOR W For typical sign spacings on divided highways, expressways and freeways, NAME'(G20-6T) sign behind the Type 3 awricodes for the road 0 sure see BC (101 o1soL Wes Part 6 of the 'Texas Manuel on Uniform Traffic Control Devices' The 'ROAD WORK NEXT X MILES' left arrow(G20-1bTL) and 'ROAD WORK NEXT % MILES- right arrow (TMUTCD) typical application diagrams ar TCP Standard Sneers. (G20-IDTR)' signs shall us repi aced by the detour signing coiled for in the ptan$. 4 Minlmm distance from work oreo to first Advance Warning sign nearest the ROAD WORK G20-I OIL 4' H1" x MILES 4 �4 INTERSECTED I Biock - City o- IOW- 1500'_Rwy % ROADRAY X 1000'.1500' - Hwy i 81 Oak - City G20-SOP WORX �.•�/'" 00,limit min' G20•5OP Z ZONE G N TRAFFIC TRAFFIC G2o-ST R20-ST FINES R20-ST f11ES X M DOUBLE DOUBLE G20-6T .wiisa /,ram +� R20-SaTP R20-$0TP inrt END ROAD WORX G20-2 CSJ LIMITS AT T-INTERSECTION 1. The Engineer will determine the types ohtl location of any oddition0l traffic control devices, SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS 1 G20-97PRftf 8EGIN SPEED WORK v 2ORK DO ' ROAD q K NOT WORKR20-5TRf if FAFFN INES %4 LES C.DOUBLE Rosl PASS AHEAD DUWLE apWOW iatel mas CW11-1P ,,,,,,_,a RR20-SOTPN RE _ STAY AL TALK pl iEzi 4 a SPACE 3X Cea121n0 CSJ LimitlosE� When extended clistonces occur Detween minimal work spaces, the Engi—/Inspector shwid ensure od0itionoi — 'ROAD WORK AHEAD"(CW20-1 D)signs ore placed In advance of these work areas to remind drivers they are still G20-2 IN within the project limits. See the applicable TCP Sheets far exact location antl spacing of Signs and chonnellzing Devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS iF Rf G20-SWts ROAD all.2 iE L\ ROAD ROAD 1] WORKWORK iWt-4L AHEAD '/r MILE G N %MLE L[M3T .N*R20-STCLOSED RfW120-5.7 ®Ce1-6 Borricodeor ch-1;zing X CW13•Ip CW20-10 CW20-IE N*6T cainaa T RfWR2-I \ / vixn yyH A-M % % Oevi,deeizina o: G20-2Rf Rf X 'k x L x \ x \ x i X coordinate with sign location Sign Conventional Expressway/ Number Rood Freeway or Series CW204 CW21 CW22 48' x 48" 48' x 48" CW23 CW25 CWI, CW2, CW7, CWB, 36' x 36" 48" x 48" CW9, CW11, Cie 14 CW3, CW4, CWS, CW6, 48- x 48- 48- x 48- CW8-3, CW10, CW12 work area and/or distance between each O.;tioroi sign. GENERAL NOTES i. 5peai0) ar larger Size signs -1 be Used 08 necessary. 2. Distance between signs should be increased as rewired to have 1500 feet advance worming. 3. Distance between signs should be increased as rewired to trove 1/2 mile or more advance warning. 4. 36' x 36' 'ROAD WORK AHEAD' (CW20-I01sians say be used on low voluce crossroods at the dtscretian of the Engineer. See Note 2 under 'Typical oe6r Location of Crossroad Signs'. WARNING Sim 5. Only dimond shaped Warning sign sizes are indicated. STATE LAW 20-3TtF Rf 6, Sae Sign s!ze 1lstfna in 'TMUTCD', Sign Appendix ar ton •Standard Highway Sign Designs far Texas- moxuol far complete list of available sign design sizes. C= SPEED END O R2-1 LIMIT WOR% 20rK G20-2bT fE Rf -•' `••• OBEY WAaNTNc SIGNS lAuaa CxTum STATE LAW 20-f0T R20-, f fF RF RE X X a CSJ Ltmit b LEGEND 1--4 Type 3 Borricatle O 0 0 ChonneliZinq Devices i Sign See Typical Construction Warning Sign Size and j( Spacing chart or the TMUTCO for sign Spocinq requirements. NOTES The Contractor shoal determine the appropriate distance to be placed on the G20-1 series signs and 'BEGIN ROAD WORK NEXT X MILES'(G20-5Tlsign for each specific DrOjeat. SHEET 2 OF 12 Thls al stance shall rep lode the "%' and 3nai1 be rounded to the nearest whole mile with the oDproval of the Engineer. • _ eft No declmais shot l be used. xMDeArW.O ,'i►JC1eaWl'22WWWT Of 7ianepprfet/on SfefMeN O The "BEGIN WORK ZONE-(CO;e+he) and *END WORK ZONE' lance bT/ snort be urea os shown on the sample Cats. when inform signs are rewired outside the CSJ ar+ of. They inform the ,yi no at of entering thor leaving a port of the work Zone BARRICADE AND CONSTRUCTION i yinq outside the CSJ Limtia where traffic fines may tlwbie if workers are present. PROJECT LIMIT H * Required CSJ Lim!+ signing. See Note 10 On BC(I). TRAFFIC FINES DOUBLE signs will not be required on projects consisting solely of mobile operations work. ,W QArea for placement of 'ROAD WORK AHEAD' (CW20-ID)stgn BC ( 2 ) - 1 4 antl other signs or devices as cot lea for on the Troff is nor bc•I4.60n wo !40T n,TxDOT M Tx00T c..TxDOT Control Plan. T00T awwemoer 2002 ow.r OContractor will install a regulotory Speed Iimtt sign of 9-07 8-I4a� 4hur xo. the end of the work zone. 7-13 TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory, established in accordance with the 'Procedures for Estoblishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity Signing S^, far CSJ of work activity and not throughout the entire project. one direct ton only. See -1z) for I LIMITS Regulatory work zone speed signs (R2-1 ) sha I I be removed oWit;— advaxe signing• or covered during periods when they ore not needed. Signing shown for one direction only. See BC lfor CSJ additional advance signing. �LIMII -ir — _ — _ — — _ _ _ _ — _ _ i!� — _ _ — _ — _ _ — _ _ p � llp b I See General (750" - 1500•) Note 4 SPEED Q WORK 020-50p LIMIT ZONE 7 O R2-1 60 In Cwl-s R2-1 GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control pions when restricted geometrics with a lower design speetl ore present in the work zone and modification of the geometrics to a higher design speed is not feasible. Long/Intermediate Term Work Zone Speed Limit signs, when approved as described above, should be posted and visible to the motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough rood or damaged pavement surface bi substantial alteration of roadway geometrics (diversions) c) construction detours dl grode e) width f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit may be included on the design of the traffic control plans when workers or equipment ore not behind concrete barrier, when work activity is within 10 feet of the traveled way or actually in the travelled way. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. (See Removing or Covering on 804)). • b b b b See Generol See General Note 4 (750, - 1500.1 Note 4 WORK 020.5aP SPEEZONE SPEED LIMIT Q WORK WORK SPEED LIMIT ZONE G20-50P ZONE G20-SOP LIMIT 6 O R2 1 170 R2-i 60 SPEED SPEED 70 R2.1 LIMIT LIMIT Cw3.5 T R2-1 60 R2-1 GENERAL NOTES 1. Regulatory work zone speed limits should be used only for sections of construction projects where speed control is of major Importance. 2. Regulatory work zone speed limit signs shall be placed on supports at a 7 foot minimum mounting height. 3. Speed zone signs are illustrated for one direction of travel and ore normally posted for each direction of travel. 4. Frequency of work Zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to I mile 5. Regulatory speed limit signs shall have block legend and border on a white reflective background (See 'Reflective Sheeting" on BC(4 )). 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)si9n, "WORK ZONE'(G20-5oP) plaque and the 'SPEED LIMIT'(RZ-I)signs shall not be paid for directly, but shall be considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down will not be allowed, unless as otherwise noted under *REMOVING OR COVERING" on BC(4). 8. Techniques that may help reduce traffic speeds include but ore not limited to: A. Low enforcement. B. Flogger stationed next to sign, C. Portable changeable message sign (PCMS). D. Low -power (drone) radar transmitter. E. Speed monitor trailers or signs. 9. Speeds shown on details above are for illustration only. Work Zone Speed Limits should only be posted as approved for each project. 10.FOr more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form 81204 in the TxDOT a -form system. Paved shoulder TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS mx. I ROAD ninieuM ROAD Wm from V=K 6, AIfJID a,ro AitJ1D E T.0' min T.0' air greater 9.0' mmi Paved r� Shoulder if Whon placing $kid supports an unl"I grand, the log Past lenpi1 must be alwtp W the sign appears Straight and DI so. OOiacts $boll NOT be placed under Skids a a Means of leveling• tf k When plaWes are placed on duel -leg Supports, they Should be attarlsd to the Wright nearest tM travel lds. Supp~tol plaques (odvIwy or distance) Should not cover fMe xrfoce of the parent Sign. I' IN LSUPOW ATTACHMENT FOR SIGN SUPPORTS AttocMent to 0000en supports �� Sigh not will be by bolf6 and nut$ move sign scree. or see. Use Tz00T'a or lCd�NI econvenOad pr" reerforatOChI /Jj�t(�, substrates to Otter types of ��1<�NHIPIT" Support � � sign suvOwts FIRS $hOl I not protrude' ROAD uI�IVJGUl4,l.: above SignVHE Sign Supports Mote 1/2WayUpback of tie SubstratFRONT ELEVATWood, metalFiber Rein/arced Splicing eeDedaeo perforated sduane Metal tubing in omen to extua poet night will Only W allowed ~ the splice Is Made using far bolts, two SIDE ELEVATION mow and fro belm the solo point. Salim Must be located entirely behind the sign substrate, tat near the base of the umaant. SDI ice in$eft IengthS Wood should be at least S time rosincl post sizs, centered an the Sol ill and of at Isosf the sane gape materiol. STOP/SLOW PADDLES i. STOP/$Loo poodles ore the WIMary Method to control traffic by flapper$. The STOP/SLOW poodle size should be 2e• x 24• as detailed tat. 2. When used at night, the STOP/SLOW Doodle Shall M retr-*fI*cfor ized. 3. STOP/SLOW paddles May of attached to a staff with a miniesn length of 6' to the bottom of the Sign. t. Any Iighte Ircorporafsd into the STOP or SLOW poodle fades shal l Only be de; specifically described in Section SE,03 Hand Signaling Devices In the WCD. 24• TILI C 24 • R-2.1 3. % y• d it 2s- xe.a L nib. 'I f Zs• �1 eeaarauN -Mee -ro 6 saran - - ixpw $ exam • - nag CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS I. Permanent signs are used to give notice of traffic lose our regulations, all olteMim to conditions that We 00 enF101 ly ha Wdous to traffic Operations, shoe route designations, destinations, directions, dtstances, avvioss, PolMs nd her geographical, recreational, our cultural lnf of interest, aotanectton. Drivers proceeding through a Work zone need the Sae. if not better route guidance a normgl ly installed an a rooa.oy without construction. 2. ohm permaaM regulatory or warning sips conflict with sock zone conditions, reMove or carver the Der orwil Slone uhtil the Defeaent sign Message maich" the rooapy coaition, 3. When existing perwaen't sign We soved and relocated due to construction purposes, they shell be visible to motorists at all times. a. If enisttng $ [gas we to be relocated an their Original supports, they thall be irmfgl Ito an crosr—thy bases as shown an the SAD Standard sbeete. The signs "I I emit the required Mount [rig heights sawn om the WIC Sheets or the SID Stalaands. Thi$ work should be paid for Under the appropriate pay item for rel000ting exi St ing prigs. 5. If pelirgneht Signs ore to be rescued and relocated using temporary supports, the Cmtroctor shall uss orattwerthy supports pre ~ an the DC greets or the CWZTCD. The sips endI I meet ill reduirea mulling heights sndmn an the DC Sheets our the SMO Stdrndands pring construction. This rock should be paid for under the appropriate pay I1w for relocating existing signs. 6. Any sign or traffic control device that Is struck or dapped by the CoMtratan our his/her construction equ i omit stall be replaced De soon ad omible by the Contractor to ensure proper guidance for the WetortstM This r(11 be S"Idiany to It- 5m BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES UOU maxi" L. 24' -I 2x6 Ibxleue 4x/ 12 sq ft. of Q I- 'Sk;d 21 a0. 1t. 01 '•sod f signfaceelgl toss0"t Zx6 2x6 / �r f 2T' 2x6 4x4 / wood * 4x4 60' 4x1 post 72• block black Top wood Length 0 skids nay pad Pe Iloreosed for See 9Ct4) post additional etobt l ity. far sign tx4 x 40• Tab 30' hSight 24' f * See 9CM reauireient 2x6 far ssign ig 24' 2x4 brads reWirement 3/6• bolts v/nuts on 7/8' x 7 1/Y mIM1> lop �f erlewb 40. -� �� ireM 4%/ DIOM 4x4 Dlak 36' Flare floe SIM SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKiD MOUNTED SIGN SUPPORTS 0 9 so. ft. or lees- IDm extruded 0 thinvoll Plastic sign only 0 1 3/44 x 1 3/4• x It foot Z go poet (DO NOT SPLICE) 1 3/4' goly. ,sofa with S/16' roies or 1 .4' x 13/1' swore "Ino ikri0))t net »leecap » Prov(de 7' Nigrt agave pavement 48' I ... Pin at angle • needed » eatch sldeslpp0 p 5' u vI ght Welds t0 start an oppoeI It sides gotrg in apposite directions. Mlntsu weld. pp not 4B' -2' % 2' % pock fill Puddle. 12 go,veto '14 vela ..................... Id starts here 2' stanta ryes MIO 5• SINGLE LEG BASE side vlw SKID MOUNTED PE 16 sq. ft. or less of my rigid sign substrate listed in Section J.2.0 o1 the CSZTCD, except 5/8' ply." 1/2' Plywood is at loved. — IN Sign r Post Sign Sign r Post Post 4• soz, y. t' maz. : 9' t O�eiroDle 4• roz 1 �iraDle IB' 34' IN In ODtlad'I 48' strong soils, reinforcing sinlsan 55' sIM1 fn Sleeve N' sin. in Bass wool, eoils. (112' lager strong soils, See the CWZfCD Poet tnan sign 55' IN in far fit• Post) x Is' voak e0i10. Anchor Stub (1/4• longer itwl elgl I : Anator SfiA (1/4' larger j11 y Post) -- • than sign post, / OPTION I OPTION 2 OPTION 3 (Direct Enbeame t) (Anchor Stub) IAnchcr Stub and Reinforcing Sleevel) 0 3/8' x 3' Or. 5 bolt (2 per agpert) joining sign panel and suptar» PERFORATED SQUARE METAL TUBING N NANN %�eodarcb0k GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the mgx)facturer'e Instol lotion prooedure for lath type Sign Support, The alaxI l sign Square foofage Shell 001WO to the a foefurer's recoarexaotion. Two poet Irotallottane can be used for lager sigl0. WEDGE ANCHORS 11/2• Did. (typ) Doth Steel arc plastic hasp• Anatol Systese w cello t) o on the SA 11-Hord SNete soy Oe uN0 as (sip -y 4. *e sign apport5 far sips t4) » IO SauDfO feet Of Sign fore. They may be Set in eolorets or in sturdy sot le If opprowd by 1N Engineer. (See wed a*&— fan 6• le• •Traffic Engineering Standard Sheets' an DC(I)I. OTHER DESIGNS I } 4• MORE DETAILS OF APPROVED LONG/INTERNEOIATE Direction of Traffic AND SHORT TERM SUPPORTS CAN DE FOUND ON THE CWZTCD LIST. SEE DC(1) FOR WESSITE LOCATION. GENERAL NOTES 1 3/4 ' x 1 3/4 ' z 129• -._-- - Nosllal NIe00r Maxlslus Mimosa Dri Ilod (hole to hole) 12 go. Support Post of SQ. feet of soil (blots) tellis Into sleeve -�_ $l to Poe» Sign Face EeDoaoeM Required 4 x 4 1 12 1. NO 4 % 4 2 21 36' Iq 17no ' x 13/1 ' x re (late to role) 12 ga. boars perfana}ed - 4 x 1 1 tubing Otopdal brace _ _ _ _ = 4 x 6 2 36 M' YES WOOD POST SYSTEM FOR GROUND 1 3/4 • x 1 3/4 x 32' (rote MOUNTED SIGN SUPPORTS to hole) 12 go. Square Perforated _ tubing cross brace D 3/e x 4-1 2 or. p 5 BOLT ITYP.I D _ r Q� ry 0 3/8 ' y 3' gr. J._ JL�� 5 golf g I l/1'x13/4x 129' 0 7/16• Ihote t, hole) 12 ga. eauare perfarotee twing upright ._._ _ _ 2' x 2' x 59' Cosple"Iy welded I ale to role, ance'd tubing 12 M Perforated twirg ski7 2' x 2' x 8' ++ roie to hole) 12 ga. Square Pert —fed '.,� tW imp Sleeve T� wldd t0 skid RFORATED SQUARE STEEL TUBING SIGN SUPPORTS 1. Roils soy be used In the aseeebly of wooden sign supDor% but 3/8' bolts vim nits or 3/e' x 1 1/2' log sarews must oe used an every joint for final correction. 2. No sang than 2 sign Posts e411 be Mooed within a 1 tt. afro le, except far Specific wAvriols noted an the CWZTCD List, 3. Rer1 Project is comalete0, at sign &LODPrfa and fduxatiare end11 Do removed fras the Project site. this will be Careidered SJPSWmy to I»s 502. 0 See BC(41 far definition of •Wonk Dvatlm* Wood sign D." MUST be ohs PISCS. Splicing will NOT be at ove0. Poste moll be Pointed white. See the CWZTCD for the type of sign substro» that cell be used far each approved sign deport. SHEET 5 OF 12 �• Trsllla ,7ear4w Depatrrawet W 71senSporp0loq BARRICADE AND CONSTRUCTION TYPICAL SiGN SUPPORT BC(5)-14 .m x-14. don ee. TpT -Tx00T as T.WT mT T.DOT Novsmc 2002 m.r eon 9.07 B-N sww 7-13 i r MEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC PORTABLE CHANGEABLE MESSAGE SIGNS I. The Engineer/Ihsoectr shot l approve owl Meeeoger used an Portable chageaole Seepage signs (Pets). 2. Messages an PCYS Should contain no we than B was (about four to eight chorocters per corm, not including Slmle vcrds Such as 'T0, .FOIR,. 'AT,. etc. 3. Message. Yauld oanist of a single Phase, r two Phases that alternate. Mee -prase trsacges we not olloead. Each phase of the .Hoge dauld convey d single thought, and suet as Wr.tood Dy 11"I f. 4. Use the sand •EXIT' to refer to an exit rmp an a freeway; I.%, 'EXIT CLOSED.' Do not use the Rae 'RAIN.' S. Aleeys use the route or interstate oesignotion (IN, US, SH, FYI along with the Heber then referring to a roodroy. 6. wen in use the bo"M of a stotlwOry PCMS eneoge Pawl orould De a einisus 7 feet above the roadtoy, mere pm;ble. 7. The messwe tens 'WEEXEND' Nauld as used only if the Cork Is to Start an Saturday I.mnirg ono end by Sunday evening at Midnight. Actual days as hors of tack should be diwlayed m the PCMS If work is to begin an Friday ewnino m w continue into Monday wring. 8. The Engineer/Inspector say Select pro of tea optlonS Mich are ovoi 1- able for displaying a two-ar- -$.age ono P44. Each dace May be spSam or far three (1layed far either four seconds saamas m Sa. or9. Do not 'floor' xama0es w was included in a mssoge. The tessoge should to Steady burn or continuous .nits diSulayea. 10. Do not Present redndant lnforeptim an a two-phase aessagei i.e., Keselrg teo lines of the message the save grid changing the third 1 ins. t 1. Oo rat use the hard 'Danger' in message, 12. Do not ai splay the a "am 'LAAES SHIFT LEFT' or 'LANES SHIFT RIGHT' On o P. Orfivers do not Undretana the Meswge. th 13. Do ndisplay Ses ones that wall horizaMal ly or Yerticolly across the face of the sign. 14. The fol loving table Ileta mbrevlated was and tvo-trd ohross, that are occeotable faruse an a PCYS. Both was in o arose surf be displayed toilet , Words or arroses not an this list ehwld not oe abr.vlow, mlef. shatn In the WCD. 15. PCMS character Height Should be at least Is Inches far troll, g«nted units. They Should be visible front ot least 1/2 (.5) mi he and 1N text Should be legiots free ot lead 600 feet at night and Boo feet in daylight. Truck Mounted unite "t have a character height of 10 inches ad oust be legible frW at least 400 feet. 16. Each 1 ins of text Should be centered an the Message board rather than I eft or oft Justified. 17. If alwbled, the PCYS s1m;d default to an illegible display that will not clam Mptoriste as vll only as used to alert -MIS that the PCMS has malfmter atlaed. A pattern Such as a Win of Mnto rizol solid bore Is opproarlate. Roadway as.lgrx,tlOn a IH-nntrer. US-nuf"Ot . SH-nxnOer. FM -nicer RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messoges not specificolly covered here.) Phase 1: Condition Lists Rood/Lane/Romp Closure List Other Condition List FREEWAY CLOSED X MILE ROAD CLOSED AT SH XXX ROAD CLSD AT FM XX%X RIGHT X LANES CLOSED CENTER LANE CLOSED NIGHT LANE CLOSURES VARIOUS LANES CLOSED EXIT CLOSED MALL DRIVEWAY CLOSED XXXXX XXX BLVD CLOSED FRONTAGE ROAD CLOSED SHOULDER CLOSED XXX FT RIGHT LN CLOSED XXX FT RIGHT X LANES OPEN DAYTIME LANE CLOSURES I-XX SOUTH EXIT CLOSED EXIT XXX CLOSED X MILE RIGHT LN TO BE CLOSED X LANES CLOSED TUE - FRI ROADWORK XXX FT FLAGGER XXXX FT RIGHT LN NARROWS XXXX FT MERGING TRAFFIC XXXX FT LOOSE GRAVEL XXXX FT DETOUR X MILE ROADWORK PAST SH XXXX BUMP XXXX FT TRAFFIC SIGNAL XXXX FT ROAD REPAIRS XXXX FT LANE NARROWS XXXX FT TWO-WAY TRAFFIC XX MILE CONST TRAFFIC XXX FT UNEVEN LANES XXXX FT ROUGH ROAD XXXX FT ROADWORK NEXT FRI-SUN US XXX EXIT % MILES LANES SHIFT if LANES SHIFT In Phase I MuSt be used With STAY IN LANE In Prase 2. APPLICATION GUIDELINES 1. Only I or 2 daaes ore to be used onPCMS. 2. The tat algae (or both) Nauld to selected free the •ROod/Lons/Raep Closre List• as the 'Other Condition List'. 3. A 2nd dace oan 0e Selected front the •Actim to TaKe/Effeat an Trowel, Loactim, General Wrning, or Aovmce Notice Phase List.. 4. A Location PhoSe Is necessary Only If a distance or location le not Intl uled in the first douse wleats& 5. If two PCMS we used in sequeae, they suet be ewarateo by a shin- of [ODD ft. EachPCYS shall be IImited to teo daces, and should be ualerelaaable oy theeeeI" ovm 6. For oce notice, when the current dote is within Sevor days of the Oct.[ ram dote, tolandr cloys amid be reolaoeo vtth days of the reea k. Achce notification Nauld typically be for m we than one reek prior to the nark. Phase 2: Possible Component Lists Action to Take/Effect on Travel List MERGE FORM R ICHT X LINES RIGHT DETOUR USE NEXT XXXXX X EXITS RD EXIT USE USE EXIT EXIT XXX I-XX NORTH STAY ON USE us XXX I-XX E SOUTH TO I-XX N TRUCKS WATCH USE FOR US XXX N TRUCKS WATCH EXPECT FOR DELAYS TRUCKS EXPECT PREPARE DELAYS TO STOP REDUCE END SPEED SHOULDER XXX FT USE USE WATCH OTHER FOR ROUTES WORKERS STAY IN LANE Location List AT FM XXXX BEFORE RAILROAD CROSSING NEXT x MILES PAST us xxx EXIT xxxxx%X TO XXXXXXX us xxx TO FM XXXX Warning List SPEED LIMIT XX MPH MAXIMUM SPEED XX MPH MINIMUM SPEED XX MPH ADVISORY SPEED XX MPH RIGHT LANE EXIT uSE CAUTION DRIVE SAFELY DRIVE WITH CARE NN Advance Notice List TUE-FRI XX AM- X PM APR XX- xx X PM-X AM BEGINS MON DAY BEGINS MAY box MAY X-X XX PM - XX AM NEXT' FRI-SUN XX AM TO XX PM NEXT TUE AUG XX TONIGHT XX PM_ XX AM * * See Application Guidelines Note 6. WORDING ALTERNATIVES 1. The vords RIGHT, LEFT and ALL cm at intercrxrged or opprorlate. 2. Raggedy Oeeipratlom IN, US. SN, FM era LP can he interalaged as apron I ate. 3. EAST, WEST, NORTH and SOUTH fr obreviotiom E, W, If as SI can be 14-hoged as cpropriote. 4. Htgnecy noses adyrbw ner6 rloced as wroorlate. 5. ROAD, HIGHWAY and FREEWAY con be Interdangel as needed 6. AHEAD May be used Instead of distace$ If necessary. 7. FT ad MI, MILE and MILES tntermmged os woropricte. W. AT, BEFORE and PAST Interchanged as needed. 9. Disto cea or AHEAD can be eliminated from the WeesoOe if a location ohm is used PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. FILL MATRIX PCMS SIGNS 1. When Full Minix PCYS Signs we used, the character height oral legibility/visibility reouirseents "it be ecintainea as listed in Note 15 under 'PaiiABLE CHANGEABLE AESGE S1GN5' above. 2. Shen sySao1 SigrSAe, Mum ere the. -Flogger Syvbol'tC920-7) are rew"ented graphically an the Full Matrix PCNS sign and, hint the Opp -I of the Engineer, It shell Maintain the legibility/visibl lity reoluirMront listed above. 3. When eyeball Signs are rewe&enled graphically an the Full Matrix PCYS, they Shall Only euwlleent the use of the Static sign «resorted, Od stroll Hat Substitute for, or reolcce thot Sign. 4. A (u11 Matrix PCMS Say be used to sIxulat. a flashing wrox board provided it wets the visiollity, floss rate and dying requirements an IWO), for the sae St. "Ve. nbov a Depro"We of Trresportodo" BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6) -14 9-07 B-14 7-13 1. Barrier Reflectors Shot be pre -qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequolif Ted Barrier Reflectors can be found at the Moteriol Producer List wet, CO& as shown an BCit). 2. Color of Barrier Reflectors shall be as specified In the TMUTCO. Tne cost of the reflectors shot be considered su0sidtwy to Item 512. ( 1� arr;w Reflectors Il CONCRETE TRAFFIC BARRIER (CTB) See D 6 OM 3. Where traffic is on one aide of the CTB, two (2) Barrier Reflectors all asshmounted in approximately the midsection of eocn section of CTB. In of terhote mounting location is uniformly Spaced at ae end of each CTB. This will of low for Ott aament of a wrier grapple without damaging the reflector. The Barrier Reflector mounted an the side of the CT8 shall be located de ally below the reflector mounted an top of the barrier, as shown in the detoil ot)v . 4. Where CT8 SSW teS two-way traffic, tMee pannier reflectors moll De mounted an each section of CTB. The reflector unit an top shall have two yet low reflective faces (Bi-DirecttogUwhile the reflectors an a side of the barrier enroll hove me yellow reflective face, as Shown in the detol I above. 5. When CTB ""orates traffic traveling in the ease direction, no sorrier ref leCtorB will be required on tap of the CTB. 6. Barrier Reflector units shot I be yet low or white in color to match the edgeline being simol smarted. 7. Moximm spacing of Barrier Reflector$ Is forty 140) feet. 8. Pavement markers or temporary flexible -reflective roadway marker taps shall NOT be used as CTB del treat ton, 9. Aitaarmeni of Barrier Reflectors to CT8 shall be Der mohufoctwer's recommendations. 10.Missing or datagetl Barrier Reflectors shot I be replaced as directed by the Engineer. i I.SIg Ie slope barriers shall be delineated as shown an the above detail. Barrier Reflector on 16" toll OlosT is brake} I6---,, Mox. spacing of barrier reflectors is 20 feet. Attach the delineators as per recommendations.manufacturer's recoendations. LOW PROFILE CONCRETE BARRIER (LPCB) DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB'S in work zones Shall meet crOShmwthy Standards as 0efinea in the Notional Cooperaf I Highway Research Report 350. Refer to the CWZTCD List far approved ere treatments oW mowfacturers. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS inimm of efiectws facturer's ions. WARNING LIGHTS 1. Warning lights shall meet the requirements of the TMUTCD. 2. Warning (lots shall NOT be Installed an barricades. 3. Type A -Law Intensity Flashing awning Lights are Commonly used with drums. They Ore intended to worn of or mark a potentially hazardous wed. The I use ahoI I be as Indicated an this Sheet and/or other Sheets of the al ors by the gas i gnat; on "fL". The Type A awn erg Lights shot) hot be used with signs manufactured with Type BILor CFL Sheeting meeting the requirements of Decay mentoI Material Specification DMS-8300. 4, Type-C and Type D 360 degree Steady Burn Lights we Intended to be used in a series far delineation to Supplement other traffic control O devices. Their use shol I be as indicated on +his sheet ond/or other sheets of the Dlans oy the designation -SB-. S. The Erglneer/Inspector or the Pima shall Specify the IOcotion and type of morning lights far Ce installed an the troffic control devices. 6. When required by the Engineer, the Contractor sho11 furnish a copy of the warning lights certifiaction, The warning I!ant manufacturer will calf f fy the warning lights meet the re uiraments of the latest iTE Purchase Specificotims fw Floshinq and Steody-Burn Warning Lights. 1, When uSao to delineate Serves. Type-C and Type D Steady Burn Lights should only be placed an the Cut Ids of the curve, not the inside. 8. The [.Ott. of warning lights old rarntng reflector. on arm ushall be a8 shown elsewhere in the plans. Type C Warning Light Or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS approved substitute mounted an a 1. Type A flashing warning Iiapts we intended to worn arivers That they are approaching or we in o potentially hazardous area arum adlocent to the travel way. 2. Typo A random flashing warning Iights are hot Intended far delineation and sholi hot be used to a series. 3. A serie3 of SBqu8nti01 flashing warning I Tanis Dlacetl an chaweli2 inq day ices to form a nlergirp taper may be used for delineation. If used, the successive flaming of the sequential warning ItOnto should occur from the beginning of the taper to the eho of the merging +over In Order +o identify the desired vehicle poth. The rate of flashing far each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C oho D steody-Darn warning lights we intended to be used in a series to delineate the edge of the travel tare an detours, an ice r-"""'-i changes, an ice closures, and an other similar Conditions. S. Type A, Typo C and Type 0 warning lights shall De installed at locations as detailed an other sheets in the Alma. 6. Wni arng Iinyhts Shall not be installed on o gran that has a sign, chevron Or vertical panel. 7. The maximum spacing far warning lights an drums Should be identical to the Chamelizinq device spacing. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 1. A warning reflector or approved Substitute may be mounted an a plastic drum as a substitute far O Type C, steady purn warning iignt at the dI scretim of +ne Contractor unless otherwise noted in fie plans. 2. The warning refiectw Mal be yellow in color and shall be manufactured using a sign substrate approval far use with plastic drums listed an the CWZTCD. 7. The warning reflector shot have a mini" retrweflective surface area (one -side) of 30 square inches. Awning reflector may De round 1. 1- reflectors shall be fully reflectwized, Including the wea where attached to the drum, or swve.Must have a yellow 5. Square Substrates must have a minimum of 30 square inches of reflectortzed sheeting. They do hot hove to be reflectorized where it lei leotive surface weo of at Is attahes to the or- 30 square inches 6. Bide Of the worntnp reflector facing approaching traffic shotI have sheeting meeting the color ant retrweflectivi#y requirements far DMS OA15 8700-7ype B or Type C. 7. When used new two-way, traffic, both sides of the warning reflector shall De refiectorized. S. The wwning reflector shouto be mounted an the side of The handle newest Cawaochinq traffic. 9. The mlxlmm spacing far wwning reflectors should be identical to the chdnneilzing device spacing requirements. Arrow Boards may be Iacoted behind Channelizing devices in place for a shoulder taper or merging taper, otherwise they Shall be delineated with four (4) channelizing devices placed perpendicular to traffic on the upstream side of traffic. 1. The Flashing Arrow Board should be used for ail lane closures an multi -lace roadways, or Slow m ovIng maintenance or construction activities On the travel Imes. 2. Flashing Arrow Boards should not be used an two-lane, two-way roadways, Ostoure, diversime or work an shoulders unless the -CAUTION" display (see detail below) is used. 3. The EngineeNlnspector snail choose Oil opwopriote Signs, owriccdes and/or other troffic control deviCes that should be used in conjunction with the Flashing Arrow Board. 4. The Floshing Arrow Board should be able to display the following syeboist • • OR 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION •• •• Fe 0 DOUBLE ARROW LEFT 6 RIGHT CHEVRON ARROW LEFT 6 RIGHT S. The "CAUTION" display consists of four Corner loops flashing simultaneously, or the Alternating DImmO Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7, The Flashing Arrow Board shall be capable of minimm 50 percent dimming from rated long voltage. The flosh;m rote of the Imps snail ant N less than 25 nor We than 40 flashes per minute. 8. Minimum lop -on time' sho11 pe opwoximofely 50 percent far the flashing arrow ant equal intervals of 25 percent far each sequentiol phase of the flashing Chevron. 9. The sequential arrow display is NOT ALLOWED. 10. The flashing arrow display is the TxDOT Standordf however, the sequenftal Chevron display MY be used during daylight operations. 17. The Flashing Arrow Board shot be mounted an a vehicle, trot IS' or other Suitable support. I A FI Arr d SHALL NOT USED to lateral) Shift troffic 2. Caning mat Pw Soar LL BE Y i7. A full matrix PCMS may ce used en simulate o Flaming Arras Board arrow. it meets visibility, flash rate and g Might requirements ter an this Sheet for the Same Sint feeler. 14. tobout mounting inn height of troller mounted Arrow Boards should be T feet from roadway 40 bar}#an Of panel. REQUIREMENTS MINIMUM MINIMWi MWABER MINIMU.I VISIBILITY TYPE SIZE OF PANEL LAMPS DISTANCE B 30 x 60 13 3/4 mile C 48 x 96 15 I mile ATT T WHEN NOT IN USE, REMOVE F loaning arrow BOargs THE ARROW BOARD FROM THE shell as epui Peed with RIGHT-OF-WAY OR PLACE THE automatic dimming devices. ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL, FLASHING ARROW BOARDS TRUCK -MOUNTED ATTENUATORS I. Truck -mooted oftenuotors iTMA) used on TxDOT fact l i+ies must meet the requirements outlined in the National Cooperative Highway Research Report No. 350 (NCHRP 550) or The Manual for Assessing Safety Ha more (MASH). 2. Retlr +0 the CWZTCD far the requirements of Level 2 or Level 3 TMA. 3. Refer to the CWZTCD far a list of approved TMAS. 4. TMAS we recut red an freeways un1896 Otherwise noted in the plans. S. A TWA Should be used anytime that it Can Oe pastttaned 30 to 100 fast in advance of the area of crew exposure without adversely affecting the work performance. 6. The Only reason a TMA should hot be rewired is When o work oreo is spread down the roadway and the work crew is an extended distance from the TMA. AFT•xas D•p•rtmeft[of TMflapeAlYst7•n I S}•fyafy BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, YARNING LIGHTS & ATTENUATOF BC(7)-14 uA. bc-14.00n m. TxDOT m..TWOOT Son T.DOT m.TxD TxDOT Noveaaer 2002 * seal ae xroxwr 9-07 8-14 sraa am Sx- n. i-13 V � � GENERAL NOTES I. For long farm stationary work zones an freewom trues shal I De used as the primary chonntilzing device. 2. For intermediate tors stationary work zones an freeways, 6Vns should be used as the primary chonelizig device but say be replaced in ,agent sections by vrrilwl panels, or e2' two-piece nines. 1. torgerf sections mo-Otece callrwill s may De used With the ODDI of Engineer but only if personnel re resent an the project at at l file to sotrtatn Ill canes in roper position and location. f 3. For start tern stationary Work zones m freswaye, orals are the referred 3 cnaYWlltzi119 device but may be real aced In tapers, transitions as tangent sections by _tIMI panels. two-piece cornea or one-Otece tales are approved by the Engineer. r(hss and all related hose and If OMly with the realiremwnts of tie current we of to 'Texas Manual an Unl fora Traffic Control Dwioes' 2 (iMRC01 .d afee 'Caoliont Work Zoe Traffic Control Devices Lief' CMZTCDI 5. Drum, bases, ono related materials anal I exhibit good warManship Oral bshall be free from objectionable Barks or defects Mot would adversely off ect their opiearahc or se-Iceoollity. 6. The Controcfor shall rave a moziww of 24 hors to replace any plastic run Identified far replobement by the Engineer/Inspector. The realoee- wt dWco au et be m oprovea device. 1 GENERAL DESIGN REQUIREMENTS Pfe-ou0lifled Dlaetic druIe shall meet file fallowing faqu;, ntv 1. Plastic ruse Nall be O two-O was Mslgrri the 'body' of 1M rue "I[ be the top ortim and the 'boas' Nall be the bo"m 2. The body and base Owl I look together in such a mower that the body separates free the base Wien lsoacted by a vehicle trawling at a speed of 20 MPH or greater but rewnta accidental separation de to normal Haling and/or air turbulence created by passing v hicle0. 1. Plostic rums $Nil be contracted of Ilghtwight flexible, and deforedbate le mrials, The Controctor.l! MDT uee..I omen or y single piece plastic rues as charnelHaizatian devices or sign eupprts, 1. run shall resell o raft is that is o minletln of 18 Inches In width inch s at the 36 height Men viesed from any direction. The height of rues unit (body Instal too an base) Hal I be O mintmew of 36 inches and } u s 1" of 12 Inces. S 5. The fop of the rag shall how O but It -In handle far easy Pickup and Hal I be oeeiged to rain Wafer and not Sol lect debris The handle 1 Hal I how a mlMsun of two widely wooed 9/I6 inch at ter hates to of loco Ottaahhlnt of a Warning light, earning reflector unit or aproved Capilat sips, 6. The extertar of the Oran body shall lave a m(n(ezlp of far Olto'hatifg rage and mite retroref Tliw clrcunfwwolal stripes not Iew than 1 Inches tar greater hem 8 inches in width, Arry ran-reflectorizad space between any two odjoaM stripes evil ant excwd 2 inches in I width. T. Babes Nall law o m IOLPI width of 36 inches, a roc leas height of 1 inohes, and a mpniam oftwo foothalas Of sufficient size to Ol law boas to be held darn shi Ie eeporot Ing the rue' body from, ft. w pass. 0. plastic ran shell De "'ousted Of ultro-vtotal stabs, or ange, n hir-deraity Polysthyl who IIIDPEI r Ober'a"Ovad satefiof. um 9. Drbody shell haw a moxlne a Dal ldetad walghe of It :of. . IO.run and bow shal 1. be corked with maufochrer's hen and model MOW. RETROREFLECTIVE SHEETING I. The stripes used m run shall De constructed of Nnwtinp wteting the color and retrrefleP loty recuiremen+a of MDortnwMol Material. Spool f lootlm OWS-5300, 'Sim Fos elafwlale.' Tyoe A refleatiw shooting shall de suwliwa utew O+h-1. specified in the Plow. 2. The ~)no eMll as Suitable far uw on ad shall orero t0 the rum Yr fate east pal, ♦arch -1Wlr Impact, the seating soil r-In soared In-DIOaa OeahlDit ra dem lawifor inp, cracking, Ie O1 wlrrHlecil rhd vity otter than pet Ise M M abrwton of the sooting sue face. BALLAST 1. tzEol lasted bows Nat I Oe large enough to Mid ua to 50 lee, of sad. .This Does, when filled With the bollWt material, WMIO "Ir between 35 Ibe Win!") as SO Iw (eaxinue). The ballast may as eau In one to three aanabap, seporate from the base, wee in a sad-fi l led plastic Dose, Or otter cel Ideting device, as of proved by the EM;-. Stocking of sadDoas HI I be 011oweo, hawser height Of smabags above pavement M &acs m y rat exceed 12 incrs L Open with built-in ballast Shall Lwign between e0 lb& and So low. But It -In Dal last con to constructed of an integral ruse rubber base Or oeccidd r'WW bn. 3. truk 0id1w0IIS may as used far ballast m run approved for this type ef box last an the CNZTCD list. e. The Doi last shell rot be eav hy abter ject., WOW, or any material tat eouto b000se nozard- to motor let, asasstriau, or Workers Men the raw Is struck by a Wahl Ole. 5. Men Lead In replace susceptible to freezing, oruse shell haw drainage holes In to bofipe so that sate' will not collect and freeze becoming a hazard wen struck by a vehicle. 6. Bal last Shot I not be placed an top of um dr T. Adhwiva, soy be used to Secure base Of runt to pavonnt. DIRECTION INDICATOR BARRICADE 1. The Direction Indicator Brrtoa w say de ussd In mtacere. +,att tans, onl ote, raw Mere specific directional out- to rivers is hsoeesry. 2. If used, tho D:=," Ind icu+ar Barricade should de used In -I.. fo diraat the rive through the trans ttim and Into tee Intshded Prowl lone. ]. TDition Indicator Barricade shell -let of Oho-DirTherec -ft- Large Arrow lLei-6) 5; an snn In the size awn .ia block arrow o baokru od of Type eno' TYow Cnragw I .-flectlw shooting 000,e a rail With Type A retroraflectiw shesftng in alternating 1' white and rage stripes Hoping dowhWord at On orate of 45 O.dr- In the direction rood users re to pass. Stating types what be w per DMS am 1. DOkAIo arrant an tee Direction Indicator Barricade •I I I not be .I IoWad. S. Aproved x-footurers re shown m the CWZTCO List, Ballast -11 be as aaorovad by the monitoptursre ;-+,-+I- 9/16' ohm (typ) far nountinp 'lpe as -Ing Ores Each rue "I1 1,- o mInivum Of 2 orange aha 2 white $+,;a e using Type A retro- reflectlw stating With the top stripe wing orange. later to allow for stocking a .in;_ of 5 rinn son (36' did. mu) This dotoil i, not intended far toDricotion. See rote 3 and the CtZTCO IIst far rovlders Of tparoveo OatactaDle Padestriah 8rrieodes h ailing Detectable DETECTABLE PEDESTRIAN BARRICADES 1. when .xisfing cedeetrim facilities Or. disrupted. .4.-, or relocated in a TTC zone, the tsavo, y fact I Ities shall ot ho de+able onono Il We cooeulel l lty fec+was coMi~ With the feat- resent In the ..lot Ing pe0ea+rion fact l ity. 2. share pedestriaw With visual disabilities rannpfly use the closed sidewalk, a device that is detectable by O Oer With a visual disability trawling With the old of a long sae shall be placed a. -row +he full wldth of ins closed side cll 3. Detectable pedestrian barricadee •Imilr to the one Ptaturad sags, lonoihdiml araweliztra devise, wan oanar". barriers, dnd wood ar wain link fencing with a conttnaoua aetearaote "Ing can satisfactorily delineate a pedestrian POM 1. Tape. row, or plastic stain Hrua between device or. rat Ootectable, de no+ caNly Wt" to de.IQ .a " in the '4nriedns with DisOOT l iti.. Act Acae.Hes bt l lty Duloel7n far Bun IdInand Fool l itt.. (ADAA0)' ono should Mt de used age'01 far DadVsf Ian .awah+ . 5. wl ;na lights shall not tow attached to detectable aooef,im barricades. 6. DeHetabl. Pedeatrtm br'goodes e'aY coo r' -;-I barn leode roils as shown an BCoo) provided that the top roll rwidea d saoph oatinuae roll euitaal• for nand /roil Ing With no -I Inters, burr., r ~a edges. Ill. x 24' Sign 12' It 21' (Moxleem Sign Diwenslon) Vertical Panel Chevron C111-8, ODowirg Traffic Lae spurt with dloporals Divider, Driveway air 0700, Keep Right sloping oceh towards RI sties r other Signs ce aooroved trovel Way by Engineer Plywood, Aluminum or Metol sign suostrotes shall NOT be used on Plastic drums SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS I. Signs used an plastic Brun shell 0e .aafacturad using substrates Ils+eg on the CIIZTM 2. Chevrons and other Work zee signs With an range backgro" Hal I be maufochred with Type 11M or Type C„ rage ~Ing sed r seating the color arah-eflecttvl_ty rediArwent6 of DM6-5300, 'Sign Face Material,' unless otherwise specified in the alms, L ' ticel Pare+ a shah l bar nOrxlfocWea will rag' ono White Diagonal'tripes the Vertical Pone o/ hall slope Type A the Intended era el Yafficel Pamela 'MIN elope dove toward the intendd traveled taro. e. Other sign meee000s (tut or symolic say be used as approved by the r Engpee. Sign dimMsiae Nell not uam 18 Inches In width or21 Incas in hetyt, except for the R9 eerin signs disaesed In note B slow. S. Signs shell be Installed using a 1/2 Inch Dolt (rwsinol) ON rut wm two whars, a ens locking waxer for soon connection. 6. Mounting Dolts and nuts "II be fully engaged ad odegudtoIy WO." DOI+$ should not extend we than 1/2 Iran beyond nuts. T. Chevrons may de placed an rune an the outside of areas, an merging tows or an shifting tapers, when used in these location' they may oe placed on every rue Or spaced rot uora than on every third arum. A sInt" of three (3) should be used a/ eaoh location called tar in the aloe. L 119-9, R9-10, 119-17 and 119-110 Sidewalk Closed signs which are 21 inchn wide say be MKI" m plastic ruS, With wl tpproof the Engineer. AF ux"Depratko t o/Thwnpdrpa0on BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8)-14 Tau Tsm bc-Il.dgh ow TaDOT 7x;TOOT as1740T TxAOT Kavppf 2W2 mrr shR arre t ears e-03 7-13 sum arm War 9.0T 8.1. e' to 12' 8• to 12• i 4' See 24• k 45� 4• rote 7 min, g 4 YP-IL YP-IR fi Fixed Bose "face ., Approved Mount Roodwoy Bare •� Aaee ive fade 18• Self.righting 12' Swart am del FIXED (Rigid or self-rightlnp) 81 to tz• 8• to 12' DRIVEABLE 1. vertical Panels (w'e) are normolly used to Chonelize traffic or divide opposing tones of traffic. 8' to 12• 2. he's may p used in daytime or nightflee .1ttatlons They may be Wed at the 0090 of NWIOer oroo-offs and T other veaa wa(m lone tneatio is tlere ed.posit,e TI' daytiee one delineation i. required. The Engineer/Inspector cal I rs/er to the Roadway Design pest, what We, 4• Ilawal App" B. •Treotmmtt of Povemot Drop-offs mn ark lanes• for o0dI tiOn. I guidelines an the use of m11 note } We for a -Op -Offs 4. 36' >. VP's aheuld be mlvnte0 Dock to book if need at the edge min. of cute odjwent to two -vary two lee roadways. Stripes We to be reflective orapd nd e areflective white a 4. -to always Sloped"'Wd towrd the Novel Ice. 4. VP's used on expres.rays and freeways der other high amed roodwpye, nay hove mare than 270 square inches of refroreflective area (wing traffic. S. Set i"ll"inq mlpports are ovalloDle with portable Dose. See •Camel lot Nock Zane Traffic Control Devices List• (CNZTCDI. _ 6. Shevtintp for the YP'6 Ball be retrarefleaUve Type A to cgnforeing to DOI-tmml Material Specification DMS-8300, (Rigid or d.11-rigni lnq) i...re the heunless notediofherwim. ght of reflective wwiol on the vertical panel is 36 Incnee or greater, a peel .tripe of PORTABLE 6 inches Nate be Wed. VERTICAL PANELS (VPs) �( tre.4 Pare is wanted book to book le• Portable, �• Fixed a Driv.al. Bat my Oe used, or may be aril a 1. Opposing Traffic Late Dividers IOTLD) we oelineot ion oevl0m designed to convert 0 normal one-way r00edy seat lon to two-way aeration. OTLD'& are used on twwwy omterl ine& The caw a and dowword arrows on the sign's food indicate the direction of traffic an either sloe Of the diviow. The Dose la seared to the pavement with on onesive or rLbOer weight to minimize mavemml cota.d by a vehicle Imocct or wino pot. 2. The OTLD may be used In combination with 42' canes or Vs. 3. Spocing between the OTLD call not ezc"d 500 feet. 42• Cores or VPs placed Mt - the 07U.a Mau10 not exceed 100 foot spacing. 4. The Ono Noll be range with a Clock non, reflective legend. Sheeting for the Ong sal I be retroreflective Type erLor Type C1Lconf"Ing to Deparfnmntol Material SmCifiootion OMS-M' noun lees noted otherwise. The I." shot[ meet the requirmnNta of M-8300. OPPOSING TRAFFIC LANE DIVIDERS (OTLO) I • 1. Tho otlevron Noll be o vertical rectOnple with o minimum $ize of 12 by 18 Inches. 2. Cnew" are Intended to give notice at o Narp cnonge of oligreent rim the direction of travel lid provide odditlonol emoaals as gu;w ce for vehicle operators rim regard to c,.Va. In horim}al cligme 1 of the rocoedy. 3. CM-6 when used, shol l be .two on the out - $lot of o sharp curve or turn, or on the for side of on int"motion. They Noll W In linem with one at right agles to fpprooching traffic. Sawing sauna be sum that the motorist olwaya has three in view, until the chap. in align.. eliminot.s Its need. 4. TO be effective, the "'on pound be visible 76' for at least 500 feet. 5. Cnevrone call oe orange with a buck norreflec- tiw no. IegeSheeting for the c ewran shell be retroreflective Type Bm•or Type Cfuco foreOng to Decorteentol Material SpecHicotion OW-6300, ails. noted ~.I.. The legema sal I meet the requlremNts of per-8300. Fixed Base w/ Awr"'I Aaastve 6. For Long Term Stationary use on taper. or (Drireoble Bese, or PIe.101e traeittans an freeways and divided highways S,x,t con Oe u4e0) atlf-rIgWrp ChWou may be u3e0 to W"16-t plastic drme out not to replace plastic true. CHEVRONS LONGITUDINAL CHANNELIZiNG DEVICES (LCD) GENERAL NOTES 1, cork Zone channel izing devime Il IL'W i d an this ""t may be installed in aloes proximity to traffic and are wit" for lief w, high r Ian speed zwway& The Engineer/Inspector $all ensure that sooting and placement is uniform od in acardaae with the •Tum Mayan on Uniform Traffic Control Devices' (1MI7TCO). 2. Chanel [zing devices Nan on this ahem moy have o wl"oble, fixed or owtobla Dose. The requirement for self-righting chomMlizing devices suet be Spec l f led 1n theeneral Iotss a oGtter plan sMw+& 3. ChQmMIlzirtp devices On "It -righting appoNa should M used in cork Zone area Mere chonel lung devices are fraumttly iwpated by erroot r.hioln der venlale related wind gusts making al I— I of the axrneli, Ing devices difficult to maintain. Locations of these devices small be detailed elm - were in the pIOM. The. pvipS Wall conform to the TWTCD and iM 'Cmpliart Mork tons Traffic Control Devices List' IC01ZTCD). 4. The CaHroctor $all maintain devices In a clew, Codition an replace dokoged, romfaced, or broken devices efleative, and Doses as repaired by the Engineer/Inspsetor. The Cattrocter shall be required to maintain proper device spacing as olipnut. 5. PartaD le boss sal, de fabricated from virgin OrWor recycled rubber. TM portable ams sell we, a minlmts of 30 Ibs. 6. 1`0v4rcht surface$ W411 be prepared in a mother that ensures draper boding between the oaeeives, the fixed math Dawes and the DOvement eurfoce. Adhesives call be prepared and applied awarding to the maxhfoatwer'a r.oaaeraoiiore. 7. The inetollati0n oar removal of atareliZinii devices 6a11 not case detrimental eff.+$ to the final pavement "faces, iralwirg povenmmrt surface disaloratiw, or Wfoce integrity. Oriveoole Meet salt rat ve permitted on final povmnnt surface$. The Engineer/1" .ator &all approve d all opplicatIon ar$mpvel prooedWes of fixed bogie& i. Loos we romnrthy, lightweight, deformable devices that are highly visible, how good target value era Can oe camleat.d together. They are not dn;ww to Cocain or redirect a vehicle on Imoat. 2. LCOs day p used Inst.o0 of a Jim of tyros or OM3. LCOs Nall be Claud In becordonce to application and installation reWirements specific to the device, and need only wen sawn on the CRZTCD list. 4. LCD'Mould not be used to provide positive protection foroWtwln, mmstrioM or workers S. 1.05 call be swpleeented with retrreflective delineation as required for temporary barriers on KID wen placed roughly parallel to the travel Ides 6. LCD, limed oar Drrlcade. placed pervenalculor to traffic Sauld haw at lomt one raw of reflective Neeting meeting the requM irewas for brrlcd" rails de ettowrt an 8C(101 Dlomd new the top of iM LCD along the full length of the device, WATER BALLASTED SYSTEMS USED AS BARRIERS I. water Dollosted systems urea a barriers shot) not be aced solely to chonelize rood seers Out oleo to protect the work space per the appropriate 4DW 350 rootmorthinen requiremroMe based on roadway epees and barrier application. 2. Me, 001l0attd -0;.- uses to chonelize vemmlor traffic shall ow acolemeted with retrorefleciive delineation or conM izing devicn to improve doytiee/nighttlee visibility. They may also are covolemented with pavement narking& 3, hater wlldeted "eon used m Mrriers shot be placed In otordaae to application end Installation requirmnt. specific to the device, and used only when dawn an the CPNCD lift. 4. Voter ballasted Systems used de bWfIW3 Non ld not be used for o merging toper except in low speed (men then 45 Wpm) urban retie. Men used on a hoar in a la per speed urban red, the tosill be deline ated and the toper length Nquld be on,gned to optimize rood user ooerrtloe considering the Owileble geaeetrie cadltiats 5. Men water bollmW systems seed OS wrriers have blunt ends expow to traffic, they should be otterxated W mm W ufoCt r w remm XV0111" or flared to a point aut4ide the COW zone. If used t0 cltawellze N606trlaro, lorgltudiMl chameliz ng (*rips Or voter cal lasted Systems Suet hew a anfimeue detectable bottee for users of long Cants ad top he t of the unit gall not be In$ than 32 inches in Might, HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANKL1ZiNG DEVICES OR BARRIERS o.ted Speed •M irnulo M n m1a Deslrob le Tapir Lergins if tF Agpe.ted k40.1 n S-Ing of CharreliZinp Device. IO' If. 11' oft I2 ffse On a TOOK on0 Yonder+ 30 35 40 z L.� 60 150' 165, 180' 30' 60' 205' 225' 245' 35' 70' 265' 295' 320' 40' 80, 45 505010'0' L-NS 450'20'40' 45' 90, 50' 100'55 550'0' 55' 110,60 600'0' 60' 120'65 650'0' 65' t30'70 700'0' 70' 140'0, 75' 1SO.0, 80' 1So ii*I- length. hour been rounded off. L.L.oth of Tom, (FT.) w Idth of Offset (FT.) Sdawewd SOeea IvlN) SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 ,Wasm DmprOtlmntwTYwporbtldn .Baumd$ra BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-14 up o0-14.oa1 - I.OdT -740 eve T407 -T40T TXWT brmoev 2002 9.0T 8714 war wirh tea, 7-13 065 TYPE 3 BARRICADES I. Refer to the Cowaliont Work Zone Traffic Control Devices List lCWZTC01 far detai is of fhe Type 3 Barricade. and a list of oil materials used in the canStnatian of Type 3 8arrico0e.. 2. Type ,Barricade She I De Wed of each end of eorotrWtlon project. Closed to oil traffic. 3. awricads extendiriq oroee a roadway Should have stripes that slope alowmrd in the direction toward which traffic must turn in del rirq. IRen both right and left turha are provided. the One— striping may ar Slope downwd in both di rectime from the center of the barricade. eere no turns ore provtdsd of o closed rood Striping Should elope downward in both direct one toward +he center of .oft". 4. Striping of of ls, for to right side of the roadway, squid slope dowward to the left. Tor the left side of the rood", striping Staula slaps downward to the right. S. Identification markirga may be .noon only on the book Of the borriwd roi Is. The woxim o height of letters onvor company logos used far Identification Shall be 1'. 6. Barricodes Shall not be plooed porollel to traffic unless an adequate clsor zone is provl00d. 7, warning lights shop MDT be metalled an brd rico0• er e. .e Drr(Codes rewire the tide of weights to keep from turning over, the use of Sandbags with dry, coheslonless soar is r.Casm"b Th.SaiODags wi I I asIlea .hut to keep the sand fro' so; I I ing and to eointotn a cgstont weight. Sara bogs shall not be stocked in o saner +that covers any portion of a barricadereflective rol le Meeting. Rock, canrete, ;ran, steel or other Solid objects will MOT be perwttted. Samba. moua Id we Ion a minimof 35 lbs and o wax lssm of 50 Id. Sags Solt be mod of a d ble moterlol +NT fears upon.hia�lpr .hiwlr impact Rubber lain as tire i'er tubes) shell not De Wea far sond>ogs. Sandbags Sol t Only pe placed along or upon the Dow supports of the devld and Sall rot be stmperided above ground level r hsg with rap, sir., chains r otter fasteners. 9. $hee4lrg for barricades Sall be retrreflsctive Type A conforming to Departmmial YoterioI Speat ficatiOn V11300 unless otherwise noted. Barricades shall NOT be used Os a sign aupporT. Minis m 8' T Mlath of rhawi Nl 1 Reflective 4so $..Ing 6• 1 Inohee. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4' men.. B' max. Stiffener Flat roil Stiffener way be, Insld ar outside ars Of SUOPOrt. M ha mthan 2 stiff~* shall W ul lowsci on are, brrlcoce. TYPICAL PALL DETAIL FOR SKID OR POST TYPE BARRICADES Each roadway of a barricaded Ithehighway mall be ROAD � bricaded n the some darner. Rlt-2 CLOSEDitiai 020-6i M4-10L r- ✓ f 30 feet PERSPECTIVE VIEW Detour \ Roodwoy The three ral Is an Type 3 borr loodes doll de reflectrizoo rage and 10 reflective white stripes an ens side facing are -Way traffic anal both sifts far two-wq traffic. Barricade striping should slat downward In the direction of defow. 1. Sig. 61—ld be -fad On independent etVpolts of 0 7 foot 8' sw>w. length Type 3 Barricade, saurfing height In canter of roadway. The signs shw al be a minlnn of 10 feet behind Type 3 Barricade.. 2. Ad— Signing Solt De a Specified elsowhere in tee ploy. PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION 13-4- 14m min. whits min. 6' min..mine range in. �n,=4" min.min. white 42' 28" min. Two -Piece cones Alternate AI1'nale Spar ?I Drum, v'ticel panel. or 42- acres Aprox. 50' at 50' —1— Spacing SO' Yin. 2 trtee Min. 2 rums rl Type3 ® oriType3 ` t STOCKPILE barricade 0 0 0 C1 0 On one-way rood Desirable downstream Oruss atWkpi le IOCot(On Chanel Izing dvtcee parallel to traffic or barricade may he is outside -I"M here clear zone. .booth n Wea wen SfoCk 1is within 30' harp Navel 1". a TRAFFIC CONTROL FOR MATERIAL STOCKPILES CONES Typical Plastic gram PERSPECTIVE VIEW These artne ore not r.wirea ne on o-woy rood" 1, where ms;t;. r&directlpol COOOD; IIty is ruvided, trued way be Miffs& 2. Plastic contraction fencing Say be Wed with d'ue for safety . required in the plane. 3. Vertical PoNIs an flexible Support day be sbStituhm d far druwhen the shoulder idth is lea than 4 feet. 4, den the simlaer width I. greater turn 12 feet, steocy-darn If" soy be omitted if rue are used. S. Oruro xusf extend the length of the culvert widening. LEGEND Plastic " Plastic due with Steady burn Iign+ or yellow warning reflector �� (S[ 1��+J= Steady bun earning 1 ight or yellow —Ina W lectr a in q e Increase rmaer or pioetto o-ua an the 5k _ �bld of oppr000h .. traffic if the Ofwown 2 width miles It 4 drusery. Iminlau' o! 2 t � ant max swam o1 A d'W.) o ® e PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS 3.-4. mimanx. 6' min. t23: 2" to 6• 2" min. 4" min. 3' min. 28' 28. .in. IN One -Piece cones Tubulor MorKer 28" Canes shell hove o minimin weight of 9 1/2 IDs. 42' 2-piece cones shall nave a minimn weight of 30 IDS. including Dose. I. Traffic coos am tubulr marker. Boll be pre"Inpntly ran., and mwmt the height and weight rewlresente Sown above. 2. One-piece cores hove the body and Dos of the cop molded In are coneo110oted unit. Two -plebe case hove a cane Souped body arc. a Separate rubaer base, or bol Idf, that Is ailed to keep the dvlae uaright oN in place. 3. Twa-piece cares coy hove a bagle or loop ext"Ing u d to 8' ObM the mini" Night Sown, In arder to old In rd1riw ing the device. 4. Cared or+ubuIr workers used at night shall l hove white or white and rah. reflective bonds de Shown opove. The reflective Dora. Sall have a smooth, sedlea out' eurfaae and meet ft* requirements of DeOW+Wtol Material SoecifloatlM DMS-e500 Type A. 5. 28• oaks rhd }tbulor wrkers'e generally witable far Mort drat ion fro Short -tern stationary work as Oaf INo an BC f4). These Mould rot be used far interaedi o+e-term' I —'—stationary work Unless stationary an-Si+e VOW to maintain them in their roupright position. 6. 42' two-piece acres, Vertical panels' drtme we witdle far all work 2" drotions. T. Cads' tbulr workers used an soon project could be of the Smet size as sthape. THIS DEVICE SMALL NOT BE USED ON PROJECTS LET AFTER MARCH 2O14. IT 2• 1 41. EDGELINE CHANNEL1ZER I. This device IS intended Only far use in abbe of o vertical panel to channel in traffic by indicating the eggs o1 +N travel lad. It Is rot intended to be used in transitions or +ow& 2. This device Shop not be used to separate lase of traffic (opposing or oThistiervise, r worn of ,jec+e. 3.device striping pother' fow 4 inch re+,reflecti. boas, with an opar.0-te 2 inch gop be Darn. The polar of to band Sould carreepa'1 to the polar of the e0pelire tyellow far left edoeline. white far right edgeliro) far which the device Is aWSti+uted r far which i+ $U001srwr+6. The reflectarInd Dace ":I be retrreflective Type A conforming to Deprfnentol Maier hat Specification OMS-..' unless otherwise notea. 4. The base mast weigh a minimum of 30 IDs. AF 71Aww DSPwerintt of AwIlai ateat I SSir -- BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-14 pc1'.dr TxDDT wThd10T T'WT T.W TIM Wovwber 2D02 ow areavet wnnhw 9-0. 8-14 con mwn sacra 7-13 WORK ZONE PAVEMENT MARKINGS GENERAL 1. The Contractor shot be responsible for maintaining work zone and existing oovermt markings, in occordonce with the standard sped ificotions and special provisions, an of roadways open to traffic within the CSJ Iimi+s unless otherwise stated In the plans. 2. Color, patterns and ditimsi we shall be In confarmaroe with the 'Texas Morwal an Uniform Traffic Control Devices- fTM1TCD). 3. Additional supplemental povemmt marking defoi Is may be found in the plans or specifications. 4. Pavement markings moll be installed in accordance with the TMUTCD ant 08 mown an the plans. 5. When short term mark itgs ore required an the plans, short term markings shall conform wiin the TMUTCO. the plans awl detoi is as sham on the Standard Plan Sheet WZ(STPM). 6. When standard pavement markings we hot In place and the roadway is opened +o traffic, DO NOT PASS sighs shot as erected to mork the beginning of the sections where passing is Prohibited and PASS WITH CARE slaps at No beginning of sectione where passing Is permitted. 7. A11 work zone pavement markings shall Da Installed in cccw 0conce with Item $62, 'Work Zone Pavement Working%' RAISED PAVEMENT MARKERS 1. Ro;sea pavement porkers we to be placed according +o the patterns on SC( 121. 2. AI I raised pavement Wkera used fat work zone markings shot I meet the requirements of Item 672, -RAISED PAVEMENT MARKERS' and Oeparneentol Material Spec if to. tan OA1S-4200 or DMS-4300. PREFABRICATED PAVEMENT MARKINGS I. Removable prefabricated pavement makings moll meet the requirements of DMS-8241. 2. NM -removable prefabricated POVe ant mark;nos (foil back) shall meet the requirements of DMS-8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS I. The Contractor will as responsible fat maintaining work zone pavement markings within the wok limits. 2. Work zone bovement makings shall be inspected in accordMCe with it. frequency and reporting requirements of wk zone traffic control device inspecitons as required by Farm 599. 3. The markings shoutd provide a visible reference for a minimum di.tonce of 300 feet 01Ing normal doyi ight hours hod 160 feet when ii lunincted by outMoo;le low-bem headlights at night, unless sight distance Is restricted by roadway geometric$. 4. Workings falling to meet this erther to within the first 30 days after Placement shall be replaced of the expense of the Contractor os per SMiftcation Item 662. REMOVAL OF PAVEMENT MARKINGS I. Pavement mocking$ +not we no longer applicable, could create confusion or direct a motorist toward Or into the closed Portion of the roadway shall be removed or obi;terafed before the roedwoy is opened to traffic. 2. The above shall ant apply to Oetoun$ in PlaCW far less than Mree days, where fioggers and/or sufficient channel;zing devices are uses in lieu of markings to outline the detour route. 3. Pavement markings shot be removed to the fullest extent possible, so as not t0 leave a discernable marking. This 511011 be by my method approved by TxDOT Specification Item 677 far 'Eliminating Existing em Pavent Markings oo Workers% 4. The removal of pavement markings may require resurfacing or seal coating portions of the roadway as described in Item 677, 5. Subject to the approval of ton Engineer, My method that proves to be successful an a WflOula type pavement may be Used. 6. Blast cleaning may be used but will hot be required unless specifically shown in the plans. 7. Over -pointing of the markings SHALL NOT BE permitted. 8. Removal of raised pavement markers sn011 be as directed by the Engineer. 9. Removal of existing pavement morKings and markers will oe paid fan directly in occMOance with Item 677, -ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS,' unless otherwise stated in the plans. 10.81ack-art marking tope nay be used +o cover conflicting existing nark;ngs fat oer ioas less than two weeks when approved by the Engineer. Temporary Flexible -Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW SIDE VIEW Adhesive pad Might of sheeting is usually more than 1/4' an0 less Nan 1'. STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker tops used as guide arks shall meet the requirah"s of OMS-8242. 2. Tans detailed an this sheet we to as inspected and accepted by the Engineer or designated representative. Sampling and testing Is hot normally required, naweVK at the option of the Engineer, either 'A' or -8- below may be imposed to assure quo;ity oefore placement an the roadway. A. Select five (5) or more tabs at random from each lot M shipment and submit to the Cmstrmtian Division, Materials and Pavement Sectim to determine specification compliance. B. Select five (51 toos and perform the following test. Affix five (5I tabs at 24 inch and an an o3onoltic pavement in a straight Iine. Using a medium size passenger VM;cie or pickup, run over the markers with the front and rear tires at a speed o1 35 to 40 miles per hour, four (4) times in each direction. No more than Me (1) out of the five (5) reflective surfaces shot be lost or disploceo as a result of this test. 3. Smoii design vori Mces nay be noted between too manufacturers. 4. See Stmdord Sheet WZ(STPM) fat tab placement an new pavements. See Standard Sheet TCP(7-I) far tab plocement an seal coot wok. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised poveMeM parker; used Os gu;Oemorke shall be from the approved product flat, and poet the requirements of DMS-4200. 2. All temporary construction raised pavement makers provided an a project shot I be of the some parwfacturm. 1. Adhesive for quidemorks shall M bituminous material tot opal teal or butyl rubber pad for all surfaces, or themoplostic for concrete surfaces. Gu IOemak$ $Moil be Oes lghated oSt YELLOW - (two ower reflective surfaces witn yellow body). WN17E - (one silver refl"five son face with white body), DEPARTMENTAL MATERIAL SPECIFICATIONS - PAVEMENT MARKERS (REFLECTORIZED)--�--__ OAFS-4200 TRAFFIC BUTTONS DMS-4300 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS-8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS-8242 A list of preQuOl;fletl reflective raised pavement markers, non -reflective traffic buttons, roadway marker tab. and other pavement mork;ngs can be found at the Material Producer List web address shown on BC(U. ff Tbxes Depelmnow of ftruiporteW" IStelidafd BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC01)-14 n mw Dc-14.4im Tx0OT a,TxDOT om T40T 1mT.00T TxDOT FeDruay 199s 2.9s 9.07�rst� msr wuxn ww[i xo. 1.02 i-13 ........ ,....., .,. _,...,....: :,,..._�__...,, ..,. a„ i.�- -d' +m�....Y kww,-...,.won 1.,, w. e................,�.u' ,,.+'r .. ..... i 0 PAVEMENT MARKING PATTERNS 10 to 12" a �~ Yellow T Yellow REFLECTORIZED PAVEMENT MARKINGS " PATTERN A T Yellow 4 to B" Type II -A -A 10 to 112• Type II -A -A p .{e -door oo�o 000eo �000po o o 0000po oo r000 o o opo o o oo C> Type ]I -A -Ay/ J' Type Y buttons RAISED PAVEMENT MARKERS - PATTERN A Type II -A -A ll a o :to o0o o o ooio o o o o 0000000000 p o�000p f o0 ao....,�.. op o%9a y/ Type Y buttons 6 to 8•TyOe ]I-A-AJ REFLECTORIZED PAVEMENT MARKINGS - PATTERN D RAISED PAVEMENT MARKERS - PATTERN D Pattern A is the TXDOT Standard, however Pattern B my be used if op"Oved by the Engineer. Prefoor lcated nlorkIngs may be substituted for reflector)zed povesent makings. CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS a white _ � Yellow — � a Yet low white � REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reflectorized Dovement exrk)ngs. Type I-C 0 o o 00 o 00 o a o o o a o o a a a as c a c a o a as a o coo as o Type W buttons ✓,Type I-C or II-C-R </++3 pod an ocp ppo opo ao Type i-A� Type Y but he a oa0000000p00000000000000 00000a00000000000p o_a a a a a a as a a a 000000 a a o a a a o a a a o a a a o a a a a a a a l� Type I -A"' Type Y buttons o voo 000 opo\ cop coo Type W outions��,, Type I-C or II-C-R op000a0000000a000po�oa000000 a o a a a o 00 o o o o a RAISED PAVEMENT MARKERS g Type I-C EDGE & LANE LINES FOR DIVIDED HIGHWAY /A. \t' TYpe I-C White a 00o pod 000 000/ 000 Type II -A -A Ty-�Jpee Y buttons ooVo' a O�,To1�/ O o o p 0 0 as O a a 0 0 0 0 0 0 0 0 as 0"a O G O o 0 0 0 0 0 0 C O C C O O O G 0 Yellow i /"— o00 000 opo 000 000 000 �\ Wt1 to ?� `r/ � Type I-C REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated workings may be substituted for reflectorized pavement markings. LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS Whiter �r 3� Ye l low '-While-- REFLECTORIZED PAVEMENT MARKINGS Prefoarlaoted markings my be substituted far refiectorized pavenent Wkinga. TWO-WAY LEFT TURN LANE Type I-C �pp /). 000 opo coo coo on. a oo c o o coo op o00 00000000 opo oo>oo a a a ao c o o o ppp ppp ad0Go Type Y buttons Type II -A -A a o coo coo aaaago o oa o a ppOaDOpppp000 a a O a a p 0 O a o a a a a p a a o p a a a o a a a o coo ` 000 coo pooo00 �V Type E-C 000 RAISED PAVEMENT MARKERS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 60• : 3" Type II -A -A Type Y buttons DOUBLE 3-0 0 0 0 0 0 0 0�0 0 0�0 00 P;"u0r ws.[Ks 4 to 12- TM 0 0 0 00 0 0 0 0 0 0 0 0 NO -PASSING 4• PvucTaP+xo -� LINE we t.cs 4 to 12"-{. M Yellow Type I-C , I -A or II -A -A Type W or Y buttons SOL I D EDGE LINE „"Ks'[0 0 0 00 0 0 0 0 0 0 0 0 0 0 LINES OR SINGLE 4 3 NO -PASSING LINE 4' White or Yellow WIDE Type I-C I� 60" 3" Type W buttons .•+ssD _1 LINE 0�0 d o 0 0 0 0 0�0 o TOo r•wAiMT 1-2" .f0 0 0 0 0 0 0 0 0 0 0 0 0 0 meow: 11Q1 laT IIMn CxAAY411K B" e[rticrMl![D PAvp.1 . y M Cx•wp+21wD AIM 1 1 Dtsmm•q A•t< aM«cs,e. � -- wMIK. .,if. BROKEN LINES Type I-C or II -A -A CENTER ,'""'14 0 0 0 0 0 0 0 0 L 1 NE E` 10' 30' --i 5 OR LANE wu[<roa+nD i'--40' t' +� LINE ww+wDs 10 — 30'White or Yellow Type I-C or II -A -A (when required) s•tsro 0 I0 0 0 AUXILIARY P++ 3 I' 9 i OR LANEDROP LINE x•+:� M f aeT was[ss � 3',I, 9' 0 0 0 0 p 0 Type I-C or II-C-R REMOVABLE MARKINGS S' : 6" WITH RAISED a Iv PAVEMENT MARKERS L-10--i.— 30' --� If raised povevrf markers Ore used to supplement REMOVABLE markings, Raised Pavement Markers the marker. shotI be applied to the top Of the tope at the oporoximOte mid length of tape used for broken lines or at 20 foot spacing for �l sal to lines. This allows an easier 20' _• 1' removal of raised pove-h+ markers and toDe. Centerline Only - hot to be used on edge Imes Raised povement workers us" as standard poveewee ent workings shot) be frthe Opprovea products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." ff Tbx" J)"rhnerd of TMnepofbtlon I StendWN BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BCI12)-14 [[tu. Iw-mor w 1411 co as, TxDOT T.DOj cn T.tK11 O UDOT Februery MEeoer vn we xnaw•r 1-9T 9.0y—tst— Dnr � i I I ROAD WORK CW2o-ID AHEAD I 48' % 48' (Flage- See note 1) I 1 I • °o � I h^ I i , • w, ' x I I Charne l i devfoth I nrq nay be *mined li the work are° is a min inua of 30' from the I nearest traveled way. I i I 1 (See no+ee 4 6 5) I 1 I I I I I I I V I Lni I [e;I P tt - x x CW20-ID 48- x 48' (FIaQe- See no+e I ) TCP (2-1a) WORK SPACE NEAR SHOULDER Conventional Roads ROAD y I Q WORK AHEAD END crzo-1D 48' X 48' S I ROAD WORK (Flogs- _ G20-2 See note 1> I 48' X 24' (See rote 2IA bh ~m ( x I 8 I S (See notes 4 L 5) Is m I I hh �� x E� I ROAD ROAD WORK WORK G20-2 I AHEAD 48' X 24' (See note 2)♦ CW20-ID Q 48' % 48' fFlagm- See note 1> I TCP (2-1b) WORK SPACE ON SHOULDER Conventional Roads C*20-1D'W 48' X 48' (Flags - Sae note 1) Work vehlc or other e newesary work opera such as tr y I � bl4 I I I I I . 110, — rrt MR� e I In In from by lose END ROAD WORK G20 2 48' % 24' (See note 2)♦ LEGEND Type 3 Sarricode ■ ■ Chonnellzlrg Devices Heavy Work Vehicle ® Truck Mounted Attenlator (TMA) ItTrailer MotntW Flo.Ing Arror Board e Portable Chargeable Message Sign (PCMS) i Sign <31Traffic Flow Flog Lp Fl ooper eYe SWpestea Maxlu Mini — Faraulo Desirable LandHw Spoohna of Chawwlll1.0 SlOn on0�ifuoe Iml Speed In,,* Devices so- lrg Space1' I On aOnaDleiapef Taper Tagsnt 30 2 150' 165, ISO, 30' 60' 120' 90, 35 L• 205' 225' 245' 35' 70' 1SO, 120' 40 60 26$' 295' 320, 40, 80, 240' 155' 45 450' 495' 540' 45' 90' 320' 195, 50 500' 550' 600' 50' 100, 400' 240' 55 L•WS 550' 605' 660' 55' 110' Soo, 295' 60 600' 660' 720' 60' 120, SOD, 350' 65 65W T15' 780' 65' 130' 700' 410, 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900' 540, g wa'k "a's (See Mote 7) if Corlvan+tonol Roads Only — I ** Toper Isng" have been rounded off. L•Lengrh of TOW (FT) WWidth of Offset(FT) S-Poeted Speed(MPH) nc I =:� I �iJ GENERAL NOTES ._ YI ;, DI I. Flogs attached to signs Mora showy are REQUIRED. 2. AI I traffic ooMrol dwiwe I I lusfrated are REQUIRED, except those SAC I denoted with the triangle symbol may be omitted Men stated In the or iar routine work, by frrom pl �s 3. Stoolpi ledlens, material should be placed WI in nn of 3300 fasst TYPICAL USAGE 1108ILE SNORT SFIORT Tt3b4 INTERIED[ATE LONG 7EPM DURATION STATIONARY TERM STATIONARY STATIOIUPT dearest traveled oar. 4. sh dove VMlole with TWA and high Intensity rotating, flashing, (See notes 4 e 5 mall lating or strobe I lghte. A Shadow Vehicle with a TVA should be i used al0rtlse it ono be pwltloned 30 to 100 feet in odvanoe of tot area of area oposre wI+hout adversely affecting the Par, or We no ent of +he work. Ithe I ood or worrwanow ttrr� lc oom+role �eholnn In k0oondifl require J plaae, Type 3 Swrioodes or ~ chan el lzig devices nay be ♦ I subetitutea for the Shodor Vehicle and TIN. \ Additional Shadow Vehioles with Time may be pwltlonsd off the paved eurfo e, next to those shown In order to protect a wider work spew. I 6. See TCP(5-1) for Moulder work M divided highways, expressways 0-4 I " o freeways. ° 7. Inactive work vehicles or other equipment Mould be parked near the right -of -ray line and not parked an the paved Moulder. S. CW21-5 '54DU OER WORK• signs say be used In platy of CV21-ID n ( 'ROW WORK AIIEAg' atom for shoulder work on conventional roadways. 7 p i For oonsirvation or -In+-- contract vork, specific R project raQuiraronte for ehador vehicles can be found I in the project GENERAL NOTES for Itep 502, END I ROAD Barricades, Signs and Traffic Mandl Irg. ROAD WORK Q WORK I G20-2 I AHEAD Texas DWM1t W of TronspDrWon 48' X 24' Trdfk Operdla>a DWa1m (See note 2)♦ CW20-10 ,F;.0- TRAFFIC CONTROL PLAN S°e no" 1) CONVENTIONAL ROAD SHOULDER WORK TCP (2-1c) TCP(2-1)-12 WORK VEHICLES ON SHOULDER Conventional Roads e15 r1t 1.97 aO'"n 4-90 n so o 02 ROAD P WORK • CW20-ID AHEAD (u1 48• x 48• 1 (Flag! - See note II e� S n i h Shodbe yehtole with gh 'g Nj ripening. o peat rob* r strobe lights. # _ ISee notes 1 L 4)— .JJJ§ wo PovMeent 110rkings—G 0 EKD ROAD WORK G20-2 ,e• x 24• � •T1, I .rt. /� I /� TCP (2-5a) ONE LANE CLOSED X 24• CW20-STR 46' X 48• CW16.3rP 30' x 12• NORK \HEAD CO20-iD 4e• x 4e• (Flope- See note 1, CW20-ID 4e• x 48• IFlogs- See note t) 48• x 48• CWt6-30P 30- x 12• CWI-WT 36• X 36• CWl-411 40. x 4a• CW13-tP X X 24• x 24• Shadow vehicle wlth� T4A and hioonn IMertsity r-to" H iioming, oetl l Noting or etrabe I torts. (See rotes 3 e 4) TCP t2-5b) TWO LANES CLOSED -�- LEGEND Type 3 Borrloode • • Chonnelizing Devices INovy Mork Yahiele ® Truck IAonted Attenuotor (TW) jtir0tler Ilotxtted F loaning Arrow Boors (IJ Portable Chor10eab1a 4assoge Sign (PCISf d. Sign Traffic Flaw Flog Flapper pos,ea SosW * Freida wue Deelrabl♦ Toper Lngll if * Suppestod M.11nu Spoelnc of igvrpel is Ing Devices 4lniwu Sir 3Oo.%:`pg Dlslorce u.Di Mirol euffr sp000 re• 10' fOff.0 11' 1 OffwToper an p One T 30 35 40 z Lw� 60 150' 165' I80' 30' 60' 120, 90, 205, 225, 245, 35, 70, 160, 120' 6 295' 320' 40' 80' 240' 155' 4 50 55 60 65 70 75 L-WS 450' 495' 540' 45, 90' 320' 195' 500, SSO' 60O' S0' 100, 400' 240' 550' 6OS' 660' SS' 110, 500, 295, 600' 660' 720' 1 120, 600, 350, 650' 715' 780' 65' 130, 700' 410, 700' 770' 840' 70' 140' BOOR 475' 1 750'1 8 5' 900' 75' ISO, 900' 540' % Conventional Road{ Only **Taper lengths hove bo*n rorx*d off. Ldength of Toper(FT) *-Width of Off"t(FT) S•Posted Soeed CWN) TYPICAL USAGE MWILE Sf10111 I %mf TERM imirum 1A7[ LONG 7[Ned WRATION STATIOI4RT U. STATIONARY STATI= GENERAL NOTES t, dogs off crlsd to sign .tune enowh, are tE Control ore iEOUTRCD, eztept RmI 2. All tfd oVv a lbol Waytwd OerlofW wttn the trtugle iyecol elaY ix awiMW wnn efoted eleNlre In WITI l"M to plo s, r for routine walntenor1ee work, wnn aporowa by the Englnr. 3. A Shodow Vehicle with a T4A slv uld Oe uses anytiM It Can be positioned 30 to 100 feet In o0vrlae of the orwo of rew soosure ` .Ithoum advrMly ollecting TM perforwaov or Wolity of the work. If wprkrs ore no ImW pr*w* but road or work conleltion rewln the traffic control to resoln In plop. Type 3 Brrlcodes or paler /\) nparlelt:ing dwioes wleY p eupatltutuea rr itle Sn00oe nlliclw and Ito. CIt1-60T 4. Addltlanal Sunda. Ven(CIn with TMAs Roy be p0sittoled in lain 36• X 36• closed Idle, On le *=Idsr r off the paved Urfa^ next t0 "to" anon I11 n rO1r to rom al a wider work 4DON. 5. IN (IMM 000 tqW is optional. ■tan used, it Should be 100 feet OWMInohly W Ian, with dit"l izing deVites dosed at 20 fqt. TCP t2-5o) 6. If this TCP is used for a Neff Nov Closure. CRO-STL •LEFT LANE CLOSED• sign Nall to used old ciu lixing Mfi icwe smiI be plooed on le CW1-4L oentariln to or~ the rk wos000w fma opposing traffic, with Ins 4e• % 49• orrnw bard olopd in to Closed Jule near tM and of rile arging tour. CTN13-IP 24• x 24• TCP t2-5b) T. Conflicting payssent eorklnpn moll be r4m7nd for lorWtary projects. > Texas DgoWIMON of Tranlsparf~ tM2o-aTR r arrta *Wdk to aw4at 46' x 48• For construction or laaln*«,ona. TRAFFIC CONTROL PLAN CW16-3W 30• x Ir contractIfic 11Ofk wpectrle LONG TERM LANE CLOSURES nt* fot reguireexmts 1r ShOdow vN1161ee co, a found in MULTILANE CONVENTIONAL RDS rile P oleot `oNEAAL r r Ire Itwe so:., NOTES f TCP (2-5) -12 ad" ;Code 0. Signs CW20-1D 48• X 48 Ono Trnq, io TppOT 01te0ar 19a3 aloe anon airs ox ire, Oew A nor. Midge - e-IS 2-Ii >M Set gate II e 08£ 25 (See notes 6 6 7) ( 4 gfi �sw g 7 _fi 9 k END Q ( Q � ROAD WORK $ 48- 48 x % 24• c: s qmq n £ N s �g s (See naiad 6 6 » Pavement Aorklno m ISee note 5> m Q EXIT '� RIGHT J CLOSED 48'1X 42' CW20.5TR 48" % 48' RIGHT - CLOSED i CW20-5TR 48" % 48, Q Q 8 cwtMILEP 30" % 12. ROAD WORK 1 MILE CW20-iF 48' % AS. IFiogs- TCP (2-6c) See note 1) ONE LANE CLOSURE XX 24' EXIT OPEN ES-1 48" % 42" END ROAD WORK G20.2 48' It 24• E $ K ;W - Marking (Sae rate 5) yyr8 �3 r 3I I Q MR m LEGEND Type 3 Barricade IN • Chornelizing Devices Meovy Work Vanicle GM AT' uck Mounted tenuotor (TMAI Troller Mounted Fleshing Arrow Board M PortdOIs Chongeoble Meseooe Sign tPCMSI .4 Sign Traffic Flow A Flog lJ Fl agger PoSo.. * Faraulo n nunr O1sIrWIe Toper Lenpihs Mif Suggested Noximum spacing of Cnansiizing as vlcas Minimum Si S Sign .%. Otsta ce Suggested Longitullhoi Buffer Space .8. 10' Ott 11r Ortsa 4' if On o Taper Ono Tangent 30 35 40 2 L• w5 60 150' 165' 1So' 30' 60' 120' 90' 205' 225' 245' 35' 70, 160' 120' 265' 295' 320' 40' so, 240' 155• 45 50 55 L•INS 450' 495' 540' 45' 90' 320' 195' 500' 550' 600" S0' 100, 400, 240' 550' 605' 660, 55' t10' Soo' 295' 60 65 70 600' 660' 720. 60, 120' 600' 350' 650' 715' 780, 65, 130' 700, 410' 700' 770' $40' 70' 140' 800' 475' 75 1 750' 8 5' 900' 75' 150' 900 540' * Conventional Roods Only if9f Toper lengths have been founded Off. L-Length of Toper(FT) WW)dth of Offset(FT) S•Posted Soeetl IMPH) TYPICAL USAGE MOBILE SIKKiT WRATION SIWRT TERM 1NTE 71A7E STATIONARY TERM STATIONARY LONG TERM STA710NARY Flogs attached to signs Where shoed, are REWIRED. '1. F 2. At traffic control devices tl iusiroted ore REWIRED, except those derated with the triangle S)N"I nay be omitted When stated elsewhere to &£ the plane, or for routine maintenance Work, anon approved by the Engineer. 3. Chohwtllztnrp devices used to close Idea say be supplemented With the Chevron Al lgreent Sign planed an every other channel izing device. Chevrons may be attoohed to plastic drums as per BC StondarM 4. Chawellzing devices used along the work apace or along tongent sections may be suppiemente0 with vertical oasis (VPI placed on everyoter channel lung dev law. if night time eanditians make it difficult to see at least two VPe, the VPs may be placed an each dhonhelizirg device. S. The plocement of poveemnt markings may be omitted an Irrtermedl ote-term atatloacry Work Zees With the op WOI of the EngNWer. USE 6. Shaacw Vehicle with TAW and high intensity rotating, flashing,owillating RAMP or strobe lights. Shadow Vehicle with TI,M and high intensity rotating, NEXT CLOSED <1 flashing, oscillating or strobe Ilona A Shadow Vehicle With a Fish be it 30 to 100 feet to RAMP eauld used anytime am be positioned odvace of the or" of crew exposure without adversely affecting the performance Fit I-2bT 48" % 30' ar duality of the Wank. It workers we no longer present but road or work CW25-1T 483 48"A tandi dons require to traffic control to remain in place. Type 3 X Barricades or other aho"Itzing devices may be substituted for the Shadow Vehicle and TMA. 7. Additlonal Shadow Vehicles With TMAs may be ooslttaed In each 10'Mim closed lam, W the shoulder or off the paved surface, next to those chaIn order to protect a wider k space. nt Wo Channel izinq ■ Devieea of 20' epoeinp For construction or maintenance contract work, apacific project■ faautreslenta for shadow vehicles can be found in the oroiect GENERAL ■ See iCP (2-SDI for lone closure NOTES far Item 502, 8arricodes, Signs and Traffic Mangling. Pavement MarkupClOeure de+0i 19 i1 a lane la neetletl TOM DAWrtmW or TranaporrW101) <See no+ea 5) • $ ' close o lane which is normally rerluired to enter 7rdtk OAerafaxt OMvlakn }he f00 . TRAFFIC CONTROL PLAN see TCP 12-6o) LANE CLOSURES ON for n - e9n s for dare IT See TCP(2-60) for for advance RAMP C105E0 DIVIDED HIGHWAYS warning signs for lone ciosure AHEAD TCP (2 - 6) - 1 2 TCP (2-6b) TCP (2-6c) 4e?OZP4e° Tx007 Oeamasr 1963 _ _ -ra•rxwr LANE CLOSURE NEAR EXIT RAMPS LANE CLOSURE NEAR ENTRANCE RAMPS en 2-12rr Bran t-9 4-98 am Yc oue mxr vexr "a. I S-gig ROAD ( I t WORK T Y�g AHEAD CM20-14 48' X 48' _ (� �8b I I Shad— Vehicle IMw s .a Lw TW and high 1Mesity, rotat Ina, flashing, —11 toting or strobe lights. s�. LEA I I g� SHOULDER '*' m = Ce21-50L I I :p 48" X 46' � I i � I i - � I I I I I I Shadow Vehicle with and high TMA and ty, e o rotI nQ Mies florhing, JRf' � c ott ati stro toting or strobe Ilghte. s m I Q $ I I QIQ � TCP (5-io) W W G� WORK AREA ON SHOULDER C1116X 12 30' X 12' CIY21-50L 48" X 48' Cs21-5dt 48' X 46" V I -2 T X 24' CV120-10 48. X 48' I END i ROAD WORK I FFA— r low Vehiols wit and high 1Meslty, king, flashing, Hot or 4» lights. I m I I � — I $HOULDER I i crtl-5cR I 48' X 48" LEGEND Type 3 Barr bade ■ ■ Chanelizin0 Devloes Heavy Work Vehicle ® ruck Moulted ®Trailer Mounted FlaMing Arrow Board M Portable Changeable Masao" Sign (PCMS) i Sign Troffl0 Flaw Q Had 110 Flogger Posted SPee* Formula- M n Ina T Desirable agar L-gits if tF Suggested 1lmi ler.w Spacing of Chgjlzing Devoee Suggested Lagitudimi Buffer Space .B. 11 OH 1 e AW Tans,& 30 35 40 z L. N= 60 150' 165' 180' 30' 60' 90' 205. 225' 245' 35, 70' 120' 265' 295' 320' 40' so, 155' 45 50 55 60 L-WS 450' 495' 540' 4 90' 195, $00' 550' 600' 50' 100' 240' 550' 605' 660' 55' 110, 295' 600' 660' 720' 60' 120' 350' 65 70 650' 715' 780' 65' 130' 410' 1700'1 770 840' 70' 140' 475' 75 80 T50' 825' 900' 75' I50' 540' 800' 8 ' 4—' 80' 1 160' 615' tf Convenrtlancl Roads Only I*Taper lengths have been rounded off. .y. hd of TaperlFT) VI -Width of Offset(FT) S-Posted SPMdWH) TYPICAL USAGE MOBILE S"O^T SIIQtT TERM INTme®IATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY TCP(S-Ic) I TCP(5-Ib) TCP(S-Ib) i S OULDER CT121 -SaR GENERAL NOTES I. A Shadow Vehicle with a TMA should be used anytim It can be poslt toned 30' 40 100' In Wwace of the area of crew 48" X 48' ezpoeu ne rI+hmt advereelY effecting the performance ar prollty of the work. Type 3 barricades or Brim my be 1� subrtituted .hen wwXkere m four are ne longer present Merl ShOdor Veh I01it with CW16-30P approved by the Engineer. TMA and high Int"Ity, 30' X 12' rotating, flashing, OR 2. 26' tall or taller one-piece cones rill be allowed only far owi 1larinp or Short tkraFim or snot Ten rtatlannry operat'a' Men strobe 1Ights. —kere are preemrt to wIntZ the dwvioa Lprlo" and In proper Icootlon. IMermedlate Term etatimay work are= 3HOULOER aosEo rt should use Drums, Vertlml Pawls or 42' hl I two-pleoe Oats. For, oa or mfar oaMraot cork, epeeitlo CW21-5bR dmdoe roject llNVts for be found requirements vUse ^ I ^ 48' X 48' 5a , In the protect GENERAL H0TE5 for ttr Sot, In the NOTES Bari -des, Signs and Traffic Handling TCP (5-1b) WORK AREA ON SHOULDER WORK `/ V CM20-lD 48' X 48' Texas DVirtm tt%d Tronsp~of1 TY1efb Ltera" Awam TRAFFIC CONTROL PLAN SHOULDER WORK FOR FREEWAYS / EXPRESSWAYS TCP(5-1)-12 ITxO0T I'd—Y 2012 In— EXISTING CULVERTS UNDER RAILROAD I I I >MO STA9lRE0 CONSTRUCTION ACCESS � , @LASE 1 SYIPPP NOTES I ASTALL SILT PENCE NEAR RAILROAD CULVERTS ePHASE 1 - REMOVE ASPHALT PAVING - STA 25+00.00 TO 46+19.62 e. NSTALL STABILIZED CONSTRUCTION ENTRANCE WAR UPLAND AVENLE On NOT TO SCALE 3. NSTALL ROCK RLTER DAMS (STA 30.00 AND STA 40-00) PuneF 7Sµppp NOTES: ePHASE 2 - CONSTRUCT TEMPORARY ROADWAY - STA 00+10.99 TO 25+00.00 Z. NSTALL SLAT BAGS AT DR WLON)� H STREET INTERSECTIONNOT TO SCALE J PHASE 3 - REMOVE ASPHALT PAVING (NORTH HALF) - STA 00+%99 TO 25+00.00 PYFPP b%A3!IRFSNSTAI_LED IN PREVIOUS PHASE I SANDS— AT DRIVEWAYS SOUTH OF SOTH STREET OTJ NOT TO SCALE 2. SILT PENCE NEAR URAN MTH STREET INTERSECTION LESM 1. RLE XORCE dF RlNENr Moat PIrX TCm MSR. b XOVRS K[EP SWPS 4FIWMEt IN PUCE AS LCNO AS PR4CTIC4. = - EXISTING CONCRETE PAVING - EdEN1 PPE-IXTXro dPECRM OF PUNCFF O0. OR To DrsNPB ME DF ]RE u4nl 9I2 IS STAduim. ®- USTNG ASMALT PAVING O n ]. <ONSTRIRCI STMUim ACCESS ORN6 FM SIfE ACC6a 4NAIU4 9RE P JYL RP)Y4U4 ]-t/]' CWBC a NNUST SPPJ NdSURCS AT CONRACr0R5 CBCRCiWN W dSURE OPIIWN PROIECSDP AOAIRKr PgLtRAM NNR SIWE l DEMO ASPHALT&VNCRETE PAVNG ,WAR AYe' IA d M tEi IN o SPucOrtHr. ® _mAnluuo Aacss �A r . rnrcP A WHMD4 trp8 SIRORDIII OF ]TD PSi OLY A51M D-AATI, S. wHd SPE 0 3rMWO, (SEE LM'DSCWE MCHIRCrS - PROPOSED ASPHALT PAVNG PESISINII N CXEMC43. MILDEW. AND POT. ). OR —N CD4RMCNPS PpPGMMMIp FM AAAAAO -SILT FEXCNC O. 060PD dAT 9WP MDLSUR6 ADMCNT >b PdD4AY rWMC 00 NDi PPod! A DT1R10 XA]MD, pRSTALL LIASIIRf3 X1ENURCE a 9WPJ uFASWRd APE TDRMw1m. CONRVCIM SHOIPD FAD A XbnC[ a 1DRMIHMION M.0.r.) rMP MtM 2DD (P M.0.1. 6 REWWED} ®- pgpPN.EO TEMPORARY ASPHALT PAVING APPPOPPNTE FM 1RAiF1t SAFflY N RARE EYTM A YdICLE W.T LE\VE TIE RNAWAY. O _ PROPOSED CONCRETE PAVING 52 I" REET PAVING (I SWP3 SHEET 1 OF 3 073 .—.�-� �•^--•---'•. i.'•^,,,I +^..-.-..� ,�-.,.--.,. t-.--�.� r.�'.,� .-----"-.. r-�...,. ,,.'•.-^ "-^'�^'1 ,"'�''""., �--.�"'� ^"'mot „�,.�'-•� �"""•"z .'"""-"� !"-.."� <1. S ND13" A NDRI I PO N PRFNO I< 50TH S I. SANDBAGS N DRIVEWAYS SWTH OF 5OTI STREET 2. SILT FENCE NEAR UPLANDPaOTH STREET INTERSEC TON ePHASE 4 - REMOVE BASE COURSE (NORTH HALF) - STA 00+10.99 TO 25+00.00 a. SANDBAGS AT DRIVEWAYS NORTH DP BOTH STREET mA NOT TO SCALE BIL R CZnLRFS DAMS I T INPPFNOINj ST-6 I. SILT FENCE DAMS (STA TS UNDER STA OAD TRACKS R e PHASE 5 - INSTALL WATERLINE - STA 00+10.99 TO 51+67.00 E. GILT FENCE NEAR CULVERTS UNDER RAILROAD STREET S. SANDBAGS AT AJDRIVEWAYS SOUTH OF E T INTERSECTION STREET NOT TO SCALE A. SILT FENCE NEAR UPLAYS NORTH STREET ET 5, SANDBAGS AT DRIVEWAYS NORTH OF SOTN STREET M., I. SANDBAGS ATDRIVEWAYS SOUTH OF BOTH STREET N 2. SILT FENCE NEAR UPLAND TH STREET RiTERSECTON ePHASE 6 - CONSTRUCT ASPHALT PAVING (NORTH HALF) - STA 00+10.99 TO 25+00.00 S. SANDBAGS AT DRIVEWAYS NORTH OF 50TH STREET >A NOT TO SCALE s STREET i CfEI& PAVING SWPs NDI6. FNF MOOCE W NIFNf (N.a.) wRN 1Cm YRl 'MI MON6 vNron �. N[Ev Alva MFA.91HIF5 iM PUCF AS UMW AS PR.p11UL ' EASTNG CONCRETE PAVING OF MAMFT 8 x.K ro omuAnusE a sRL uR4 snc Is mNAuzm. ® E%ISTNG ASPHALT PAVING O _ pWt TLRR Wu a 11 SWP3 x. pONRRUOi Slbluzm /ACm3 ORNE m SOE AOOCbA. EQC 3p4 x » -- z-I/z' 0—p+tu[ > N)Axp mF3 tWAmAI[S m NNM/QOP'S pSCR[xON ro OFlANu MJl[Cipx AONNAf POLWtNif Axp 9muDlt ®- CEMO ASPHPLTYCONCJ ETE PAVNG SHEET 2 OF 3 1omearE PUCm W A e• THKN _ . OR — APPorovm oaRI�AEwExr. Qr-mAnvzco Acrms ^rAeAlurwM wenroa uMomur w H eempA�e 1A wMxa MMAAAI GMB mRporx OP RO PA Pm Amu D-ANV. b. m1EN SIR 16 •SfMLYfW (IEE II)USVPE AROHR[pi'S - PRWDSED ASPHALT PAVNG 5x MUWp REAm/M ro CNFMCUA. uxpEW. HND ROT. IAAnS). OR MH:N COxPNRM'9 AEfPOx9MN.rtu9 RMI uRNRNiMtE A 4WT3 w�A5UNf4 ME 1pYRpiW. fgllluClpA ®- rnOPo5E0 TEMPORARY ASPHALT PAVING •..•..O -S4T ffNtul6 D A iMi SW uFANUR6 AD.uONM ro PYDNAY rRNNp W NOt vRRENt A OMINNO NYINRO, INGTNL KAAME4 SMND NAC A MOIRE OI TCRMPNTgN DI.0.T.) IONu WM ttLp iu MO.i. B RFOVYEOF PROPOSED CONCRETE PAVING O -SNlOOW SLOIMDYI YPAP � r 6'. 0 ! MRNPRNR FOR }PMmp 6uETr M THE EVOR A VpICLE M\v M 0.0.D'AAY. m a J + = N V aQ N I. $AWSAGS AT DRIVEWAYS SOUTH OF 5OT4 STREET ePHASE 7 - REMOVE ASPHALT PAVING. BASE COURSE, TEMPORARY PAVING (SOUTH HALF) - STA 00+10.99 TO 25+00.00 2. SLT FENCE NEAR UPLANDi500TH STREET INTERSECTION Om NOT TO SCALE 3. SANDBAGS AT DRIVEWAYS NORTH OF 50TH STREET ZO J ++ U �`E Qa En F1. SA Ee AV A INDRIVEWA N YH OF WTH S a SANDBAG$ 4r DRIVEWAYS SOUTH OF E T INTERSECTION STREET 2. SILT FENCE NEAR EWAND/SORT STREET HSIRE ePHASES -CONSTRUCT ASPHALT PAVING (SOUTH HALF) -STA 00+10.99 TO 25+00.00 5, SANDBAGS AT omvewArs NORTH OF SOTH sHREET cm NOT TO SCALE I.. INSTALL P1I S TLL SANDBAGS NEAR ASLWAVkEEISOTH STREET NTERSECTiOtl e PHASE 9 - CONSTRUCT ASPHALT PAVING - STA 25+00.00 TO 52+76.93 $WPPR x�K M Es OMS (ST 3 -00 PHAGcs I. ROCK FENCER OARS ULVE TS UN AND STA RAILROAD TRACKS Om NOT i0 SCALE 2. GILT FENCE NEAR CULVERTS UNDER R4LROAD TRACKS STREET LESiE� PAVING I a.P. Ne3oc _ _ RLE xpRCE OF AiffM M.O.I.J M1rX TCEO WA N NgMS A KEEP SNPJ MEASURES IN PUCE AS IAHO AS PRaCIICAL • EXISTING CONCRETE PAVING � - c[HEIGL ORE-dmlxo gREClIDX a RUNpFF iii IMPR PIaM m ORNMwCE 01' SRE UKM 9RO IV StI$ui®. ®- EZISTNG ASPHALT PAVING O - RCd FAi[R 0.41 SWP3 R. <AxsJmwT mAauzEo AaR.ss ORXE FAR SIN AaEsl, 4a1NU11 9pC b'X a b'l. tlaXIXUX J-t/3' CCMSE a Aannr SRPJ RuwRn AT coXmAcro3s a3. - To d3URC AatINUX aROICCiIOX AONMi PoLLUpM AND 961NDIf ®- OEMO ASPHPLTYCDNCRETE PAWNS SHEET 3 OF 4 aWREWIE PUCED MI A A- RIKK UYFA . OR OTHER APPRMO ^rmw unxoo. ulaEmAr ram AEoromu EABIaA rwmro OK^VCEXEM. - PROPOSED ASPHALT PAVAIG ®-StA3p.t3L ACCESS ER4J STMDlOTx OF zm PR Rd ASIX D-aEiJ, RESNtAM 1O CXEKCALS, YIIOEA'. AVC pot. vMd SrtE �S ^fiAdL6kD- D. UxO -1 MCxIRCTS . CR MJCN CWIMAETtM'3 KLroNSIBIURES Fq1 • �����OM -SILL FExL1XO O J. fX9URC Rui 3RF XGSNNS APIAL'DIi TO ROFAvtt ANRC W NOt PRESCXL A ORI NO K1JMD. MSfN1 KAStM[9 W»i IENRICE OP swJ 4FA9�ME3 ARF TkRYRN1EO. CONmKiOR AUWM1O nlE A xNiCL M iERYManW N—. �X Rlrx 220 ®- RiOFOSED TENPoRMY p$PIIALT PAVING —� O-SAxwT✓ftaO SEOIMDIf AM 075 wPRCPRAX fCR iRARY SARI' M 1HE Chl(! A KXICLE WT LGVf THE 0.ONWAY. DF MO.i. 5 REglRED). — - RiCPoSED CONCRETE PAVING _ y C ------ 1-7 j —• ---^, ter.-.. RUNOFF W/ SEDIMENT RTERED RUNOFF33 — -'" CONSTRUCTION SITE SECTION NEW SANDBAG ` � COARSE SAND �ry1� �iy�s . '. .. l T EN6NG .,° .. DIRECT RUNOFF TO �`.-jC \�v E%SV� �WN6 GILT FENCE / aTPMM RECOMNENOED SANDBAG SIZE 16 TOI LENGTH 44 IS TO N. TO S N. THICK LONREE AGCREDME A4 SPECR RECOMIENDED SANDBAG MATLa POLYPROMENE OR POLYAMDE WOMEN FABRIC; M. UHT W£HHT 4 OZ, PER SY.; MULLEN BURST SANDBAG BERM DETAit O GEOIE%11LE FASRIC Aa SPECIRN 10 PRmNT IHRRMI%ING OF ncrnEatE AND S-DE. O STABILIZED ACCESS POINT STRENGTH > 300 P94 UVS > ]O%. N, T.S. PROVIDE 3I4" WASHED GRAVEL BAC FLL N TRENCH AND ON BOTH SIDES OF FILTER FENCE FABRIC ON THE SURFACE. FILTER FABRIC • W WOE 2120' 14 GA. MIRE USE STAPLES OR W RE RINGS % FABRIC OR EOUNALENT TO ATTACH TO WRE FABRIC7F / +I ROW v, + STEEL FENCE POST—,./ SURY BOTTOM OF FILTER OR Y'%4" WOOD POST NATERML N $'Ie TRENCH SILT FENCE DETAIL - NEW AND REPAIR Q N.T.S. .\y -a. n lariR w aC01N0NT TR+R .. wn ..4W ...,, MN'' *W= a'RR NCna •"� :'.: ;.• aa.. a. wurem enn.. eri «rw...w n.«. rinr 4., wl. ea ron er !AOE.laS e. n�rn ao.e Nw�a «.w.wse a nn.n n . mro..�. In aww. riR�nv -wa ro u«�r m ror w.-veo, ns .n '�0 �•.��n... F4R ! u......................uua Wlal,lKi N. w wi«�I«. wn..,......R«.n«. roar � «r «,.nr�w m ryu_fx157..44a.".R STREET PAVING SWP3 DETAILS 076