Loading...
HomeMy WebLinkAboutResolution - 2023-R0357 - Contract 17343, Lone Star Dirt And Paving Ltd - 07/25/2023Resolution No. 2023-R0357 Item No. 5.11 July 25, 2023 RESOLUTYON BE IT RESOLVED BY THE CITY COUNCTL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Public Works Contract No. 17343 for improvements on 34�" Street back-of-curb from Slide Road to Quaker Avenue and Quaker Avenue to I-27 as per RFP 23-17343-TF, by and between the City of Lubbock and Lone Star Dirt & Paving, Ltd of Lubbock, TX, 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 _ July 25, 2023 TRAY PAYNJ�; MAYOR AT"I' � ST: Cou ey Paz, City Se ary APl'ROVED AS TO CONTL'NT: �, ► Erik Rejino, Assistant City Manager APPROVED AS TO PORM: . elli Leisure, Senior Assistant City Attorney ccdocslRES.Public Works Contract 17343 34'h slide-quaker ave q-I-27 7.6.23 C�at� �a��- � PROPOSAL SUBMITTAL FORM �� iINIT PRICE PROPOSAL CONTRACT ��� DAT'E: _ ___�� � 3 ����� �� PROJECT NUMBER RFP 23-17343-TF 34t6 Street Back-of-Curb from Slide to Quaker and Avenue Q to I-27 Proposal of � Q� �� �����.� ^n (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 construction of the referenced proj ect, having carefully examined the plans, specifications, instructions to oi�erors, notice to offerors and all other related contract documents and the site of the intended work, and being familiar with a11 of ti�e conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Cantractors proposed CONSTRUCTION TIlVIE for completion: TOTAL CONSECUTIVE CALENDAR DAYS: ���c� , (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: ,..�� D�"�� __(to Final Completion) (not to exceed 370 consecutive calendar days to Substantial Comaletion / 400 consecutive calendar days to Final Comaledon). Offeror hereby agrees to commence the work on the above proj ect on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 370 Consecutive Calendar Days with final completion within 400 Consecutive Calendar Days as stipulated in the specification and other contract documents. Oi%ror hereby further agrees to pay to Owner as liquidated damages in the sum of $1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $1,000 for each consecurive calendar day afier final complet3on set forth herein above for completion of tlus project, all as more fully set forth in the General Conditions of the Agreement. These liquidated damages are in addition to those associated with the individual Milestone requirements sripulated in the Plans. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that tlus proposal shall be good for a period of siz 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. 5/22/'23 l:34 AM City of Lubbock, TX Public Works RFP 23-17343-TF 34th Street Back-of-Curb from Slide to Quaker and Avenue Q to I-27 Lone Star Dirt & Paving, Ltd. of Lubbock, TX # Items Base Bid #1-1 Prepare ROW #1-2 Remove Concrete (Pavement) #1-3 Remove Concrete (Driveway/Parking Lot) #1-4 Remove Concrete (Foundation) #1-5 Remove Concrete (Sidewalk) #1-6 Remove Concrete (Curb & Gutter) #1-7 Remove Concrete (Median) #1-8 Remove Asphalt (Pavement) # 1-9 Remove Asphalt (Driveway/Parking Lot) #1-10 Excavation # 1-11 Embankment #1-12 Sodding for Erosion Control #1-13 Seeding for Erosion Control #1-14 Irrigation System #1-15 Flexible Pavement Stnzcture Repair (Roadway) # 1-16 Concrete Pavement #1-17 Concrete Curb (Drainage Flume) # 1-18 Curb Inlet (TY C) #1-19 Curb Inlet Extension #1-20 Grate and Frame (Sidewalk Trench Grate) #1-21 Adjusting Manholes #1-22 Adjusting Valves # 1-23 Remove Structure (Curb Inlet) #1-24 Mobilization #1-25 Barricades, Signs, and Traffic Handling #1-26 Portable Changeable Message Board (PCMB) #1-27 Environmental Controls # 1-28 Portable Water Barricades (Furnish) # 1-29 Portable Water Barricades (Place and Remove) #1-30 Colored Textured Concrete Pavers # 1-31 Concrete Curb And Gutter #1-32 Concrete Curb And Gutter (Sawtooth) #1-33 Concrete Curb And Gutter (Mountable) # 1-34 Alley and Driveway Returns #1-35 Concrete Sidewalk (4")(Reinforced) #1-36 Concrete Sidewalk (5") #1-37 Concrete Sidewalk (6")(Reinforced) #1-38 Concrete Sidewalk Curb #1-39 Accessible Curb Ramp (Ty I) #1-40 Accessible Curb Ramp (Ty II) TXDoT QTY U� Item No. +/- 100 104 104 104 104 104 104 105 105 110 132 162 164 170 351 360 529 465 465 471 479 479 496 500 502 502 506 512 512 528 529 529 529 530 531 531 531 531 531 531 80.5 327 6567 1 9459 10397 142 5147 1262 560 10 610 980 720 1595 3860 96 5 5 88 15 8 5 1 12 2 12 5200 14140 4043 9098 68 171 6927 228 11581 995 2765 49 3 sta $ sy sy each sy lf sy sy sy cy cy sy sy lf sy sy sy each each If each each each ls mo each mo lf lf sy lf lf lf sy sy sy sy lf each each Unit Price 1,500.00 50.00 25.00 10,000.00 20.00 25.00 75.00 25.00 50.00 100.00 200.00 15.00 6.50 12.30 125.00 125.00 125.00 7,500.00 5,000.00 290.00 2,800.00 1,800.00 3,500.00 375,000.00 9,000.00 25,000.00 2,500.00 7.00 5.00 127.80 36.00 150.00 36.00 80.00 83.00 92.00 90.00 28.00 1,800.00 1,800.00 Extended Cost 120,750.00 16,350.00 164,175.00 10,000.00 189,180.00 259,925.00 10,650.00 128,675.00 63,100.00 56,000.00 2,000.00 9,150.00 6,370.00 8,856.00 199,375.00 482,500.00 12,000.00 37,500.00 25,000.00 25,520.00 42,000.00 14,400.00 17,500.00 375,000.00 108,000.00 50,000.00 30,000.00 36,400.00 70,700.00 516,695.40 327,528.00 10,200.00 6,156.00 554,160.00 18,924.00 1,065,452.00 89,550.00 77,420.00 88,200.00 5,400.00 City of Lubbock, TX Public Works RFP 23-17343-TF 34th Street Back-of-Curb from Slide to Quaker and Avenue Q to I-27 TI�IDoT QTY Unit Extended # Items Item No. +/- U� Price Cost #1-41 Accessible Curb Ramp (Ty III) 531 14 each 1,500.00 21,000.00 #1-42 Accessible Curb Ramp (Special) 531 5 each 2,500.00 12,500.00 #1-43 Concrete Median 536 186 sy 95.00 17,670.00 #1-44 Chain Link Fence (Remove) 550 606 lf 25.00 15,150.00 #1-45 Roadway Illumination Assemblies (Remove) 610 43 each 1,100.00 47,300.00 #1-46 Roadway Illumination Assemblies (Install) 610 74 each 11,000.00 814,000.00 #1-47 Conduit (PVC) (2") 618 15068 lf 13.50 203,418.00 # 1-48 Electrical Conductor (No. 6) (Bare) 620 15068 lf 2.00 30,136.00 #1-49 Electrical Conductor (No. 6) (Insulated) 620 30136 lf 2.00 60,272.00 #1-50 Ground Boxex (TY A) 624 54 each 825.00 44,550.00 # 1-51 Ground Boxex (TY C) 624 3 each 990.00 2,970.00 #1-52 Electrical Service (Ty A) (240/480) 628 2 each 7,150.00 14,300.00 #1-53 Small Sign Assembly (Remove) 644 56 each 200.00 11,200.00 #1-54 Small Sign Assembly (Install) 644 90 each 850.00 76,500.00 #1-55 Work Zone Pavement Markings (Temporary) 662 8245 lf 3.60 29,682.00 #1-56 Permanent Pavement Markings (4") (White) (Broken) 666 1210 lf 3.60 4,356.00 #1-57 Permanent Pavement Markings (8") (White) (Solid) 666 645 lf 7.20 4,644.00 #1-58 Permanent Pavement Markings (24") (White) (Solid) 666 385 lf 24.00 9,240.00 #1-59 (Broken) 666 375 lf 3.60 1,350.00 #1-60 Permanent Pavement Markings (4") (Yellow) (Solid) 666 1500 lf 3.60 5,400.00 #1-61 (Yellow) 666 950 lf 6.00 5,700.00 #1-62 Prefabricated Pavement Markings (Arrow) 668 6 each 480.00 2,880.00 #1-63 Permanent Pavement Markings (Raised) (Ty I-C) 672 33 each 18.00 594.00 #1-64 Permanent Pavement Markings (Raised) (Ty II-A-A) 672 150 each 18.00 2,700.00 #1-65 Eliminate Existing Pavement Markings 677 500 lf 7.20 3,600.00 #1-66 Pipe Fence (Removal) 772 14 lf 300.00 4,200.00 #1-67 ITS Ground Box TY 1 6186 23 each 6,600.00 151,800.00 #1-68 Citibus Structure (Removal and Stockpile) NIA 3 each 10,000.00 30,000.00 #1-69 Citibus Structure (Install) NIA 3 each 15,000.00 45,000.00 #1-70 Gas Meter Removal & Relocation NIA 2 each 15,000.00 30,000.00 #1-71 Flexible Pavement Structure Repair (Parking Lot) NIA 100 sy 200.00 20,000.00 Additive Alternate -1 Full width concrete approaches at 29th Drive intersection (Rigid Pavement Section) #2-1 price 105 1990 sy 25.00 49,750.00 #2-2 Concrete Pavement Must match Item 16 unit price 360 1990 sy 125.00 248,750.00 #2-3 Additive Alternate Mobilization 500 1 ls 15,000.00 15,000.00 Permanent Pavement Markings (4") (White) (Broken) #2-4 Must match Item 56 unit price Permanent Pavement Markings (8") (White) (Solid) #2-5 Must match Item 57 unit price Prefabricated Pavement Markings (Arrow) Must #2-6 match Item 62 unit price Permanent Pavement Markings (Raised) (Ty I-C) #2-7 Must match Item 63 unit price 666 140 lf 3.60 666 265 lf 7.20 668 2 each 480.00 504.00 1,908.00 960.00 672 56 each 18.00 1,008.00 Total (Items 1-1 through 2-7): $7,370,753.40 Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal b�nd from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. �122/•23 �:34 AM Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ ) or a Proposal Bond in the sum of s Dollars ($ ), w6ich 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 ezecute the necessary contract documents, insurance certificates, and the required bond (if any) with the Owner witLin 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. Pursuent to Tegas Local Goveroment Code 252.043(g), a competitive sealed proposal that has been opened may not be c6anged 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 OPENIIVG. (Seal if Offeror is a Corporation) AT"TEST: Secretary Offeror acknowledges receipt of the following addenda: Addenda No. % Date�, - 7� a 3 Addenda No. Date Addenda No. Date Addenda No. Date Date: L " . � — oZ 3 V� u rized ignature ��e-�e..�� r1e � - (Printed or Typed Name) S �_� � � �, L-�l Compan �T / 1�.�.D .� ► � Address L�l ,_ Lk City, � County � , �y�'�- - Sta� Zip Code Telephone: �_ - 7+-( S_ �� � 1 Fax: �_ - ? � � Email: � ;14 , „�.� FEDE AL TAX ID or SOCIAL SECURITY No. � s ♦ M/WBE Firm: Woman Black American Native American His anic American Asian Pacific American Other S ecif • f/22/•23 l:3� AM BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE: July 25, 2023 CITY OF LUBBOCK SPECIFICATIONS FOR 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 RFP 23-17343-TF CONTRACT 17343 PROJECT NUMBER: 92814.9240.30000 Plans & Specifications may be obtained from hlt2s://ci-lubbock-tx.bonfirehub.com/ LubCity of bock TEXAS CITY OF LUBBOCK Lubbock, Texas Page Intentionally Left Blank Addenda Page Intentionally Left Blank P11- kAl `- city of 4 Lubbock TEXAS ADDENDUM 1 BidTable Modification & Engineer's Addendum No. 1 RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 DATE ISSUED: June 7, 2023 CLOSE DATE: June 15, 2023, at 2:00 p.m. The following items take precedence over specifications for the above named Request for Proposals (RFP) Where any item called for in the RFP documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Please review, incorporate, and acknowledge the information in this addendum in your proposal. BidTable Modification 1. Please utilize the updated bidtable. The update occurred on June 6, 2023, and is located in the Forms section of the Requested Information on Bonfire. Note: Please make sure to re -download the Bid Table to ensure the most current version is being utilized. Engineer's Addendum No. 1 1. Please see Engineer's Addendum No. 1, attached. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFloreskmylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, 07eop& 94%w CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Parkhill: ADDENDUM TO: ALL PLANHOLDERS FROM: CITY OF LUBBOCK - PARKHILL NO. 001 PROJECT NAME: LUBBOCK 34 STREET ENHANCEMENTS PROJECT NO.: 01.40474.22 DATE: J U N E 6, 2023 Attention of all Prospective Proposers/Plan Holders is directed to the following modifications to the referenced Drawings and Project Manual. This Addendum becomes a part of the Contract Documents and modifies the original Contract Documents dated May 2023 as noted below: This Addendum consists of 2 pages and the attached Bid Table. I. CHANGES TO ADVERTISEMENT 1. NONE. II. CHANGES TO BID TABLE: 1. Please utilize the updated Bid Table. The update occurred on June 6, 2023, and is located in the Forms section of the Requested information on Bonfire. Note: Please make sure to re -download the Bid Table to ensure the most current version is being utilized. III. CHANGES TO DIVISION 01 — GENERAL REQUIREMENTS: 1. NONE IV. CHANGES TO DIVISIONS 02 THROUGH 40 (TECHNICAL SPECIFICATIONS): 1. NONE V. CHANGES TO DRAWINGS: 1. NONE. VI. CLARIFICATIONS: 1. What is the correct phone number for AT&T? 806.252.5973 2. Where are the details for the mountable curb? The details can be found on page 67 of the Plan Set, Typical 24" Curb and Gutter sections, see bottom left corner of the page. 3. Measurement and Payment details are included in the referenced TxDOT spec section for each pay item. Contractors are encouraged to pay special attention to the General Notes section of the plans for additional details, if any, for each item. \\Data 1 \Projects3\2022\40474.22\04_P RCM NT\02_ADDM\ADD-001.docx Parkhill.com ADDENDUM 001 Page 2 June 6, 2023 END OF ADDENDUM NO. 0001 '� HA �►� coop, 5 w ry OF % i*rrr T cry*: * LTI Q do ..................... ......J o, a �fKYLE�W.�JACKS N ......,...� c7 rr. 98310 ; ;�% 4 7t 06/06/2023 Respectfully submitted, PARKHILL Receipt of this addendum shall be acknowledged by the Bidder, below and on the bid Proposal. This entire addendum, or a copy thereof, shall be attached to the bid Proposal submitted. ACKNOWLEDGED: By: Responses Success: All data is valid! Base Bid Not Bidding NO Bid #1-1 Prepare ROW 100 80.5 sta Not Bidding NO Bid #1-2 Remove Concrete (Pavement) 104 327 sy Not Bidding NO Bid #1-3 Remove Concrete (Driveway/Parking Lot) 104 6567 Sy Not Bidding NO Bid #1-4 Remove Concrete (Foundation) 104 1 each Not Bidding NO Bid #1-5 Remove Concrete (Sidewalk) 104 9459 sY Not Bidding NO Bid #1-6 Remove Concrete (Curb & Gutter) 104 10397 If Not Bidding NO Bid #1-7 Remove Concrete (Median) 104 142 sy Not Bidding NO Bid #1-8 Remove Asphalt (Pavement) 105 5147 sY Not Bidding NO Bid #1-9 Remove Asphalt (Driveway/Parking Lot) 105 1262 Sy Not Bidding NO Bid #1-10 Excavation 110 560 cy Not Bidding NO Bid #1-11 Embankment 132 10 cy Not Bidding NO Bid #1-12 Sodding for Erosion Control 162 610 Sy Not Bidding NO Bid #1-13 Seeding for Erosion Control 164 980 Sy Not Bidding NO Bid #1-14 Irrigation System 170 720 If Not Bidding NO Bid #1-15 Flexible Pavement Structure Repair (Roadway) 351 1595 Sy Not Bidding NO Bid #1-16 Concrete Pavement 360 3860 sY Not Bidding NO Bid #1-17 Concrete Curb (Drainage Flume) 529 96 Sy Not Bidding NO Bid #1-18 Curb Inlet (TY C) 465 5 each Not Bidding NO Bid #1-19 Curb Inlet Extension 465 5 each Not Bidding NO Bid #1-20 Grate and Frame (Sidewalk Trench Grate) 471 88 If Not Bidding NO Bid #1-21 Adjusting Manholes 479 15 each Not Bidding NO Bid #1-22 Adjusting Valves 479 8 each Not Bidding NO Bid #1-23 Remove Structure (Curb Inlet) 496 5 each Not Bidding NO Bid #1-24 Mobilization 500 1 Is Not Bidding NO Bid #1-25 Barricades, Signs, and Traffic Handling 502 12 mo Not Bidding NO Bid #1-26 Portable Changeable Message Board (PCMB) 502 2 each Not Bidding NO Bid #1-27 Temporary Erosion, Sedimentation, and 506 12 mo Environmental Controls Not Bidding NO Bid #1-28 Portable Water Barricades (Furnish) 512 5200 If Not Bidding NO Bid #1-29 Portable Water Barricades (Place and Remove) 512 14140 If Not Bidding NO Bid #1-30 Colored Textured Concrete Pavers 528 4043 sY Not Bidding No Bid #1-31 Concrete Curb And Gutter 529 9098 Not Bidding No Bid #1-32 Concrete Curb And Gutter (Sawtooth) 529 68 Not Bidding No Bid #1-33 Concrete Curb And Gutter (Mountable) 529 171 Not Bidding No Bid #1-34 Alley and Driveway Returns 530 6927 Not Bidding No Bid #1-35 Concrete Sidewalk (4")(Reinforced) 531 228 Not Bidding No Bid #1-36 Concrete Sidewalk (5") 531 11581 Not Bidding No Bid #1-37 Concrete Sidewalk (6")(Reinforced) 531 995 Not Bidding No Bid #1-38 Concrete Sidewalk Curb 531 2765 Not Bidding No Bid #1-39 Accessible Curb Ramp (Ty 1) 531 49 Not Bidding No Bid #1-40 Accessible Curb Ramp (Ty 11) 531 3 Not Bidding No Bid #1-41 Accessible Curb Ramp (Ty 111) 531 14 Not Bidding No Bid #1-42 Accessible Curb Ramp (Special) 531 5 Not Bidding No Bid #1-43 Concrete Median 536 186 Not Bidding No Bid #1-44 Chain Link Fence (Remove) 550 606 Not Bidding No Bid #1-45 Roadway Illumination Assemblies (Remove) 610 43 Not Bidding No Bid #1-46 Roadway Illumination Assemblies (Install) 610 74 Not Bidding No Bid #1-47 Conduit (PVC) (2") 618 15068 Not Bidding No Bid #1-48 Electrical Conductor (No. 6) (Bare) 620 15068 Not Bidding No Bid #1-49 Electrical Conductor (NO. 6) (Insulated) 620 30136 Not Bidding No Bid #1-50 Ground Boxex (TY A) 624 54 Not Bidding No Bid #1-51 Ground Boxex (TY C) 624 3 Not Bidding No Bid #1-52 Electrical Service (Ty A) (240/480) 628 2 Not Bidding No Bid #1-53 Small Sign Assembly (Remove) 644 56 Not Bidding No Bid #1-54 Small Sign Assembly (Install) 644 90 Not Bidding No Bid #1-55 Work Zone Pavement Markings (Temporary) 662 8245 Not Bidding No Bid #1-56 Permanent Pavement Markings (4") (White) 666 1210 (Broken) Not Bidding No Bid #1-57 Permanent Pavement Markings (8") (White) (Solid) 666 645 Not Bidding No Bid #1-58 Permanent Pavement Markings (24") (White) 666 385 (Solid) Not Bidding No Bid #1-59 Permanent Pavement Markings (4") (Yellow) 666 375 (Broken) Not Bidding No Bid #1-60 Permanent Pavement Markings (4") (Yellow) 666 1500 (Solid) Not Bidding No Bid #1-61 Permanent Pavement Markings (Parking Lot) (4") 666 950 (Yellow) Not Bidding No Bid #1-62 Prefabricated Pavement Markings (Arrow) 668 6 If If If sY sy Sy Sy If each each each each Sy If each each If If If each each each each each If If If If If If If each Not Bidding No Bid #1-63 Permanent Pavement Markings (Raised) (Ty I-C) 672 33 each Not Bidding NO Bid #1-64 Permanent Pavement M4a)rkings (Raised) (Ty II -A- 672 150 each Not Bidding NO Bid #1-65 Eliminate Existing Pavement Markings 677 500 If Not Bidding NO Bid #1-66 Pipe Fence (Removal) 772 14 If Not Bidding NO Bid #1-67 ITS Ground Box TY 1 6186 23 each -, Not Bidding NO Bid #1-68 Citibus Structure (Removal and Stockpile) N/A 3 each, Not Bidding NO Bid #1-69 Citibus Structure (Install) N/A 3 each MM, Not Bidding NO Bid #1-70 Gas Meter Removal & Relocation N/A 2 each -, Not Bidding NO Bid #1-71 Flexible Pavement Structure Repair (Parking Lot) N/A 100 sy -1 Additive Alternate -1 Full width concrete approaches at 29th Drive intersection (Rigid Pavement Section) (Additional Quantity Only) Not Bidding NO Bid #2-1 Remove Asphalt (Pavement) Must match Item 8 105 1990 sy -1 unit price Not Bidding NO Bid #2-2 Concrete Pavement Must match Item 16 unit price 360 1990 sy -1 Not Bidding NO Bid #2-3 Additive Alternate Mobilization 500 1 Is -, Not Bidding NO Bid #2-4 Permanent Pavement Markings unit (White) 666 140 If -1 (Broken) Must match Item 56 unit price Not Bidding NO Bid #2-5 Permanent Pavement Markings t (White) (Solid) 666 265 If -1 Must match Item 57 unit price Not Bidding NO Bid #2-6 Prefabricated Pavement Markings (Arrow) Must 668 2 each ■ match Item 62 unit price Not Bidding NO Bid #2-7 Permanent Pavement Markings (Raised) (Ty I-C) 672 56 each Must match Item 63 unit price P11- kAl `- city of 4 Lubbock rExas ADDENDUM 2 Closing Date Extension RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 DATE ISSUED: June 15, 2023 NEW CLOSE DATE: June 22, 2023, at 3PM 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. Please review, incorporate, and acknowledge the information in this addendum in your proposal. Closing Date Extension 1. The closing date has been extended to June 22, 2023, at 3PM CST. All requests for additional information or clarification must be submitted in writing and directed to: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contracts Management Office 1314 Ave. K, Floor 9 Lubbock, Texas 79401 Questions may be faxed to (806)775-2164 or Email to TKFlores2mylubbock.us Questions are preferred to be posted on Bonfire. THANK YOU, ?eeX#P4ft" CITY OF LUBBOCK Teofilo Flores Asst. Director City of Lubbock Purchasing and Contracts Management Office It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offeror's responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the Director of Purchasing and Contract Management no later than five (5) business days prior to the close date. A review of such notifications will be made. Page Intentionally Left Blank 1. 2. 3. 4. 5 6. 7. 8. 9. 10 11 12 13 INDEX NOTICE TO OFFERORS GENERAL INSTRUCTIONS TO OFFERORS TEXAS GOVERNMENT CODE § 2269 PROPOSAL SUBMITTAL FORM — (must be submitted by published due date & time) 4-1. PROPOSAL SUBMITTAL FORM 4-2. SUBMITTAL OF DOCUMENTS 4-3. CONTRACTOR'S STATEMENT OF QUALIFICATIONS POST -CLOSING DOCUMENT REQUIREMENTS — (to be submitted no later than seven business days after the close date when proposals are due) 5-1. FINAL LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS Page Intentionally Left Blank NOTICE TO OFFERORS Pate Intentionally Left Blank City of Lubbock TEXAS RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 1. NOTICE TO OFFERORS 1.1. Offerors may submit proposals electronically by uploading required documents at the City of Lubbock's partner's website, Bonfire. This Request for Proposals is for your convenience in submitting an offer for the specified services. If submitting electronically, do not submit paper documents. If you choose to submit in hard copy, submit one original paper copy of your submittal to the office of the Director of Purchasing and Contract Management: Physical: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock 13 14 Avenue K, 9th Floor Lubbock, Texas 79401 Mailing: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 MARK ENVELOPE WITH THE SOLICITATION NUMBER, TITLE, AND DUE DATE/TIME 1.2. Proposals will be opened in the office of the Director of Purchasing and Contract Management, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401, and via teleconference as shown below at 2:00 PM on June 15, 2023, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the above referenced. 1.3. After the expiration of the time and date above first written, said sealed proposals will be opened in the office of the Director of Purchasing and Contract Management and publicly read aloud. Bids will be opened via teleconference if date/time stamped on or before the deadline stated at the office listed above. The Zoom meeting information is as follows: Website: https://zoom.us/j/9759171012?pwd=bkFtRTN1cXVISkhWdkZiMDk4MXh2dzO9 Meeting ID: 975 917 1012 Passcode: 1314 1.4. It is the sole responsibility of the offeror to ensure that his proposal is actually in the office of the Director of Purchasing and Contract Management for the City of Lubbock, before the expiration of the date above first written. Any proposal received after the date and hour specified will be rejected and returned unopened to the offeror. 1.5. Mailing of a proposal does not ensure that the proposal will be delivered on time or delivered at all. If offeror does not hand deliver proposal, we suggest that he/she use some sort of delivery service that provides a receipt. The City of Lubbock assumes no responsibility for errant delivery of proposals, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 1.6. Although offers may be submitted electronically, hard copy proposals will be accepted in person, by United States Mail, by United Parcel Service, or by private courier service. THE CITY WILL NOT ACCEPT FAX PROPOSALS. 1.7. Proposals may be withdrawn prior to the above scheduled time set for closing. Alteration made before RFP closing must be initialed by offeror guaranteeing authenticity. 1.8. Proposals are due at 2:00 PM on June 15, 2023 and should be addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, Citizens Tower, 1314 Avenue K, Floor 9, Lubbock, Texas, 79401. The City of Lubbock Council members will consider the proposals on July 11, 2023, at the Citizens Tower, 1314 Avenue K, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all proposals and waive any formalities. The successful offeror will be required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the successful offeror will be required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. Said statutory bonds shall be issued by a company carrying a current Best Rating of "A" or better. THE BONDS MUST BE IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. NO WORK ON THE CONTRACT SHOULD COMMENCE BEFORE THE BONDS ARE PROVIDED AND APPROVED. 1.9 NOTICE TO PROCEED WILL BE ISSUED 30 DAYS FOLLOWING THE AWARD OF THE CONTRACT BY THE LUBBOCK CITY COUNCIL. 1.10. Please allow time to upload required documentation. 24hrs in advance is recommended. 1.11. Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than 5% of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract and execute all necessary bonds within ten (10) business days after notice of award of the contract to the Offeror. FAILURE OF THE OFFEROR TO INCLUDE PROPOSAL SECURITY WITH THE PROPOSAL SUBMITTAL SHALL CONSTITUTE A NON -RESPONSIVE PROPOSAL AND RESULT IN DISQUALIFICATION OF THE PROPOSAL SUBMITTAL. 1.12. Copies of plans and specifications may be obtained at bidder's expense from the City of Lubbock Purchasing and Contract Management office. Plans and specifications can be viewed online and downloaded from https://ci-lbbock-tx.bonfirehub.com/portal/ at no cost. In the event of a large file size, please be patient when downloading or viewing. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 1.13. Offerors may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at hltp://pr.thereproductioncompany.com/. ONE SET OF PLANS AND SPECIFICATIONS MAY BE OBTAINED, AT THE CITY'S EXPENSE, FROM THE REPRODUCTION COMPANY WITH A $100 REFUNDABLE DEPOSIT, Phone: (806) 763-7770. Deposit Checks shall be made PAYABLE TO THE CITY OF LUBBOCK, and will be refunded if documents are returned in good condition within Six 60 days of the opening of Proposals. Additional sets of plans and specifications may be obtained at the offeror's expense. 1.14. It shall be each offeror's sole responsibility to inspect the site of the work and to inform Offeror regarding all local conditions under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and considered in the preparation of the proposal submitted. 2. PRE -PROPOSAL MEETING 2.1. For the purpose of familiarizing offerors with the requirements, answering questions, and issuing addenda as needed for the clarification of the Request for Proposals (RFP) documents, a non - mandatory pre -proposal conference will be held at 10:00AM, May 30, 2023, via teleconference. The Zoom meeting information is as follows: Website: hgps://zoom.us/j/98502452563?pwd=YWhMZUVnVVIXd1ZMaDNoU2xTMVVLdzO9 Meeting ID: 985 0245 2563 Passcode: 1314 2.2. All persons attending the meeting will be asked to identify themselves and the prospective offeror they represent. 2.3. It is the offeror's responsibility to attend the pre -proposal meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -proposal meeting to offerors who do not attend the pre -proposal meeting. Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in the contract documents on file in the office of the Purchasing and Contract Management Office of the City of Lubbock, which document is specifically referred to in this notice to offerors. Each offerors attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. 3. The City of Lubbock hereby notifies all offerors that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises will be afforded equal opportunities to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. 4. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -proposal meetings and proposal openings are available to all persons regardless of disability. If you require special assistance, please contact the Purchasing and Contract Management Office at (806) 775-2572 write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK, Marta Alvarez DIRECTOR OF PURCHASING & CONTRACT MANAGEMENT Pate Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS Page Intentionally Left Blank GENERAL INSTRUCTIONS TO OFFERORS 1. OFFEROR INQUIRIES AND CLARIFICATION OF REQUIREMENTS 1.1 It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall be the offerors responsibility to advise the Director of Purchasing and Contract Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source. Such notification must be submitted in writing and must be received by the City Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. A review of such notifications will be made. 1.2 NO OFFEROR SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS REQUEST FOR PROPOSALS (RFP) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE PROPOSAL CLOSING DATE AND ADDRESSED TO: Teofilo Flores, Asst. Director City of Lubbock Purchasing and Contract Management Office 1314 Avenue K, Floor 9, Lubbock, Texas, 79401 Fax: 806-775-2164 Email: TKFlores2mylubbock.us Website: https://ci-lbbock-tx.bonfirehub.com/portal/ 2. TIME AND ORDER FOR COMPLETION 2.1 The construction covered by the contract documents shall be substantially completed within 370 Consecutive Calendar Days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful offeror. 2.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, that the Milestone limits in the Plans are adhered to and that the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 2.3 Upon receipt of notice to proceed, and upon commencement of the work, the Contractor shall ensure daily prosecution of the work is conducted every business day until the work is completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. 3. GUARANTEES 3.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within One year from date of final acceptance of the work as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock). 3.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 3.3 The obligations contained herein apply to products and services provided by the Contractor, its sub- contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 3.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 4. BASIS OF PROPOSALS AND SELECTION CRITERIA 4.1 The City uses the Competitive Sealed Proposals procurement method as authorized by the Texas Legislature and further defined by Texas Government Code Section 2269. The Maximum Point value is equal to 100 points. The weight factor is 60 points for Price, 20 points for Contractor Qualifications, and 20 points for Construction Time. The selection criteria used to evaluate each proposal includes the following: 4.1.1 60 POINTS - PRICE: The quality of Offerors is not judged solely by a low initial cost proposal or, conversely, eliminated solely because of a high initial cost proposal. The following is the formula used when determining price as a factor for construction contract proposals. The lowest proposal price of all the proposals becomes the standard by which all price proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest proposal price and dividing it by the price of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the price factor for the price score. For Example: (Lowest Price/Current Proposal Price) x Maximum Point Value = Price Score. 4.1.2 20 POINTS - CONTRACTOR QUALIFICATIONS: When evaluating a contractor's qualifications, the City uses the "Contractor's Statement of Qualifications" attached within, past experience with the contractor, the "Safety Record Questionnaire", and the Contractor's Experience Modification Ratio (EMR). The City may also interview the job superintendent at a time to be named after receipt of proposals. 4.1.3 Five (5) points of the overall points for this criteria are based on the Experience Modification Ration (EMR) and supporting documentation submitted by the contractor. 4.1.3.1 The lowest EMR of all the proposals becomes the standard by which all the EMRs are evaluated. One at a time, each proposal is evaluated by taking the lowest EMR and dividing it by the EMR of the proposal being evaluated. That fraction is then multiplied by 5 for the EMR score. For example: (Lowest EMR/Current EMR) x 5 = EMR Score portion of this criteria) 4.1.3.2 Contractors with an EMR greater than 1.0, as well as those Contractors not submitting EMRs, will receive zero points for this portion of the selection criteria. 4.1.4 For the remaining portion of this criteria, each evaluator assigns points based upon the responses the contractor provides in the "Contractor's Statement of Qualifications", any past experience with the contractor, and on safety record information submitted. The City may consider any incidence involving worker safety or safety of Lubbock residents, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor under the contractor's control. Evaluators base their rating primarily upon how well you document previous offenses with the date of the offense, location where the offense occurred, type of offense, final disposition of the offense, and any penalty assessed 4.1.5 The "Contractor's Statement of Qualifications" is a minimum. 4.1.5.1 You may provide additional pertinent information relevant to the project for which you are submitting this proposal in an appendix. 4.1.6 20 POINTS - CONSTRUCTION TIME: This criterion is, as with price, objective and evaluators use the following formula when determining construction time as a factor for construction contract proposals. The lowest construction time proposal of all the proposals becomes the standard by which all the construction time proposals are evaluated. One at a time, each proposal is evaluated by taking the lowest construction time and dividing it by the construction time of the proposal being evaluated. That fraction is then multiplied by the maximum point value of the construction time factor for the construction time score. For example: (Lowest construction time/Current Proposal construction time) x Maximum Point Value = Construction Time Score) 4.1.7 EVALUATION PROCESS: Evaluators independently review and score each proposal. The Committee meets, to discuss the individual scores of each evaluator. If the individual scores are similar, the Chairperson may average the scores then rank offerors accordingly. If the scores are significantly diverse, the Chairperson initiates and moderates discussion to determine the reasons for the differences and ensures that all evaluators are fully knowledgeable of all aspects of the proposals. Scores may then be adjusted by the committee based on committee discussion. 4.1.8 Please note that offerors with higher qualifications scores could be ranked higher than offerors with slightly better price scores. 4.2 The estimated budget for the construction phase of this project is $6,100,000.00. 4.3 Proposals shall be made using the forms provided. GENERAL INSTRUCTIONS TO OFFERORS (Continued) 5. ADDENDA & MODIFICATIONS 5.1 Any changes, additions, or clarifications to the RFP are made by ADDENDA information available over the Internet at hiips://ci-lubbock-tx.bonfirehub.com/portal/. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most public libraries. 5.2 Any offeror in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Director of Purchasing and Contract Management. At the request of the offeror, or in the event the Director of Purchasing and Contract Management deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at https://ci-lubbock-tx.bonfirehub.com/portal/ and will become part of the proposal package having the same binding effect as provisions of the original RFP. NO VERBAL EXPLANATIONS OR INTERPRETATIONS WILL BE BINDING. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the City of Lubbock Purchasing and Contract Management Office no later than five (5) calendar days before the proposal closing date. 5.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any explanation or interpretation that is not in writing. Only information supplied by the City of Lubbock Purchasing and Contract Management Office in writing or in this RFP should be used in preparing proposal responses. All contacts that an offeror may have had before or after receipt of this RFP with any individuals, employees, or representatives of the City and any information that may have been read in any news media or seen or heard in any communication facility regarding this proposal should be disregarded in preparing responses. 5.4 The City does not assume responsibility for the receipt of any addendum sent to offerors 6. EXAMINATION OF DOCUMENTS AND REQUIREMENTS 6.1 Each offeror shall carefully examine all RFP documents and thoroughly familiarize itself with all requirements before submitting a proposal to ensure that their proposal meets the intent of these specifications. 6.2 Before submitting a proposal, each offeror shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Request for Proposals. Failure to make such investigations and examinations shall not relieve the offeror from obligation to comply, in every detail, with all provisions and requirements of the Request for Proposals. 6.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Director of Purchasing and Contract Management and a clarification obtained before the proposals are received, and if no such notice is received by the Director of Purchasing and Contract Management prior to the opening of proposals, then it shall be deemed that the offeror fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If offeror does not notify the Director of Purchasing and Contract Management before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. 7. PROPOSAL PREPARATION COSTS 7.1 Issuance of this RFP does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a proposal. 7.2 The issuance of this RFP does not obligate the City of Lubbock to enter into contract for any services or equipment. 7.3 All costs related to the preparation and submission of a proposal shall be paid by the offeror. 8. TRADE SECRETS, CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 8.1 If you consider any portion of your proposal to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 8.2 Proposals will be opened in a manner that avoids disclosure of the contents to competing offerors and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract is awarded, but trade secrets and confidential information in the proposals are not open for inspection. Tex. Loc. Govt. Code 252.049(a) 8.3 Marking your entire proposal CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Public Information Act. 8.4 Pursuant to Section 552.234(c) of the Texas Government Code, submit your open records request using the link provided below. hLtps://Iubbocktx.govga.us/WEBAPP/_rs/(S(quiyirflbtihahjny, cegwpcs),�pportHome.aspgovga.us/WEBAPP/_rs/(S(quiyirflbtihahjny, cegwpcs),�pportHome.aspx 8.5 For more information, please see the City of Lubbock Public Information Act website at: https://ci.lubbock.tx.us/pa�es/public-information-act 9. LICENSES. PERMITS. Taxes 9.1 The price or prices for the work shall include full compensation for all taxes, permits, etc. that the offeror is or may be required to pay. 10. UTILIZATION OF LOCAL BUSINESS RESOURCES 10.1 Prospective offerors are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their proposal submittal how they would utilize local resources. 11. CONFLICT OF INTEREST 11.1 The offeror shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 11.2 By signing and executing this proposal, the offeror certifies and represents to the City the offeror has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantage, information, recipient's decision, opinion, recommendation, vote or any other exercise of discretion concerning this proposal. 11.3It is not necessary to fill out the CIQ Form unless you have a business relationship that might cause a conflict of interest with the City of Lubbock 11.4 Effective January 1, 2006, Chapter 176 of the Texas Local Government Code requires that any vendor or person considering doing business with a local government entity disclose in the Questionnaire, Form CIQ, the vendor or person's affiliation or business relationship that might cause a conflict of interest with a local government entity. By law, the questionnaire must be filed with the records administrator of the City of Lubbock not later than the Seventh business day after the date the person becomes aware of the facts that require the statement to be filed. The questionnaire can be found at: hLtps://www.ethics.state.tx.us/fonns/conflict/ For the City of Lubbock, these forms should be filed with the City Secretary's Office, P.O. Box 2000, Lubbock, Texas, 79457 See Section 176.006, Local Government Code: http://www.statutes.Iegis.state.tx.us/SOTWDocs/LG/htm/LG.176.htm. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. 12. CONTRACT DOCUMENTS 12.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 12.2 All offerors shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 13. CERTIFICATE OF INTERESTED PARTIES 13.1 Effective January 1, 2016, Section 2252.908, as amended, of Chapter 2252 of the Texas Government Code requires certain business entities to submit an electronic disclosure form to the Texas Ethics Commission before entering into a contract with a local government entity when any of the following apply: 1) Contract requires an action or vote by the City Council (governing body); OR 2) Contract value is $1 Million or greater; OR 3) Contract is for services that would require a person to register as a lobbyist under Chapter 305 of the Government Code. This must be done before executing the contract. The disclosure form may be found at https://www.ethics.state.tx.us/whatsnew/elf_ info_forml295.htm. You must log in and create an account the first time you fill out the form. Tutorial videos on how to log in for the first time and how to fill out the form can be found through the link above. After you electronically submit the disclosure form, a screen will come up confirming the submission and assigning a certificate number. Then, you must print the form, have an authorized agent complete the declaration and sign, and provide it to the City (scanned email copy is acceptable). 14. PLANS FOR USE BY OFFERORS 14.1 It is the intent of the City of Lubbock that all parties with an interest in submitting a proposal on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a proposal without charge. The contract documents may be examined without charge as noted in the Notice to Offerors. 15. PAYMENT 15.1 All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 16. AFFIDAVITS OF BILLS PAID 16.1 The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 17. MATERIALS AND WORKMANSHIP 17.1 The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory proj ect. 18. PLANS FOR THE CONTRACTOR 18.1 The contractor will, upon written request, be furnished up to a maximum of five sets of plans and specifications and related contract documents for use during construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for proper prosecution of the work contemplated by the Contractor. 19. PROTECTION OF THE WORK 19.1 The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its certificate of completion to Contractor. The City reserves the right, after the proposals have been opened and before the contract has been awarded, to require of an offeror the following information: (a) The experience record of the offeror showing completed jobs of a similar nature to the one covered by the intended contract and all work in progress with bond amounts and percentage completed. (b) A sworn statement of the current financial condition of the offeror. (c) Equipment schedule. 20. TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21. PROTECTION OF SUBSURFACE LINES AND STRUCTURES 21.1 It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction of the project contemplated by these contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities aforementioned. All such underground lines or structures, both known and unknown, cut or damaged by Contractor during the prosecution of the work contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas, and/or the owning utility at the Contractor's expense. 22. BARRICADES AND SAFETY MEASURES 22.1 The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take such other precautionary measures for the protection of persons, property and the work as may be necessary. The Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date of issuance to Contractor of City's certificate of acceptance of the project. 23. EXPLOSIVES 23.1 The use of explosives will not be permitted 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 24. CONTRACTOR'S REPRESENTATIVE 24.1 The successful offeror shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful offeror shall be required to furnish the name, address and telephone number where such local representative may be reached during the time that the work contemplated by this contract is in progress. 25. INSURANCE 25.1 The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the insurer waiving the right to subrogation. The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted before contract execution. 26. LABOR AND WORKING HOURS 26.1 Attention of each offeror is particularly called to the schedule of general prevailing rate of per diem wages included in these contract documents. The wage rate that must be paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as above mentioned. The offeror's attention is further directed to the requirements of Texas Government Code, Chapter 2258, Prevailing Wage Rates, providing for the payment of the wage schedules above mentioned and the offeror's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem wages in the contract documents does not release the Contractor from compliance with any wage law that may be applicable. Construction work under this contract requiring an inspector will not be performed on Sundays or holidays unless the following conditions exist: 26.1.1 The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its citizens. 26.1.2 Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract within the allotted time. 26.2 Before construction work requiring an inspector is to be performed on Sundays or holidays, the Contractor must notify the Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow construction work requiring an inspector on Sundays or holidays will be made by the Owner's Representative. 26.3In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS 27.1 The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents. 28. PROVISIONS CONCERNING ESCALATION CLAUSES 28.1 Proposals submitted containing any conditions which provide for changes in the stated proposal price due to increases or decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the offeror without being considered. 29. PREPARATION FOR PROPOSAL 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be chanted for the purpose of correcting an error in the bid price. 29.2If the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a company or corporation, the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink. 29.3 Pursuant to Texas Local Government Code 252.043(2), a competitive sealed proposal that has been opened may not be chanted for the purpose of correcting an error in the proposal price. THEREFORE, ANY CORRECTIONS TO THE PROPOSAL PRICE MUST BE MADE ON THE PROPOSAL SUBMITTAL FORM PRIOR TO PROPOSAL OPENING. 29.4 Proposal submittals may be withdrawn and resubmitted at any time before the time set for opening of the proposals, but no proposal may be withdrawn or altered thereafter. 30. BOUND COPY OF CONTRACT DOCUMENTS 30.1 Offeror understands and agrees that the contract to be executed by offeror shall be bound and include the following: (a) Notice to Offerors. (b) General Instructions to Offerors. (c) Offeror's Submittal. (d) Statutory Bonds (if required). (e) Contract Agreement. (f) General Conditions. (g) Special Conditions (if any). (h) Specifications. (i) Insurance Certificates for Contractor and all Sub -Contractors. (j) All other documents made available to offeror for his inspection in accordance with the Notice to Offerors. 30.2If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 31. QUALIFICATIONS OF OFFERORS 31.1 The offeror may be required before the award of any contract to show to the complete satisfaction of the City of Lubbock that it has the necessary facilities, ability, and financial resources to provide the service specified therein in a satisfactory manner. The offeror may also be required to give a past history and references in order to satisfy the City of Lubbock about the offeror's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the offeror to perform the work, and the offeror shall furnish to the City of Lubbock all information for this purpose that may be requested. The offeror's proposal may be deemed not to meet specifications or the proposal may be rejected if the evidence submitted by, or investigation of, the offeror fails to satisfy the City of Lubbock that the offeror is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the offeror's qualifications shall include but not be limited to: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service required. (b) The ability of the offeror to perform the work or provide the service promptly or within the time specified, without delay or interference. (c) The character, integrity, reputation, judgment, experience, and efficiency of the offeror. (d) The quality of performance of previous contracts or services. (e) The safety record of the Contractor and proposed Sub -Contractors (f) The experience and qualifications of key project personnel (g) Past experience with the Owner 31.2 Complete and submit the PROPOSED List of Sub -Contractors. Seven (7) business days after closing, complete and submit the FINAL List of Sub -contractors. (a) If no sub -contractors will be used please indicate so. 31.3 Before contract award, the recommended contractor for this project may be required to show that he has experience with similar projects that require the Contractor to plan his work efforts and equipment needs with City of Lubbock specifications in mind. Demonstration of experience shall include a complete list of ALL similar municipal and similar non -municipal current and completed projects for the past five (5) years for review. This list shall include the names of supervisors and type of equipment used to perform work on these projects. In addition, the Contractor may be required to provide the name(s) of supervisor(s) that will be used to perform work on this project in compliance with City of Lubbock specifications herein. 32. SELECTION 32.1 Selection shall be based on the responsible offeror whose proposal is determined to be the most advantageous to the City of Lubbock considering the relative importance of evaluation factors included in this RFP. 32.2 NO INDIVIDUAL OF ANY USING DEPARTMENT (CITY OF LUBBOCK WATER UTILITIES OR OTHER) HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR PROPOSAL. 32.3 The City shall select the offeror that offers the best value for the City based on the published selection criteria and on its ranking evaluation. The City shall first attempt to negotiate a contract with the selected offeror. The City and its engineer or architect may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected offeror, the City shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 32.4In determining best value for the City, the City is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. 32.5A proposal will be subject to being considered irregular and may be rejected if it shows omissions, alterations of form, conditional alternate proposals, additions or alternates in lieu of the items specified, if the unit prices are obviously unbalanced (either in excess of or below reasonably expected values), or irregularities of any kind. 33. ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD, OFFERORS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS. 33.2 This provision is not meant to preclude bidders from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential bidders, assure that contract decisions are made in public, and to protect the integrity of the bid process. Violation of this provision may result in rejection of the bidder's bid. 34. PROTEST 34.1 All protests regarding the RFP process must be submitted in writing to the City Director of Purchasing and Contract Management within 5 working days after the protesting party knows of the occurrence of the action which is protested relating to advertising of notices deadlines, proposal opening and all other related procedures under the Local Government Code, as well as any protest relating to alleged improprieties with the RFP process. This limitation does not include protests relating to staff recommendations as to award of contract. Protests relating to staff recommendations may be directed to the City Manager. All staff recommendations will be made available for public review prior to consideration by the City Council as allowed by law. FAILURE TO PROTEST WITHIN THE TIME ALLOTTED SHALL CONSTITUTE A WAIVER OF ANY PROTEST. 35. PREVAILING WAGE RATES 35.1 Offerors are required to comply with Texas Government Code, Chapter 2258, Prevailing Wage Rates, with respect to the payment of prevailing wage rates for the construction of a public work, including a building, highway, road, excavation, and repair work or other project development or improvement, paid for in whole or in part from public funds, without regard to whether the work is done under public supervision or direction. A worker is employed on a public work if the worker is employed by the contractor or any subcontractor in the execution of the contract for the project. 35.2 A worker employed on a public work by or on behalf of the City of Lubbock shall be paid not less than the general prevailing rate of per diem wages for the work of a similar character in the locality in which the work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. 35.3 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. TEXAS GOVERNMENT CODE § 2269 SUBCHAPTER D. SELECTING CONTRACTOR FOR CONSTRUCTION SERVICES THROUGH COMPETITIVE SEALED PROPOSALS Sec. 2269.151. CONTRACTS FOR FACILITIES: COMPETITIVE SEALED PROPOSALS. (a) In this chapter, "competitive sealed proposals" is a procurement method by which a governmental entity requests proposals, ranks the offerors, negotiates as prescribed, and then contracts with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. (b) In selecting a contractor through competitive sealed proposals, a governmental entity shall follow the procedures provided by this subchapter. Sec. 2269.152. USE OF ARCHITECT OR ENGINEER. The governmental entity shall select or designate an architect or engineer to prepare construction documents for the project. The selected or designated engineer or architect has full responsibility for complying with Chapter 1001 or 1051, Occupations Code, as applicable. If the engineer or architect is not a full-time employee of the governmental entity, the governmental entity shall select the engineer or architect on the basis of demonstrated competence and qualifications as provided by Section 2254.004, Government Code. Sec. 2269.153. PREPARATION OF REQUEST. The governmental entity shall prepare a request for competitive sealed proposals that includes construction documents, selection criteria and the weighted value for each criterion, estimated budget, project scope, estimated project completion date, and other information that a contractor may require to respond to the request. The governmental entity shall state in the request for proposals the selection criteria that will be used in selecting the successful offeror. Sec. 2269.154. EVALUATION OF OFFERORS. (a) The governmental entity shall receive, publicly open, and read aloud the names of the offerors and any monetary proposals made by the offerors. (b) Not later than the 45th day after the date on which the proposals are opened, the governmental entity shall evaluate and rank each proposal submitted in relation to the published selection criteria. Sec. 2269.155. SELECTION OF OFFEROR. (a) The governmental entity shall select the offeror that submits the proposal that offers the best value for the governmental entity based on: (1) The selection criteria in the request for proposal and the weighted value for those criteria in the request for proposal; and (2) its ranking evaluation. (b) The governmental entity shall first attempt to negotiate a contract with the selected offeror. The governmental entity and its architect or engineer may discuss with the selected offeror options for a scope or time modification and any price change associated with the modification. (c) If the governmental entity is unable to negotiate a satisfactory contract with the selected offeror, the governmental entity shall, formally and in writing, end negotiations with that offeror and proceed to the next offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. In determining best value for the governmental entity, the governmental entity is not restricted to considering price alone, but may consider any other factor stated in the selection criteria. Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM Page Intentionally Left Blank PROPOSAL SUBMITTAL FORM UNIT PRICE PROPOSAL CONTRACT DATE: PROJECT NUMBER: RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 Proposal of , -�•- ; now (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 construction of the referenced 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. The price to cover all expenses incurred in performing the work required under the contract documents. PROPOSED CONSTRUCTION TIME: 1. Contractors proposed CONSTRUCTION TIME for completion: TOTAL CONSECUTIVE CALENDAR DAYS: ,_ 7/0 (to Substantial Completion) TOTAL CONSECUTIVE CALENDAR DAYS: 4-1 O - 7 (to Final Completion) not to exceed 370 consecutive calendar days to Substantial Completion / 400 consecutive calendar daN s to Final Completion). Offeror hereby agrees to commence the work on the above project on a date to be specified in a written "Notice to Proceed" of the Owner and to substantially complete the project within 370 Consecutive Calendar Days with final completion within 400 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 $1,000 for each consecutive calendar day after substantial completion and liquidated damages in the sum of $1,000 for each consecutive calendar day after final completion set forth herein above for completion of this project, all as more fully set forth in the General Conditions of the Agreement. These liquidated damages are in addition to those associated with the individual Milestone requirements stipulated in the Plans. Offeror understands and agrees that this proposal submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Offerors. Offeror understands that the Owner reserves the right to reject any or all proposals and to waive any formality in the proposing. The Offeror agrees that this proposal shall be good for a period of six 60 calendar days after the scheduled closing time for receiving proposals. The undersigned Offeror hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this proposal, and he further agrees to commence work on the date specified in the written notice to proceed, and to substantially complete the work on which he has proposed; as provided in the contract documents. 6/22/'23 9:34 A M City of Lubbock, TX Public Works RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 Lone Star Dirt & Paving, Ltd. of Lubbock, TX Items Base Bid #I -I Prepare ROW #1-2 Remove Concrete (Pavement) #1-3 Remove Concrete (Driveway/Parking Lot) #1-4 Remove Concrete (Foundation) #1-5 Remove Concrete (Sidewalk) #1-6 Remove Concrete (Curb & Gutter) #1-7 Remove Concrete (Median) #1-8 Remove Asphalt (Pavement) #1-9 Remove Asphalt (Driveway/Parking Lot) #1-10 Excavation # 1-11 Embankment #1-12 Sodding for Erosion Control #1-13 Seeding for Erosion Control #1-14 Irrigation System #1-15 Flexible Pavement Structure Repair (Roadway) # 1-16 Concrete Pavement # 1-17 Concrete Curb (Drainage Flume) #1-18 Curb Inlet (TY C) #1-19 Curb Inlet Extension #1-20 Grate and Frame (Sidewalk Trench Grate) #1-21 Adjusting Manholes #1-22 Adjusting Valves #1-23 Remove Structure (Curb Inlet) #1-24 Mobilization #1-25 Barricades, Signs, and Traffic Handling #1-26 Portable Changeable Message Board (PCMB) Temporary Erosion, Sedimentation, and #1-27 Environmental Controls #1-28 Portable Water Barricades (Furnish) #1-29 Portable Water Barricades (Place and Remove) #1-30 Colored Textured Concrete Pavers #1-31 Concrete Curb And Gutter #1-32 Concrete Curb And Gutter (Sawtooth) #1-33 Concrete Curb And Gutter (Mountable) #1-34 Alley and Driveway Returns #1-35 Concrete Sidewalk (4")(Reinforced) #1-36 Concrete Sidewalk (5") #1-37 Concrete Sidewalk (6")(Reinforced) #1-38 Concrete Sidewalk Curb #1-39 Accessible Curb Ramp (Ty I) #1-40 Accessible Curb Ramp (Ty II) TXDoT QTy U/M Item No. +/- Unit Extended Price Cost 100 80.5 sta $ 1,500.00 120,750.00 104 327 sy 50.00 16,350.00 104 6567 sy 25.00 164,175.00 104 1 each 10,000.00 10,000.00 104 9459 sy 20.00 189,180.00 104 10397 if 25.00 259,925.00 104 142 sy 75.00 10,650.00 105 5147 sy 25.00 128,675.00 105 1262 sy 50.00 63,100.00 110 560 cy 100.00 56,000.00 132 10 cy 200.00 2,000.00 162 610 sy 15.00 9,150.00 164 980 sy 6.50 6,370.00 170 720 if 12.30 8,856.00 351 1595 sy 125.00 199,375.00 360 3860 sy 125.00 482,500.00 529 96 sy 125.00 12,000.00 465 5 each 7,500.00 37,500.00 465 5 each 5,000.00 25,000.00 471 88 if 290.00 25,520.00 479 15 each 2,800.00 42,000.00 479 8 each 1,800.00 14,400.00 496 5 each 3,500.00 17,500.00 500 1 is 375,000.00 375,000.00 502 12 mo 9,000.00 108,000.00 502 2 each 25,000.00 50,000.00 506 12 mo 2,500.00 30,000.00 512 5200 if 7.00 36,400.00 512 14140 if 5.00 70,700.00 528 4043 sy 127.80 516,695.40 529 9098 if 36.00 327,528.00 529 68 if 150.00 10,200.00 529 171 if 36.00 6,156.00 530 6927 sy 80.00 554,160.00 531 228 sy 83.00 18,924.00 531 11581 sy 92.00 1,065,452.00 531 995 sy 90.00 89,550.00 531 2765 if 28.00 77,420.00 531 49 each 1,800.00 88,200.00 531 3 each 1,800.00 5,400.00 City of Lubbock, TX Public Works RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 TXDoT QTY Unit Extended # Items Item No. +/- U/M Price Cost #1-41 Accessible Curb Ramp (Ty III) 531 14 each 1,500.00 21,000.00 #1-42 Accessible Curb Ramp (Special) 531 5 each 2,500.00 12,500.00 #1-43 Concrete Median 536 186 sy 95.00 17,670.00 #1-44 Chain Link Fence (Remove) 550 606 if 25.00 15,150.00 #1-45 Roadway Illumination Assemblies (Remove) 610 43 each 1,100.00 47,300.00 #1-46 Roadway Illumination Assemblies (Install) 610 74 each 11,000.00 814,000.00 #1-47 Conduit (PVC) (2") 618 15068 If 13.50 203,418.00 #1-48 Electrical Conductor (No. 6) (Bare) 620 15068 If 2.00 30,136.00 #1-49 Electrical Conductor (No. 6) (Insulated) 620 30136 If 2.00 60,272.00 #1-50 Ground Boxex (TY A) 624 54 each 825.00 44,550.00 #1-51 Ground Boxex (TY C) 624 3 each 990.00 2,970.00 #1-52 Electrical Service (Ty A) (240/480) 628 2 each 7,150.00 14,300.00 #1-53 Small Sign Assembly (Remove) 644 56 each 200.00 11,200.00 #1-54 Small Sign Assembly (Install) 644 90 each 850.00 76,500.00 #1-55 Work Zone Pavement Markings (Temporary) 662 8245 if 3.60 29,682.00 #1-56 Permanent Pavement Markings (4") (White) (Broken) 666 1210 if 3.60 4,356.00 #1-57 Permanent Pavement Markings (8") (White) (Solid) 666 645 if 7.20 4,644.00 #1-58 Permanent Pavement Markings (24") (White) (Solid) 666 385 if 24.00 9,240.00 Permanent Pavement Markings (4") (Yellow) #1-59 (Broken) 666 375 if 3.60 1,350.00 #1-60 Permanent Pavement Markings (4") (Yellow) (Solid) 666 1500 If 3.60 5,400.00 Permanent Pavement Markings (Parking Lot) (4") #1-61 (Yellow) 666 950 If 6.00 5,700.00 #1-62 Prefabricated Pavement Markings (Arrow) 668 6 each 480.00 2,880.00 #1-63 Permanent Pavement Markings (Raised) (Ty I-C) 672 33 each 18.00 594.00 #1-64 Permanent Pavement Markings (Raised) (Ty II -A -A) 672 150 each 18.00 2,700.00 #1-65 Eliminate Existing Pavement Markings 677 500 if 7.20 3,600.00 #1-66 Pipe Fence (Removal) 772 14 if 300.00 4,200.00 #1-67 ITS Ground Box TY 1 6186 23 each 6,600.00 151,800.00 #1-68 Citibus Structure (Removal and Stockpile) N/A 3 each 10,000.00 30,000.00 #1-69 Citibus Structure (Install) N/A 3 each 15,000.00 45,000.00 #1-70 Gas Meter Removal & Relocation N/A 2 each 15,000.00 30,000.00 #1-71 Flexible Pavement Structure Repair (Parking Lot) N/A 100 sy 200.00 20,000.00 City of Lubbock, TX Public Works RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 TXDoT QTY Unit Extended # Items Item No. +/- U/M Price Cost "tive Alternate - 1 Full width concrete approaches at 29th Drive intersection (Rigid Pavement Section) e Asphalt (Pavement) Must match Item 8 unit #2-1 price 105 1990 sy 49,750.00 #2-2 Concrete Pavement match Item 16 unit price 360 1990 s 125.00 248,750.00 #2-3 Additive Alternate Mobilizatio 500 is 15,000.00 15,000.00 Permanent Pavement Markings (4") ( Broken) #2-4 Must match Item 56 unit price 666 140 if 3.60 504.00 Permanent Pavement Markings (8") ( olid) #2-5 Must match Item 57 unit price 666 if 7.20 1,908.00 Prefabricated Pavem arkings (Arrow) Must #2-6 match Ite it price 668 2 each 0 960.00 P nent Pavement Markings (Raised) (Ty I-C) - Must match Item 63 unit price 672 56 each 18.00 1,0 Total (Items 1-1 through 1-71): $7,052,873.40 Total (Items 7-1 through 7-7)• 317,880.00 Total (items 1-1 through 7-7)• 7,250,003.40 Offerors are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the proposal submitted as a guarantee that offeror will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) days after notice of award of the contract to him. 6122/'23 9:34 A M Enclosed with this proposal is a Cashier's Check or Certified Check Enclosed with this proposal is a Cashier's Check or Certified Check for Dollars ($ r 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. f Dated Addenda No. Date Addenda No. Date Addenda No. Date Date: L ^ �) . - C)- sized Signature C5-4e.V4----T7j- ,r- (Printed or Typed Name) Line,S 1r,,ry Company 1ff?dO l.�n Address City, County State Zip Code Telephone: 8O - 7�1 5' (.. o ► j Fax: &)L - ?1-1,S 1-1c)11-1 Email: - pAli,w. n� FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other � S +eci v 1 6i221'23 9.34 AM INSURANCE REQUIREMENTS I, the undersigned Bidder certify that the insurance requirements contained in this bid document have been reviewed by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish a valid insurance certificate to the City meeting all of the requirements defined in this bid. If the time requirement specified above is not met, the City has the right to reject this proposal and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572. SUSPENSION AND DEBARMENT CERTIFICATION Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities from contracting with or making sub -awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods or services equal to or in excess of $25,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $25,000 or more and all sub -recipients must certify that their organization and its principals are not suspended or debarred by a Federal agency. Before an award of $25,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. TEXAS GOVERNMENT CODE SECTION 2252.152 The undersigned representative of the undersigned company or business, being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above -named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and Contract Department. TEXAS GOVERNMENT CODE SECTION 2271.002 Company hereby certifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott Israel during the term of the contract. The following definitions apply to this state statute: (1) 'Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes; and (2) "Company" means an organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. This Certification is required from a Company if the Company has 10 or more full-time employees and the contract for goods or services (which includes contracts formed through purchase orders) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. 6122/'23 9:34 A M TEXAS GOVERNMENT CODE 2274 By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. Agreement Example Review This sample Agreement has been reviewed and (�s acceptable ( ) is acceptable as noted :rFF70:9s31917► Contractor Acknowled=Fement In compliance with this solicitation, the undersigned, having examined the solicitation documents, instructions to offerors, documents associated with the request for proposals, and being familiar with the conditions to be met has reviewed the above information regarding: • Insurance Requirements • Suspension and Debarment Certification • Texas Government Code Section 2252.152 • Texas Government Code Section 2271.002 • Texas Government Code 2274 An individual authorized to bind the company must sign the following section. Failure to execute this portion may result in proposal rejection. By signing below, the terms stated have been reviewed and approved. Company Name: Signed Byx Print Name and Title r � I Co D � r- Date• G - / S Page Intentionally Left Blank Contractors Statement of Qualifications Individual contractors and joint ventures submitting a bid must complete the following evaluation information for the Project. Joint ventures shall be composed of not more than two firms and each firm must complete separate evaluations. Evaluation information must be submitted at time of bid submittal. Failure to submit the following Bidder Evaluation information may result in the OWNER considering the bid non -responsive and result in rejection of the bid by the OWNER. Bidders are to provide any additional information requested by the OWNER. In evaluating a firm's qualifications, the following major factors will be considered: A. FINANCIAL CAPABILITY: For this project, the CONTRACTOR'S financial capability to undertake the project will be determined by the CONTRACTOR'S ability to secure bonding satisfactory to the OWNER. B. EXPERIENCE: Do the organization and key personnel have appropriate technical experience on similar projects? C. SAFETY: Does the organization stress and support safety as an important function of the work process? D. (aUALITY OF WORK: (1) Does the organization have a commitment to quality in every facet of their work - the process as well as the product? (2) Does the organization have a written quality philosophy and/or principles that exemplifies their work? If so, submit as Attachment "A". (3) Has this organization ever received an award or been recognized for doing "quality" work on a project? If so, give details under Attachment "A". E. CONFORMANCE TO CONTRACT DOCUMENTS: (1) Does the organization have a commitment and philosophy to construct projects as designed and as defined in the Contract Documents? The OWNER reserves the right to waive irregularities in determining the firm's qualifications and reserves the right to require the submission of additional information. The qualifications of a firm shall not deprive the OWNER of the right to accept a bid, which in its judgement is the lowest and best bid, to reject any and all bids, to waive irregularities in the bids, or to reject nonconforming, non- responsive, or conditional bids. In addition, the OWNER reserves the right to reject any bid where circumstances and developments have in the opinion of the OWNER changed the qualifications or responsibility of the firm. Material misstatements on the qualifications forms may be grounds for rejection of the firm's bid on this project. Any such misstatement, if discovered after award of the contract to such firm, may be grounds for immediate termination of the contract. Additionally, the firm will be liable to the OWNER for any additional costs or damages to the OWNER resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Complete the following information for your organization: 4/21/121 9:54 AM 'Lr1 b*dmr% C-Laral Iaf I i Oqxi=tiwrt4c: DQfmW9wbmti -Laae-Slar-rhAa— � 1Fi Ci Uniuefsk Avenue- ._ , _ vj kaMdnNumbn v. F� arlaimim. (Cbm* Ong) _ 1 �CWP-�Cl- 1hdwhd Dft Sam 1 LI�peFll�ilr 1 Vu/l�Illrti M _. Saaa4r�r'y I�Iumt - _ JJ Lmft odro e 6 F,,w 6 V%1_ S mfe Tumor _ ic�.R�Psiderat. r1�� os c z E me hwr a E r of Jtmme 41211'21 8:54 AM S #{ at_. -Sur 1 r tY O. 4► Yail:ll:mQllab 1. IMT404074 1. 0 of mma dw'bw o wrw ltyr ho or �� =A. la �e leiitr� oftiae Udrn, t6 of1r:� Cosa;, ft;co It ais Nmors �.Da� 'jbLhi Yana aapaelmar �P��to1lepap+�ladpgjerfr ' Aaa Oeaaai awpldrtYaatane�a�ha� seroded N _ _ m-Xi?3tS m >R pc4, t qr ,jaw to aTalmb la does& la a "Poft anaahrnod. �pb tR�rd�t Aoa bpi t5f Jar a aMW aged loom a prrp,r - p pww is thepw im Ry" PWWW W dorm la a elgarrr aaaa6oant Sae mm AD So d& ow a P1pda�' ae SOW bo l m a pmparer or aa;. Inca, �, ar lidecat .:mac. wlllri � ya�t lfN , ++rrcllt popa"7 by No rm a7� Por�ia�DdWBr la a - — _ -._ ��+I1t�ia~aat.:aaaSaalma�tNa + t °C ! .ar�b aaara�y 1a 8W fidjdkm or e. MY" e a PVvvaltaBra wL Sm g2bdLww pl& No kto j 8�t dvlr �r a pcoanaftmmmo elgoearcr � ayrr ra�ea tc aaurrmt ar m4wea r3 p "' HIg>�IP lbit daMib it i E _ lepluero eillaht. /aa rm-otrmom Np, 4/21/'21 9:54 AM 4rftMbff%it"wMwr bratede an Tide ad Berate d ---.. 1 � %ga.aewa a aeeeepsa UM ae agrNr eat wp d9 per- i dr t3yari at ea :hefts to this See eemd,- am Wesley Sanders —President Jams Marte1l-�hak Format Steve Turner —Nice President Arbrey Stockman —General Superintendent Jesse Palacoue--_Concr+ete Fortran Carlos Yannis Dirt Forman , (� PAM& a brictdocchodwOrem mmqpcbettssc uep@ ate[ a�;t. h • � b ad ab�I er w A&Gy Stockman is the general manager on this project. Ew"M �a ee I1re kW pwamad 1 sw"Few alit aril peoalo+s toe 1 by sne[Irv. > ibr auadb9�e ter a wh of #me PDAMM as >8e pyas Au ems! a d t hose peeee0d Aka tier sec 11 '111 Ig ae en &Uci m= 7% MQVWMW mmtjIdD& lire yips as a MMOMW ti AM ad *MW ftfi as, wak M" ►rM* 60MI a peq m �► � lira Take � fx ar* asl�lM04 aad p diieasi hagwf& Adk�titice jI& arrf�r tkeot Ike beet aodWrostper>i�eafei ,,emamr d"Mdo kehA dmi ltgj"Bn*ol18ear — JArhffiY DC*Mea;,Steve-T er �„ �� TSr�dm�n .Arbrey 1 Stare Iurm7kow ipiht f p�md am ta, &M cm arts ram, a" pMVkO a w swedw Mo* lbae wW be dawsied iso amr& there` Owdl TMMkufww m MM arc: Me ae d to peeeeake attbdr time tint WE be dawaW w aaab nik Irft [sd�ridrmi is am b be d m*M Id* to 9* PIWO , bftate ken *w it b be dMded kamm tkis FOed amd tuft adw 41211'21 8_54 A M Peopwsad p"J"YMPAW r .Doing> A. Lone Star Dirt & Pe NomofhWhidwl r-ey rnan Yam QfRq edemoe Rop"i or �.,Rwkw 20 Years - —_ Yam ofERMdawwalidso mi 6 Years NmmbwQfdMHffPxjeot =PrgedUMw - Numbar Oisam7u ;',;v QtMOM Name of Aaegnmwt PiQeeat of an Used fir 7 8glas ed > e Business Park ibis Pw vd ,) dion Doe Spends Time NeedicF— IInler Fre--nshI-ISD Sth Grade Center �� , [Min Oamee m�gtlai ;, , r s� � b ooedaotiY� thOnamn mdlYa� ala sie%eoe) Name enn fer Davidson 1vT ue _ Titia/Fosiitian IlltCll. T Porittam Mlizodn R. R, bor, �; un — - U .0 jr ion r of Lubbock L a: lalr �...._rtinr )_.. Fro't�t roieem Superintendant PI, C4VI General Super Wawa afmdiv" -- Yesura ofawounoo a Phdcd M=gtr Yana ofEvaalow with ibis ages izetim N=bw of aumdwpsojeda uhc&dMMW Nomba ofaimilar panjeds is other Positions Nmne OfAAdZMMM ZytlelPauadao n Cendidmte Bole on Pwiect ft ow ofvoic Uses hr Fstimatsd �Piigect tms �v_iext Onm, Idiao Hate mamas Pnosed ,. f'aodidadt Tole 41211'21 8_54 A M Psvpow! PMjwMa=RM tan Doigg sisiu is As Lone Star Dirt & Yem OfEspedfi= = PM&d MIMSW 20 Years YQMdMqwhMwftfl*GwMbzfiw 6 Years NumbsofdmOwp ejeateasPtioj=MMW Nwdw ofKMfI rpsojeM m Other podd= f ••�„ NameafAn4muM ._r--?i� of TimeuNdit 8 ed p shier Business Park thu Pio sat --D-�e Spends Time steed : d nshi, 1 c; D 9th Grade Center cb0baa�i tiis�� mdi 'ier,Davidson ;' a t. roust to cxsn +aum4q igwidosls M a �dhrfesoe} t NamTtw i�aurl� Padtia6 . oum' r wfl ity of Obboc _.__. Pb-� rru r�, Superintendent �� "�'"� General Super ' Nameoflbdlvld W Yeses ofBpmi noe is Fkgcd YcM ofEzI M OOw with this Nomberafsiae7arpro OamaPssgact NmabWafsoap geasino&wpoddone �+aotP,�ect _- NameofABOPMM Pdoeat afTSme Used fbr Pryect fNs PtiD'ootCOMPledwDift MdPbsitron j".M 1 PML __ Pmed Qsmldrle Tole asPWM ivle l _ Jed f I 4/21/121 9:54 AM Ptapowd Pt+*K Kaftem As Lone Star Dk18 Pevinn� --- -mum %a A=' = Colin Coe - Yams afEgaignee mprgeotMmq�pr - _ 21a Years Y=M dItUdaoce WIM Ws awnhadon. 6 Y� 3 is NWmb@rcfsnRaprg0*= t4jedM 20 ` Number ofdmMwpatti"inodwpoom 15 4timeat Pttajeot A, __ _ _. Name ofAsaigmnW Paceat of TYme Und tr Plainview aye "oun r us Hess okra ��, �Pta•eec ���R,�;, latiomDste S ends time neede Ci: ,- of Lubbock Business Park on each r= r ed IRIMaaM CMM ;y;d1 tamt►as —� ar;rs; names dials �:t�n-,the zrY?ir� isirefismt� - P -� 1 K:),ie .�acksonOr F :tton c:rrnc-,, PSG TI�IdPiadtmst 1 t�: anftxiaaa'_ _ l�_!I m.xti:� GHQ 1 r kfl7rl Tee !u 1806i-473_2200 _ -moeil tatoleon owners R _ eR tote � Civil Enoineer MUMp oo Nme of7ndi&1 Yams of�tpmriaooe w Ymject tidaotser YeseofEgwdeowvMdds m NMdW of dttailarp as Ptoaat Nmabw of sImffv prgeft iR 0dW poshi= C1mm9 PttJM AUWmnb Natm of Asdgmam t Pstem of Time Used For Project 9& PW=t. t7oag,ltttf� Dme 711W Peautialt — T Name Or tiaxE-mmfl _ — t. ' Bow condi&derdeen candkifft Plow t � Pt+eitnt 41211'21 8_54 A M ZI�n d'lalh�y S�]�1E T11Ii11<f 4i-.�},�f_t[1�L yea Y�ad�;pndmoa lfi�iar adai�iiarprgha� a� � O� ��ar� ''7�mb�srd�pt�lrtadepo� Ur�'�� _..� over Nlow atAmW m d tMror.t dilm i�W. ---- il.ihrafat ; comloimDw Inlar B �s ess Park n nth Flornants -- - des iadzE Per ..._,,,foreach ra Fna'ec �� . ale li1m4A �Wi�1i �s ■t�l � Tlgwftvidm lime Greg Durbin Hugo RemTe Pam. eoE rda on e©c ao 8ro`na . + iuerr �__ ■rhq�e�aa � '1�aadDerdaisQatpagj�lru �b� ._ �_ __-- IwaimbORd> rptgjea, i� a�poid C� ifaq ut liana add . �a�art a�' r u hi �wtloi0ed one1 8mieee "0� 4/21/121 9:54 AM ftvpood by ac Qllllfl� �hni Dokw Ba�io -Al - Nwdl�hldwi ��-. lir■6ar�i�r�*� I�t1lgrRA�f>r• _. Xwo d ef�IFsT�`R+�a Nafkan R+qAler rd Ur,aa ; Ragn Read 48�}%)Fs3:rb4� C=dWaica&an r P.Wad Quality Grub )kwait2&vt" Yaw ai w Quwjty [:OWM Ywx oC B"dw," wj& *b ownwNp,a )Anbwra[dmAL +1 "Q�mft 4MOW Number aroma io aFP�r+r pow lrlrfa�a m[ B"._T4 A9F-- 4Li � rr aaw to oadd�ctin � �e nrm�ue � R. s� tim -reg - - +mazatir _ i as phim Cdudar f fM#Nd 4/21/121 9:54 AM 11�e esley D. Sanders 11820 University Avenue Lubbock, Texas 79423 PROFILE • Managed million dollar projects 4 Involved in all phases concrete and asphalt work ? Utilized creative thinking, and superior problem solving skills to overcome all challenges. • Highly motivated to improve efficiency and profitability of projects through communication and analysis of methods. 0 Strong leadership skills ensure all contributors remain focused on Critical Success Factors to achieve all objectives -0 Managed multiple simultaneous projects 0 Good computer skills EXPERIENCE: Over 30 years in the construction industry: 20 years experience as a partner/owner. Presently a Partner in Lone Star Dirt & Paving Company, in addition to Seven Sanders a rClkd company, as well as sole owner of a over the road trucking company Sanders Transportation. CORE COMPETENCIES: ,*Scheduling - Engineering - Material Management - Budgeting - Contract Negotiations - Hands on Supervisor - Staff Training/Motivating, RECENT PROJECTS: City of Idalou -road excavation, curb & gutter work, hot mix, and erosion control City of Lubbock - remove existing asphalt surface, and replace with concrete City of Lubbock - Seal coat streets throughout the city Lake Alan Henry G1 - asphalt paving repair, miffing, asphalt paving replacement, caliche road replacement and concrete work. Lubbock ISD parking lots - demolish and rebuild three (3) parking lots Cooper Technology Building - new building, curb & gutter work, sidewalks, asphalt & concrete paving. Cooper ISD softball complex - demolish existing complex and rebuilt complex. I 3e Street Project - Indiana Avenue to Avenue Q Reconstruction, 41211'21 8_54 A M S "EPHEN D. T , RTNI ER 3202 WOODROW ROAD LUBBOM TO AS 79423 (806) 548-3721 PROFILE I have been in the construction business for over 4o years and have worked with local individual contractors as well as with the City, County and State. Successfully completing multi -million dollar projects on time, fashion while building a positive rapport with architects, engineers, local officials, vendors and clients while maintaining costs. Versed in contract negotiations, project estimating, document preparation, codes and regulations, material purchasing, site management. Areas of Expertise fie in: • Team Building & Leadership * Ouality Control Management Permitting and Building Code * Safety & Compliance Management • Construction Planning and Scheduling * Organization & Time Management Critical Path Project Management * Vendor & Materials Management • Budget Analysis * Estimating & Job Costing EMPLOYEMENT HISTORY Lone Star Dirt & Paving 1995 - Present Plan, organize, and manage the overall projects. Responsibilities include blueprint review and analysis of projects, preparation of construction documents, bidding, negotiations, material purchasing, scheduling, project budget, building code compliance, project development quality control. Caprock Highway Construction 1983 —1993 W.D. Turner Construction 1976.1g83 KEY PROJECTS AND SELECTED ACCOMPLISHMENTS • Tx Dot Highway reconstruction • New Airport construction and renovation of existing runways and taxiways at Reese Air Force Base and Dallas Naval Air Station • City of Muleshoe • Heavy Highway concrete paving in Greenville, Tx • Seal coat of numerous Texas major highways in Districts all over Texas • 34th Street Project— Indiana Ave to Ave Q reconstruction 41211'21 8.54AM Jul" ArAr4vBV,,, DaTCw8rRuCTM®NCBlM W= GRAl111T IW=U`' Seaeo■ed An�lt S'ape�ieudmt � T}es v1�o�d in•Aeplb � e11 eoapeds of 8iptevrey Oa�odbbde y„�, pipe ledMeeoe 8 as m1d advaaatag to egodpaeed sq*Ak ti im= ARE pa+oamoted — who a wwbtee dwL saw of - vik Timor, NmDMT, fiidaud paajsats, pdveb eaetote a11d ft plxfjeais of aB d=L ' =MV and Mavete empla"w to otaeolta a =w" and veeed b oMew wlte ammONM of on teem , Sawn rMapdayeestu WwbdMdNrUWXpzvir mftdwpest M253sL GMAN= CmumOXIM— COICAM, L*Wek TX 7AD-268 Liu �boe%T$Tom Dept. OfTr ea-0t�-tea► 2003-2010 1Lea Beat / Wetat a MMVj row* ie a fifthaeq 13 X& Bwmypvjao in TX deap redress tte eltl► Imd paavicio addod oey b uaaat fi>daote hedpottl8larl a+MMds, The i jO NI PM l revisal >oe,*T Meteo�dei optm , inOtAdtQ�'1�eerae Tech i Tc�6 ft Oft lwIn' Mes adda, wasba sAe w aed wMd bah 1md nlahad fidwa aMMIee tlB owned wads a8 to awbum fie' al 4 Am of to p xdwt ea+1 41 by TxD T m hr. Ov=U pwjOdnqMhMtiwido—ded s meh*b taqxs is vadaae t ub moia ft wMb& teaMk & sephdt p final job eabaw ' SX& May. , an Pdou Ohs, BmddoM lotaaf Wd Cords ad wadmg end wd !'brew i —'thin p glade W- 9d pbaao oomaisded ofdo wt whs Am law b sit ]suer, of ePlaimd WA* 11 n&s of Wat Loop 289 anal alit Rd. to 30 St, Abe in the M*mt re+mrr cesebacd= ofmyoi Lym to* 299 bosps otter US Q I tit sad b dk%g oddw 50 St oveown ldsaa* and d p hS 3200 tema of 7' W B ndt aaol pMeod AN 'qmwmdm MWfts fa bcaus FAL Qeeamted a gMbaaoeenstla8 af37 nedof381abe wAsol ee wnt im 2 — This angft pardon of the ptled upgmft it 4.9 mfie pwdem of US 82 iMb a POW wxw to caukoem of rah s Ab&ML This AM- fm- "Md UWWmass sto 4B 30 flan 1901 6t Qw&w Ava, 4& IN end Aveaam Q PMA t W ad apeevlmd the hft of no tons of 7*e 8 =it ubwh bob a scaM y nae xd of atnawl of mix kIL laid 3M tone of Type 19 mia os ar used &p in blift teak eoane. K3arsreted s 929fe boons rabgg of 3ti out of 42 pae4ag lute with la removel. Phew 3A — Cases W of 3.18 to 90 of noalti M may, sepposUhMoy made ad tM =*w Syarer bddpL The sanoftuwd flyr w fivK Loap 289 bus 821$ghwey oar 39M 8 MA ma dkb aw 74 fi htgy . modoteg it to lamgaet sad fattest anon in the hiedw of T5d7W s iabbo* District. Tiro aeeomd Apure; an OMMOund oonaoab w $fit US 82 BWml,y to Imp 289 cdmh 2,080 A end emnde 41 L tall. GmmdW 1t1A bomsa Mfbr anudwVXW wigOw Rmdfi affOw farOQPC sad AAA VA so ramw 1. 1'bttae 3R — COC*WgW 1.5 mites dos & fe+om Cbbago to thdeaa Ave. sad bo bim hdoMbMW at M Stead a& Rd. witty avvVN song st the 06 nabeamdjoL as mnbd 99% bum iataaag Wfi 20 ant of xl pavbmg I * and noaerma WiL 41211'21 8:54 AM OWN�IS*d FTUV p a m as NEW EFNM do ray O , ar brft bey C=www within to ht 1� ASKAMWOM a °°� � � (� � �r pa�eati ,� ia�w+e b� � dr Iri g►e �ardt 11l1{oRt c ,tx iha m MQb36CW ca AWI b rmrido 1►e�t nis�c #c tfa i9r►e /Y '1p! � i g1■1pk�M,'d ihet�pet,11r��- �"__._� �► �'� r � �ibr.� tku �oi' fie 3 rrt4p a , in mmoolkys gin pevw b rmid.P ww fiv r... owm,•. . i.dommiptlan 0t aWad ingje&&win � 2. ci aboomemice red awns 3_ Tha mrtil 4. Ckw o x*d L. 5. Leymmmgmcw & plow t sift y 7. logop� 8. eq mo d=- dli8 t Cosv i kti! of sie or p,n" iar u,e m ttm as /Qi. Additiai qua if P*mq un mpk*d OWE law Bw -- - Wi1>C�7101�w'�l�ar��air�sc�nrlr+traetn ieea�r � 4/21/121 9:54 AM 07.46 Sah"Wtz". *.airs mw vomam I QQR StAl Did X Payinn 'PrvvWm HO of fdmw.*Wft" OW wN pm—womtwn 10 prrre�rt of WM to be hvvweao dw moe a dmmipt= of pw tWokeft iw,mA�lbr4hmb I ac I NO ProV.& a lie of mz'v- r Ili maw Atub Addwoug Lakussim EqL#mrd i Mswml Pixmidrd aad Only Ipme!" wo mm Lamm wlp� R4oarb N: PIf kLFW� otomam pkm 4/21/121 9:54 AM Lone Star Did & Paving, Ltd Unit # Supervisor Year Make Model Serial Number Comments 77777= P29 Dodrick 2007 Chev Silverado 109690 4DR Flat Bed P33 Jesse's Crew 2005 Chev 4500 509416 4500 Crew Cab Flat Bed P35 Pete's Crew 2006 Chev 4500 420184 4500 Crew Cab Flat Bed P37 2011 Ford E350 A59295 Passenger Van P38 Keith 2010 Chev 1500 257991 4DR 4 Wheel Drive P39 Mario 2010 Chev Silverado 248749 4DR 4 Wheel Drive P40 Broken 2007 Ford F550 28113 Mechanics Truck P41 Rickey 2013 GIVIC 1500 34311 4DR 4 Wheel Drive P42 Mary 2012 GIVIC 1500 157494 4DR 4 Wheel Drive P43 Asphalt crew 2013 Chevrolet 3500 HD 141603 44 Work Truck P44 Asphalt Crew 2013 Chevrolet Silverado 164132 4DR 4 Wheel Drive P45 Omero 2013 Chevrolet Silverado 210422 4DR 4 Wheel Drive P46 Asphalt Crew 2013 Cheverolet 3500 139786 4DR Flat Bed P47 Carlos 2018 Cheverolet Silverado 150312 4DR 4Wheel Drive P48 Roland 2013 Ford E350 Ext 90473 Passenger Van P49 Rick 2019 Ford F550 55084 Mechanics Truck P50 George 2019 Ford F550 48284 Mechanics Truck P51 Jason 2016 GMC 2500 328111 Mechanics Truck P52 James 2020 Ford F250 47726 Crew Cab P53 Cruz 2020 Ford F250 87515 Crew Cab P54 Oscar 2020 Ford F250 87517 Crew Cab P55 Arbrey 2019 Ford F150 25032 P56 Jesse 2021 Ford F250 36426 Crew Cab P57 Colin 2020 Ford F150 54158 Super Crew 77-7r= PT1 41 Pit 2002 Terex TA30 A7991477 Articulated Dump Truck PT2 41 Pit 2006 Terex TA30 A8941056 Artculated Dump Truck T1 1991 Ford F8000 Al 3102 Water Truck T7 1992 Ford F8000 A07950 Water Truck T27 1993 Ford F8000 All 1847 Water Truck T28 1991 Ford F8000 A37304 Bobtail Dump (Asphalt Plant Trk) T29 2002 Ford F450 A58078 1 Ton Flatbed T36 2000 Pbt 377 486009 Water Truck 1999 Pbt 385 502626 Bobtail Dump Page 1 of 9 4/21/'21 8.54AM T50 1998 Ford F800 A29809 Mechanics Trk T52 Jose 2005 Pbt 330 857589 Fuel & Lube Truck T53 1995 Ford L900 A42667 Bobtail Dump (Asphalt Plant Trk) T54 2008 Pbt 388 TWA 740319 Winch Truck (Red haul truck) "Logs T55 2007 Pbt Water Truck 676323 Water Truck T56 2005 Pbt Water Tn. ,o< 872143 Water Truck T57 2008 Pbt 388 752240 Tractor T58 2008 Pbt 388 758854 Tractor T59 2007 KW T-800 183633 Tractor T60 2007 KW T-800 183631 Tractor T61 2007 KW T-800 183632 Tractor T62 2007 KW T-800 207407 Tractor T63 2007 KW T-800 185739 Tractor T64 2008 KW T-800 212990 Bobtail T65 2008 KW T-800 213389 Bobtail T66 2008 KW T-800 213387 Bobtail T67 2008 KW T-800 212981 Bobtail T68 2008 KW T-800 213386 Bobtail T69 2006 Ptrblt 335 657385 Water Truck T70 1993 Mack CH613 27600 Water Truck T71 2016 Freightliner 108SD 8810 Distributor Truck T72 2007 Ptrblt 378 698593 Water Truck T73 2007 Ptrblt 365 666586 Water Truck T74 2008 Ptblt 367 T/A 770128 Tractor T75 Chris 2010 Ptblt 340 T/A 105346 Fuel & lube Truck T76 Bob 2007 Ford F750 411347 Mechanics Trk T77 1999 Mack RD688S 039735 Bobtail T78 2000 Peterbilt 357 522718 Water Truck T79 2012 Mack CHU613 011338 Tractor T80 2012 Mack CHU613 011340 Tractor T81 2007 International 4300 416708 Bobtail T82 1992 Mack RD695 11756 Bobtail T83 1990 Mack 006322 Bobtail TR1 1972 Vermeer Flatbed 1906 16' Folding equip trailers TR2 1988 Lee Form Gooseneck Fla" 595388 18' equip trailers 28' tandam axle w/loading ramp TR3 1994 31241 Page 2 of 9 4/21/'21 8:54AM TR5 1988 Kaly Dump 5104 Hydraulic Dump Trailer TR6 1982 Fruehauf Tank 2806 Hot oil tanker TR7 1981 Howl Equip S8111280 16' Equip Trlr TR8 1966 Fruehauf Tank OMG353619 Hot oil tanker TR20 2001 BIGTEX Utility E42782 18' TR21 2002 Shopbuilt Lube 124068 Lube Trailer TR30 2006 Clem End Dump 005313 End dump trailer TR31 2008 Tiger Utility 2253 18' utility TR32 2001 Loadking Haul Trailer 023906 Low Boy Haul Trailer TR33 1999 Lee Model T7 215286 14ft Utility Flatbed TR34 2009 Tiger Utility 227 Flat Bed Utility TR35 2001 Etnyre Haul Trailer 111211 Low Boy Haul Trailer TR36 2009 Shopbuilt Flatbed Flat Bed Utility TR37 2005 Load Tilt Utility 005393 Flat Bed Tilt Utility TR38 2012 AFF Equipment 1A9BE1826CL790030 18' BP Equipment TR39 2012 AFF Equipment 1A9BE1824CL790031 18' BP Equipment TR40 2006 Ranco Dump 1 R9ESD5016L008143 Framless End Dump Trailer TR41 2012 Bels Equipment 16JF01622C1046491 Utility TR42 2012 Bels Equipment 16JF01629C1046486 Utility TR43 2001 SEI SEIPUP 1 S9PD33261 B638302 Pup End Dump TR44 2001 SEI SEIPUP 1S9PD33271B638308 Pup End Dump TR45 1998 SEI SEIPUP 1S9PD3322WB638109 Pup End Dump TR46 2000 SEI SEIPUP 1S9PD3421YB638215 Pup End Dump TR47 2003 Warren TIA 1 W9CA4B263T369001 Pup End Dump TR48 1973 Heil Tank 924979 Tank Trailer TR49 2016 Armorite Dump 56EA75C22GA000626 Framless End Dump Trailer TR50 Shopbuilt TR51 2020 Mana Bellydump 5MC424012L3198398 Belly dump trailer TR52 2020 Mana Bellydump 5MC424010L3198397 Belly dump trailer TR53 2020 Mana Bellydump 5MC424014L3198399 Belly dump trailer TR54 2020 Mana Bellydump 5MC424019L3198396 Belly dump trailer TR55 2020 Mana Bellydump 5MC424019L3198401 Belly dump trailer TR56 2020 Mana Bellydump 5MC424017L3198395 Belly dump trailer TR57 2020 Mana Bellydump 5MC424017L3198400 Belly dump trailer TR58 2016 Etnyre HFR50TD3 Equipment Trailer 1 E9319072GE111013 Haul Trailer TR59 1978 Delta DD-46-96 2(717 Drop Deck Equip Trailer Page 3 of 9 412I1'21 8:54 AM TR60 2020 Diamond C Equipment 46UFU2029L1230606 Utility Trailer L6 1977 CAT 950 81J10964 Loader GP bucket w/ cab L9 1989 CAT 980C 89P4756 Loader L14 1983 CAT 980C 63X4723 Loader L16 1983 CAT 930 41K11978 Backhoe L17 2002 CAT 416D BFP03226 Loader L19 1989 CAT 988E 050W09849 Loader L20 CAT 966F 01 SLO3446 Compact Track Loader L21 2004 CAT 252E CAT0252BCSCP00510 Backhoe L22 2002 CAT 420D FDP12773 Loader L23 2007 CAT 928G DJD02717 Loader L24 CAT 950 G 3JW01649 Compact Track Loader L25 2009 CAT 289C JMP00867 Compact Track Loader L26 2012 CAT 289C JMP2776 Compact Track Loader L27 2012 CAT 289C JMP2780 Loader L28 2011 CAT 980G 2KR75009 Loader L29 2008 CAT 966H A6D1384 Landscape Tractor L33 2006 CAT 416DIL B2D2395 Backhoe L31 2007 CAT 420EIT KMW1549 Loader L32 2006 CAT 938G RTB2312 Skip Loader L30 2006 Case 570 MXT JJG0302936 Loader L34 2006 CAT 938G TCR00266 Loader L35 2010 CAT 850H OK5K02879 Loader L36 CAT 420F CE41-1 CAT0420FTSKRO3564 Backhoe L37 2013 CAT 289C2 CAT0289CCRTDO1156 Loader L39 CAT 980C Z63XO9800 Backhoe L40 2012 CAT 420E AM ODAN02116 Compact Track Loader L41 2013 CAT 289C2 CAT0289CCRTD01156 Backhoe L42 2017 CAT 966M OKJP02423 Loader C3 Dynapac CP271 23620353 3 Wheel Steel Wheel C5 1978 Ingram 10-12 ton 726BO95 Yellow Wacker Packer C8 Wacker Packer 583601396 Green Wacker Packer C9 Wacker Packer 654504847 Double Drum Vibratory Roller C10 Dynapac CC421 58010324 3 Wheel Steel Wheel C11 1977 Ingram 539375 6419950D63 25 Ton Pneumatic 3 Wheel Steel Wheel (9010005) C13 1968 Ingram 1125 3A80281 FC Page 4 of 9 4/211'2 M 8:54 AM C17 2000 Dynapac CS141 21720145 Pnuematic Roller C18 2000 Dynapac CP271 6996453 Double Drum Compactor C22 1999 Dynapac CC522 62910590 VIB C20 1993 Wacker Packer LF70 Vibratory Padfoot C23 2000 Dynapac CA250PD 65320338 Vibratory Padfoot C25 1999 Dynapac CA152PD 64320602 3 Wheel Steel Wheel C26 1991 Dynapac CS12 175363 30 Ton Pneumatic C27 1995 Dynapac CP30 7018797 3 Wheel Steel Wheel C28 1978 INGRAM 10-12ton 88275OE9Q 25 Ton Pneumatic C31 Dynapac CP301 3 Wheel Steel Wheel C32 1998 Dynapac CS141 903R140055 Double Drum Compactor C33 2008 Dynapac CC142 60214052 Double Drum Compactor C34 1998 Dynapac CC522 62910617 Compactor C35 1992 Caterpillar 815E 17ZOO487 Compactor C36 2001 CMI 335C HE-1506 Compactor C37 1999 Rex 3-35C HE1498 VHF Roller C38 2006 Dynapac CC522 51720557 Pnuematic Roller C39 2002 Caterpillar PS3608 9LS00221 3 Wheel Steel Wheel C40 1992 Hamm WH90 33906 7 Wheel Roller C41 2001 Caterpillar PS360B 9LS00229 3 Wheel Steel Wheel C43 2011 Hamm GRW280-30 H1950097 Compactor C44 2001 CMI 3-35C HE1508 Compactor C45 2006 Dynapac CP271 2362BR2284 Compactor C46 1994 Caterpillar 815B 17ZO1695 Compactor C47 1993 Caterpillar 815B 17ZO1524 Vibratory Double Drum Roller C48 2013 Dynapac CC524HF 10000322COA008893 Vibratory Double Drum Roller C49 2006 Dynapac CC522VHF 51720557 Compactor C50 2000 Caterpillar PS360B 9LS00115 Compactor C51 2001 PS360B 9LS00214 Three Wheel Steel Wheel C52 Sakai R21-1-2 RR4-40469 C53 2000 CMI 3-35C HE1496 C54 1999 CMI 3-35C HE1495 Compactor CE1 1995 Gomaco GT3600 902900-053 CE5 Gomaco Commander III 900100562 Curb & gutter machine CE6 Gomaco 9500 MC18682-55 4 Track Concrete Paver CE7 I U01;E Gomaco, GT3600 902900-957 Placer w/Trimmer Head Page 5 of 9 41211' 21 8: 5 4 A hi CE8 Gomaco Slip Form Paver CE9 Gomaco GT-3600 902900-1008 Curb & gutter machine D1 Gardner -Denver GD45C 45001 Slab Drill D3 2006 E-Z Drill 21OB-2SRA U3349 Dozer D4 2012 Komatsu D155AX-7 90078 Slab Drill E1 1991 John Deere 79OD-LC ZKO0649(8465) Excavator E; 2002 Cat 350L 3MLOO286 E4 2009 Cat 307D CAT0307DPDSGO0187 Excavator EF 2007 j Cat 330DL iAWPO1286 Excavator LD4 2002 Leeboy L500 309276 Pro-Pav LD6 2000 Champion 1110-W 30277 Asphalt Paver LD8 2009 Lee -Boy 8515T 8515T-54865 Asphalt Pick-up Machine LD9 2002 Cedar -Rapids MS2 45280 500 Gal Tack Wagon LD11 201F Lee -Boy 250T 1309357 Asphalt Paver LD12 CAT AP-10001) EAD00433 Asphalt Pick-up Machine LD14 Cedar -Rapids MS2 50224 Asphalt Paver M4 1996 CAT 140H 2ZK006X9 equipped w/rear ripper M6 1999 CAT 140H 2ZC04412 equipped w/rear ripper M7 CAT 140 H 2ZKO5654 equipped w/rear ripper M8 2008 CAT 140H 2ZKO7110 equipped wlrear ripper M9 2008 CAT 140M B9DO0423 equipped wlrear ripper M10 2004 CAT 140H HVCCA00746 equipped w/rear ripper M11 CAT 140H CCA04056 equipped w/rear ripper M12 1974 John Deere 670 002020 equipped w/rear ripper M14 CAT 140H CCA01089 equipped wlrear ripper M15 2006 CAT 140HN CCA02050 equipped w/rear ripper M16 2019 CAT 140SW ON9400238 equipped w/rear ripper M17 2019 CAT 140SW N9400164 equipped w/rear ripper M18 2019 CAT 140SW N9400162 equipped w/rear ripper M19 2021 CAT 140 N9400439 equipped w/rear ripper M20 2020 CAT 140 ON9400385 equipped w/rear ripper S6 1999 CAT 623E 6YFOO166 Scraper S7 CAT 623E 6CB00600 Scraper S8 1996 CAT 623F 6BKO0215 Scraper S9 2004 CAT 623G CES00473 Scrape Page 6 of 9 41211'21 8:54 A M S10 2003 CAT 623G CES00312 Scraper S11 CAT 623E 6CB00779 Scraper CS 1 2002 0 Gff es BM624 D7D H 986 'ire 8649 486 i z 9650 007014 TT4 1994 John Deere 8870 RW8870H002124 TT5 1993 John Deere 8870 RW8870H001398 TT6 1992 John Deere 8760 5755 Tractor 4X4 TT7 John Deere 8760 Tractor 4X4 WT1 2003 Interpipe 12000 Gals 12KT-0002 12000 Tank Tower WT2 2006 MSE 12000 Gals 2006-31 12000 Tank Tower WT3 2004 Superior 12000 Gals 00-12-73 12000 Tank Tower WT4 Interpipe 12000 Gals 774524 12000 Tank Tower MS2 1999 Broce sweeper 88467 MS4 Morgan Bldg 10161CTBCUSA Office building MS5 2000 JD OFF -SET 8' Mixing Disc MS6 Star fuel tanker CTT1028 1000 gal trailer mounted fuel supply MS8 2001 BROCE RJ 350 401011 Broom MS10 Shop made 3000 gal fuel storage /electric pump MS11 Shop made 2000 gal fuel storage w/electric pump MS12 Shop made 1000 gal fuel storage a/electric pump MS13 Miller Big 20 trailer mounted welding machine MS15 Steel Forms N/A misc concrete paving forms MS16 Storage building 20' enclosed storage van MS17 Storage building 18 enclosed storage van MS18 Shopmade Trailer Ramped Single Axle 5X8 MS19 John Deere Plow Flat Bottom Breaking Plow MS20 John Deere Shreader Bat Wing MS23 Leroi Compressor KG56-1303 Trailer MTD Air Compressor MS24 Hotsy S7055 C792330700 Pressure Washer MS25 MKC MK Concrete saw Honda engine MS26 Corecut Saw Honda engine MS30 Hotsy 5516 "° BIT 203243 Pressure Washer 60001b MS31 1992 Cat 7SC00883 MS37 2003 Bobcat 24" Page 7 of 9 4/211"21 8:54AM MS39 2003 Bobcat BIT 12" MS41 1992 Onan Generator V2203-136528 Trailer Mtd Power Unite MS42 1986 Lincoln SA200 A802862 Welder MS43 2004 Rome G1-7-24 20GT-1021 Mixing disc plow MS46 2004 S Pump 2" Centrifugal Selfpriming MS47 Poulan Chainsaw, (two) MS48 1990 Lincoln SA200 A-802862 Welder MS50 1990 AMCO WOG-2-3230-BG 1053 PLOW MS51 2006 Allmand 0534AB06 AWB15-5573 Arrowboard MS52 2006 Allmand 0549AB06 AWB15-5574 Arrowboard MS53 2006 Red Lion RLGF8 2906 CODE 616808 2" Pump Type A MS54 2006 Red Lion RLGF8 3705 CODE 616808 2" Pump Type A MS55 Target PRO6511ID30 228590001 Concrete Saw MS56 2006 Allmand 0536AB05 Arrowboard MS57 1996 Arrow Master 1350 6410 Self Propelled Hammer MS58 2009 Norton BBC547 8083028 Brick Saw MS59 MI-T-M 75000 MHO 40033591 Generator MS60 2005 Wirtgen W2100 410145 Pavement Profiler MS61 2004 Ingersall Rand P185WJD 346433UE0221 Portable Air Compressor MS62 2003 Ingersall Rand P185WJD 356249UDPB34 Portable Air Compressor MS63 2005 Bomag MPH364R-2 9011323001607 Soil Stabilizer MS64 2010 MI-T-M 60000MHO 40025106 Generator MS65 1999 Allmand 402AB05 Portable Solar Arrowboard MS66 2010 Terex ODLSE25LA EVD-10635 Arrowboard MS67 2010 Terex/Amida ODLSE25LA GRD-21578 Arrowboard MS68 2010 Terex/Amida ODLSE25LA GRD-21579 Arrowboard MS69 2010 Terex/Amida ODLSE25LA FKD-13884 Arrowboard MS70 2010 Terex ODLSE25LA FKD-13885 Arrowboard MS71 2011 GNSS852-882 Trimble Kit MS72 12'x48' Mobile Office trailer MS73 Trimble GPS System Mounted on M6 MS74 Trimble GCS900 31) Auto Option Key MS75 MS76 Remoo MC WIZ MCW07-762 Plow MS77 2012 Maxe 5R8U61027CM022963 Pump MS78 -ry FSA" " Concrete Flat Saw Page 8 of 9 4/21/"21 8.54 AM MS79 Stihl TS420-14 179141323 Cutoff Saw MS80 2008 Wirt en W2100 09.21.0286 Cold Planer MS81 Hus varna FS400 Concrete Flat Saw MS82 Briggs & Stratton 25T235001561 Generator MS83 2010 Broce KR-350 407027 Ride on Sweeper MS84 Wishek Y-2000-10 AGCWY2000EX036301 Offset Disc Plow MS85 2010 Ditchwitch RT45 CMWRT45XCB0000366 Trencher MS86 2008 Genie GTH842 GTH0808A12182 Telescopic Forklift MS87 1998 Link -Belt RTC-8065 D718-9945 MS88 Genie S45 S4507-11814 45ft Boom Lift MS89 Genie S80 S8004-3616 80ft Boom Lift MS90 2018 Bobcat 225 MJ161466R WELDER MS91 MS695 JumpinU Jack MS92 Stihl TS-420 Chop Saw MS93 Stihl TS-420 Chop Saw MS94 2011 Wishek Y2000-10 2030610 Offset Disc Pwo* MS95 In ersall-Rand 2 Lights MS96 Yale GDP070VXNYRE087 B875V09986K Fork Lift MS97 Sulliar 185 2.01205E+11 Portable Air Compressor MS98 MS99 Plant 1 2001 Omega Impact Crusher Feeder (Pit 41) Crusher Plant Plant 1-A Conveyor Belt Plant 2 1978 H & B Hatch Plant Control (Asphalt Plant) Hot Elev 10000ASP Tank Misc Plant 3 2013 Powerscreen Cheifton 1400 Trax PID00066JDGD16223 (Screen Plant) 5x16 ft deck portable Plant 4 1998 Yard Crusher - Detriot Eng OMTRO01 Impact crusher Plant 5 1999 Nordberg 1213CC 2052-2781 Impact crusher Plant 7 1998 1 Vince Hagen 981016 Concrete Batch Plant Page 9 of 9 41211'21 8_54 A M _ I1CfBBfc�ilsFlcELl Orw�M — PaWng on FCRy 4f Ldbbock Shook d ovw 0l1 v or Ed IlaANN � r CWW*dw ISL OAR/�Yr.r�r+r _ �vl�d 11�bM1idslo�ln�d 17�w�r Ltir� fdwo�/ ter INES Tag AtroflB6mmoI Ro rwQs A1MM/DOw1MMN4 Dft illirr L7�wl ..... a iutr.t__ wasomd &&Akmmw— �fTl�rL1��M�errAt ps"Jsat�c� C�rao30 NowRESM, T11�I}wMrM �+rA Maier or o � o 4/21/121 9:54 AM AOats A Prdaas Nme �: � ;AlAield +et hlytwfeu'y ti: e 8toe7aan'.olin Coe' 'Care iltmer �� i�Isesliaoodao��lomee� . - � ;�to 6e�c� peiapiheW — _. _ u �. ' �p+v; t[ .fna, l onalsls.slork reMns�exi On mmsftor hwid w-i mm-c ambu thr mwpaimP rlgkalrZmr l%OA1cer C tb,3 °� _ _ l7�aa aCoolomsti �aocfaa," R _} »O11CbE k.CavO Y1>rneY u �O�Li0dK7lfd loom iM��ae a C1.rtr+ . �'��63.. u� ee l.ala� C.aTlal. �'€Rfi,.�09dleRn _ T+gjsC�Plrme `"_ C 8 Fmrinlots F T t? _ _ t L. IN, PCd Phase a > m an ciii �7i41E1lbamfrid FadeesMats PAgjpll� �6lBbyOdiss ltmc"W i Nnre®e C1mYci 1ot6olerveo v A+6le,• &Adolmll tAi�ray Slodonsll ,1 (�snbpahlNeelm,e�mlroeocus�daomYdhldcakaoswAnaee:? ?1a�le 7tilrr Pmdiaoa2mbogm Ttb*-ZI Caodttx�aMtta_a ;_ I, ; �r-.c* r8�-79 69v83i h;xbGltelfi6,c R: 41211'21 8_54 .A M �w fAeoiaea sli OoopNtdlrrtl�o � eaR 14 �slrf rya ^34t:5tteet CP5 AUMftMflIA PAO ��� � se,lee,s66•ap � � Olbf�ctet�c: + 7 _ J,�+� � &"I after 11 r^, . Cc_ aLlfea� - ��p� slaw Q bsey Blod�m ' Win OM eten svxae,e r k m> q. d valtem. rwioa+!/eaa 14=3 - ___aer of Lnu6oc7e tom/�r1s-mane �� gtsva ._ tl — �_ sa notl�.c-wvt �rr ock __LLjWwm. ry Vic Abater Parer � --ra�ec .. - �r KhRisittaa4aesirx Xristia� s-lava Lau limits lallmttaw .. � s,a9s,-oso.00 _ til�e 1►rb , td— _ - sluena; aoam � � coiia vas _ Bla.. Relbtenee tUerigTkA�Oo� nm�slliieaml _ _,....�_ 11:luoot � --; flsm�ria rrm� lldliessiilall� ol�nr $ City of iiabboefe '� paioihr Oaaid� �Cit; of ILttbboak _ � _ L e st se liter Dis! i PavSa' Ie17li-�m2 rmi0 pf Ta�7ksDek� J tit a saPlt Reef sr� it«,Tovstfoas Dloes�i ai aadPi r ArrLdt on aitL atreets a21 over ZtdAM) ap, _ lgjaiChot ��8B1.Bo0.b0 qq jy� ���, giaay _ p4' h*91 Pmmlm f Pn xt piq w JGi- RC:IJt-"f ltl��le� ��IY WdOC�' BIC � ell •.y - , tape IOW PbstUm� _ gwg lS1817 S agog star mire iB06r146-SO �vstur CNner Ft. 4121//21 8:54 A M CWth -dpMjrrt CDM~ +Mlrisr lw AIMr!^��SA danar � _xt} of LUbFoC)[ --- frolll Indiana t0 M�'hie _1 �_. LRN�wrnl raystockman ra rr�y �t®xta�ocr '* rrMssiwirrr leOEM" r+Womba e a1 t w. �"------ or Lubbock _. _- INOSJ77ng-3000 C t Of LuEbock s hn1C iCeriir Yartcw Imr�3ame .r a air ae Fiai� o� Ciry DM h*daw~ ri ray: sic r r Y ooxii,`oo. �riSerwRyslso�rUioKfr.' is ty Of rwM ZUsarr ware 7aigrr $�$ _ I006l77--. oo i rxara�Re air Con re} rout Locations - - 1 8738, oos.00 L 2013 � I+giee�t lkrrnaM[ 1�err Ste° ca. poi 14is __a - _ gkp�pgr� rb Cos 5bnr :USIIsi M1lydoa t�rorra Sim pidyrnedrr iwRers _ fo _ Y,a rrrs �a r� __ _ - �` f'CIsldAtiilpp �_ � r ity ed � I r 4/21/121 8:54 AM a. .. _ - 9«:iAs1Mi1. sTi'�I'�+�R"""■�■�rrErrst_ r_�ra'. S iR��7s.r. omme D� cwr�rr Wrl aea s hoof �e.�i .00Qi q� �il■ii Ors r.1r w..�r o* Tat : • wr..ro.r u! ars.� rwrrl�r■,�rw ar on�r '�"' v ' aoa.a. ■ra.. �tr®aa ■brw Yrea�r a�o4d.:�1 g4►r.�or.wrr��iy.Pk— ansNr in an irrrr an tiwrhitv at sobbmh I tM773-IM RAW fte jwbmwYO agpe! -Zi0! • A A�IMR ! horl n!-igi K der pa1 G N traa%am 1 0 ems. 0 41211'21 8_54 A M amwd - _ - Reaonsrucgon of Ave L �+R1eatCae �294 —_MIA pwim — bps 6 2 Inchm a T D NMpC, oil zm� i518vUr — CO�nCO@ - —�� mMes_+.�. fbdk2mm mypmmg N� —7WAa.11lno i of ShsAvwater M2-Ml ChFgtr--t_L Earlt�:�r I Ernl r =��LOI Lub6odt - to a deem of Jr wr�t�s Lttmw - nkford Avenue f2e� laDamunt a �"' 1�1■ck f3�s & Z" � ,,_ e C � � 1470 M 2b prte -�: - - �'41� d & �— cood � (�dya���rta b�e��ara) u iColPrsGor� �36ByeTuma' dam• Re TUmer Tibet 04pmbdbn 1'e1�Dma Hai I� - -- -• -..�, �+�• � City of Olton 2o1S Serf Coat RrQiect f i my St�e1a [Hole phom t Its MR Rdku° Coobd e' �r Ib ever ,�l.,a.�eo� fi[zCw� awmr Mar— NOW m► - - N Al. Canvat Prof acts and pftjed can*bftd the bd le Team preset Owner .0 u oc General D=aW= ofpwjwt 0 ���d �nq r nc dt I�a#�ch.!Mn off UN Streets al aver Projed Cad ­921 600 00 nets AURChmentA Key Projectpaumnal Ar"Gum %.gwlam 11/2018 14mjcdmmw pmI Name&fity oism RebrenceCeataaclntbramtfmtaZ7\fTDTey—�QCm Hama indicates approval to emkoft limumm hKvvwuh as a reference) -OWM Now LUbboaF r1w position Tel COM Canetrtmtioalularmpert h-el anial us Pw im Oww Cl o L cdptift"TMhalt PatchinGamil Dwm of Pa tpa�I o ,eets coatDate Pmf@am Cotavlaw dw ull ongoing hcimmmzw PmjaaSVeMftAN Sgftoaim I styC=ftl Nam Rehm= Contact bft=Wan(Hftgnames indicates -------------- 6- ft Conhoft ffic amuse hdtvamb as a nfwm=) Name Title/ Position Orsawmemm aw Ow m Ch of Lubbock Designer Cnaslcadion Manager plow Ci of Luhhrr-k Gnaw D==Wkm ofpf*m —Eaving of un ad _[Qad- Pmi.et-cwt E)aved J�Luhback— DMPMJyet C=Vkftd --7m=p="l=l Name swamt=d- Mg �sddy OEM ruz eyes Ar tockmaArbrev Rd"m= Contact lnS3=tm (hsh" =MN bdbdm appmml to canadhM the mm kdmdm* gm a sefir ov) I Nam Corn Umdon us .US PwJedON= it or Lubbock — c�aaal.:.. $651 134.50 �Rf'h� tasoea� __ I�me 14th from Ifiaiina 4., � S*VOMM M=hMmdA C�ei dee lfl� e�wa i�dlonm - 1ri a�r� �e m � u # deb NOW 7f9dlbr7loa Cir�rai�kn Bad0lraor -1 , of Lubbock — __ t806)775-3000 of ubhrh c k ,annalt Rec,air Various Locations anew Dwaiomv[nift ' e a-.-r as a4_T PA -city ree s h4-1i cri $864. 000.00 1LI F jw C"Odw " - 1tw Fj*dPewueel .. 1 Turned NOSr sey sto :man mm n tirey stockman Col:: r: Coe teeA�co 0ar4ig i� {� nines ialfar�- , �pprd to rc�rudb6 �eawa k+dlrMfeae rr a �tano� �' _ — Itnm _ G T OOM Oww ity of Lubbock 606)775-3000 Prp�cq [lxrr i k Of i k . _ 6,- 9 Re air Concrete all over ittt Teets ReQaira various Locations Pftrw Cgs, 1 $738r002.00 rx - -- � =q Pj*d Paavaad Pi*MNMW Pj*dW OMM 1�m0 rbsay Stockman zs,_'�y stockman Colin Coe Stemve Turner R�tme Clonmq (Npigaoa,powl b �ca,:n��„� de a�mti�vido�aa� 1�no 7f+i�w "ManC � a,,• 6a1! - - Qaaer ity of Lubbock 806 775-3000 ACT Qowrdollw tl�t i 41211'21 8_54 A M "eviown'T iprvjedcanqdmw WIMAIN me lad to Yon Ptaowmr J �hallovv4wr___ - j oui=dDenalidmofpWft__ 'RO"Ve-"Iin.2 J.Shct"R�.jje_: - - — — RecomAtLqTtqfj of Ave L Pr4matcost 889 294.00 -ft. --,av(n,-:-Pd 3.5 Inches of existn-i-baw maternal. PANWO & imtall 3 inches oi MIN tw -Date Pno�est( Name a (WE Reffimm Coto kftmgk,, !eve- -Turner N�8 acmes v Slorkrnaa_ Colin coo hdicqw0val Is the ustan hdividumb a a majam) Nam Owncr Thwpbddm I Thbmboae Deftmer — CommXtiolabrillam ineer 632-4Wi__ -)- Jp4actomw- City Of Lubbock Goad Dwcrfpvm ofpqcft ptojmtmam -11 & Relav -Frankt 4111111 110 a LkNth of 11". - QiNt Avenue N41 - mtrwCost IF 9_M!Lx� Of 90 Black Bow & 2m Ttpe C Hot mix 738.25 Pad Date Pmdtad cmnpjd*d iA1412 55 ow8Nam SAW021cor CSieve Turner rbreSbakmabTWhddm Ormilzatim Detester Ca=bmdm Mang- P1000" Omm C! of 01ton GMMW D==Wmof copt, 11ton U�pt*Ost seal strel�b Praim Cost aft Pmjmt Cmoew Kay Project Pasonad 1�i - Re&tanae Contact Nmm We MmM Is csmm*,0g the oamee Name Owner n womu TIMPOOM Deliver NI 0. 75-3 D 15 Seal Coat `eat .Q9i Sooaaau_,,_ ft officer MEM � MT � ANK&MMA 0 HMAC. CptreatPrajects and Project Completed within the last ]0 Yemm Attachment A Project Owner " 4---`,-- `alnview CIc=mlDcwrWnnofNcci: Ut°-In 8 Road i jeceNaore alnyl ale �,,, y uSlness Pari base ' Praiect cost Project tots cost--�.�,� � - - - -- _ Dare rroleat eoWleted n going — Key Project Personnel - _ Project Manager Project SuPerithtendent name -- Sa&ty Officer �n3' Control o In 1. oe Reference Contact Nbrmadon (listing names indicates approval to contacting the names indlvidhwls as a rr:farence) Steve Turner j Steve_Turner Name _ Title/ Position organization Telephone ' -mail °ice Cit of Plainview' T — �- _4venue Designer _ -- - - I806-296-1100 - --- — 806473-2200 lion Manager Project Owner t.:lty Ot' Lubbock - - - _ General DeNcrrptionofProjccttBuildln a Road a ProjserNa�e Lub oc�c justness a�1c 'Voi ing - - Project Coat _ - 271, 974. ^ d projr•::; r ; - tOfal cost � Project Cbtnpieted - — �- KayProject Personnel n going Name - �ojCd Dag� Project Superintendent Safety officer Qh]► Control - Rafimmce Caafact)nfotmation(8sthhgnemesindiaate� »olin oe o in-- Steve Turner or — —— Steve Turner - — - aPPto� contesting the names individuals as a reference) - - _ Title/ Position Dijon- -� _ - - - - --- - Owner Gl 0 u , p- _ - 0 TTelephone P,� _ 7 Designer - �iPSC --- Constru on Maaagar - — - Projectowner Utj/ OT LUbbOCK General Description of"ect:BUildin a Road ProjeetName Burl Huffman occer omp ex Project Cost 345,827.39 ro;ected total cost Date pmjeatContpleted Key Project Personnel Pmjeot Manager ag Project Superintendent Safety Officer Q�ity _ rcrey stockman Arbre�r StockmanLSteve Turner Reference Contact infoamation (HsHng names iodieartes approval to contacting dw names individuals as a reference) Nsuhe - -- - . Titter positbn- owner Cit of Lubbock - - °�d°��on Telepi� _ Designer Construction Manaw 00 W All. Page Intentionally Left Blank City of Lubbock, TX Purchasing and Contract Management Safety Record Questionnaire The City of Lubbock City Council desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to awarding proposals on City contracts. Pursuant to Section 252.0435 of the Local Government Code, City of Lubbock has adopted the following written definition and criteria for accurately determining the safety record of a proposer prior to awarding proposals on City contracts. The definition and criteria for determining the safety record of a proposer for this consideration shall be: The City of Lubbock shall consider the safety record of the offerors in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Lubbock, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: a. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the proposer for violations of OSHA regulations within the past three (3) years. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the offeror and his or her ability to perform the services or goods required by the proposal documents in a safe environment, both for the workers and other employees of offeror and the citizens of the City of Lubbock. In order to obtain proper information from offerors so that City of Lubbock may consider the safety records of potential contractors prior to awarding proposals on City contracts, City of Lubbock requires that offerors answer the following four (4) questions and submit them with their proposals: (QUESTION ONE Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES__ NO If the offeror has indicated YES for question number one above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. 51301'23 5:09 PM UESTION TWO Has the offeror, or the firm, corporation, partnership, or institution represented by the offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the offeror has indicated YES for question number two above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. 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? .�i YES NO If the offeror has indicated YES for question number three above, the offeror must provide to City of Lubbock, with its proposal submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, in any, and penalty assessed. QUESTION FOUR Provide your company's Experience Modification Rate and supporting information: .76 ACKNOWLEDGEMENT THE STATE OF TEXAS COUNTY OF LUBBOCK I certify that I have made no willful misrepresentations in this Questionnaire nor have I withheld information in my statements and answers to questions. I am aware that the information given by me in this questionnaire will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. 1.7 Sigia r�� K VP 7 Title 5/30/123 5:09 rM Gallagher Insurance I Risk Management I Consulting April 12, 2023 Re: Lone Star Dirt & Paving, Ltd. Experience Modifier Rating Letter To Whom It May Concern: This is to certify that Arthur J Gallagher insures the above referenced contractor and that NCCI has promulgated their Experience Modification Rate (EMR) for the last three year periods are is as follows: 5-30-2022 to 5-30-2023 - .76 Should you have any questions please feel free to contact me. Sincerely, Scott Riddle Area President 806-748-2017 Scott—riddle@ajg.com 41131'23 10.10AM Page Intentionally Left Blank NON -COLLUSION AFFIDAVIT STATE OF TEXAS LUBBOCK COUNTY being first duly sworn, on his/her oath, says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and s/he further says that the said respondent has not directly induced or solicited any firm on the above work or supplies to put in a sham , or any other person or corporation to refrain from a statement of qualifications; and that said firm has not in any manner sought by collusion to secure to self an advantage over any other firm or firms. Firm Name Signature Title sworn to Notary Public My Commission Expires: he efore me this da3 its :. of 202f NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED IN WITH THE SUBMISSION Elr ► NICE HERNANDU YAWOUGH HOWY ID #6199703 )Ay Y Commission E*k*s Jun* 27, 2026 5/301'23 5:09 PM Page Intentionally Left Blank 1. 2. 3. 4. 5. 6. 7. S. 9. 10. 11. 12. 13. 14. 15. 16. PROPOSED LIST OF SUB -CONTRACTORS Company Name LocationServices Provided r� S e /4i Z 4 , n � __,S `[fir 4...J . l k Minority Owned Yes No ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR RESPONSE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO SUBMITTED BY: L a -VIAnq L_* (PRINT NAME OF COMPANY 6122/'23 9:34 A M Page Intentionally Left Blank POST -CLOSING DOCUMENT REQUIREMENTS The below -listed document must be received in the Purchasing and Contract Management Office Not Later Than SEVEN BUSINESS DAYS after the close date when responses are due. FINAL LIST OF SUB -CONTRACTORS Pate Intentionally Left Blank FINAL LIST OF SUB -CONTRACTORS Company Name Location 1. ,S ree S� 2. e,� 3. 4.Lit, U 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. SUBMITTED BY: Services Provided (PRINT NAME OF COMPANY) Minority Owned Yes No El ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS FORM SHALL BE COMPLETED AND RETURNED NOT LATER THAN SEVEN BUSINESS DAYS AFTER THE CLOSE DATE WHEN RESPONSES ARE DUE IF NO SUB -CONTRACTORS WILL BE USED PLEASE INDICATE SO 7/181*23 1,47 PM Page Intentionally Left Blank PAYMENT BOND Page Intentionally Left Blank STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Seven Million Fifty -Two Thousand Eight Hundred Seventy -Three Dollars and Forty Cents ($7,052,873.40) 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 25te day of July, 2023, to RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of 2023. Surety *By (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: Approved as to form: City of Lubbock By: City Attorney (Title) * Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank PERFORMANCE BOND Pate Intentionally Left Blank STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt & Paving, Ltd. (hereinafter called the Principal(s), as Principal(s), and (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Seven Million Fifty -Two Thousand Eight Hundred Seventy -Three Dollars and Forty Cents ($7,052,873.40) 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 25" day of July, 2023, to RFP 23-17343-TF 34th Street Back -of -Curb from Slide to Quaker and Avenue Q to I-27 and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Section 2253.021(a) of the Texas Government Code, and all liabilities on this bond shall be determined in accordance with the provisions of said article to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this day of , 2023. Surety By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) Page Intentionally Left Blank The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Surety By: (Title) Approved as to Form City of Lubbock By: City Attorney * Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. Page Intentionally Left Blank CERTIFICATE OF INSURANCE Page Intentionally Left Blank CERTIFICATE OF INSURANCE TO: CITY OF LUBBOCK DATE: P.O. BOX 2000, Room 204 LUBBOCK, TX 79457 TYPE OF PROJECT: THIS IS TO CERTIFY THAT (Name and Address of Insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the typed of insurance and in accordance with the provisions 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 LJ Commercial General Liability General Aggregate $ LJ Claims Made Products-Comp/Op AGG $ LJ Occurrence Personal & Adv. Injury $ LJ Owner's & Contractors Protective Each Occurrence $ ❑ Fire Damage (Any one Fire) $ $ Med Exp (Any one Person) AUTOMOTIVE LIABILITY LJ Any Auto Combined Single Limit $ LJ All Owned Autos Bodily Injury (Per Person) $ LJ Scheduled Autos Bodily Injury (Per Accident) $ LJ Hired Autos Property Damage $ LJ Non -Owned Autos LJ GARAGE LIABILITY LJ Any Auto Auto Only - Each Accident $ LJ Other than Auto Only: Each Accident $ Aggregate $ LJ BUILDER'S RISK LJ 100% of the Total Contract Price $ LJ INSTALLATIONELOATER $ EXCESS LIABILITY LJ Umbrella Form Each Occurrence $ Aggregate $ LJ Other Than Umbrella Form $ WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY The Proprietor/ LJ Included Statutory Limits Partners/Executive LJ Excluded Each Accident $ Officers are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE MUST BE SENT TO THE CITY OF LUBBOCK (Name of Insurer) ma Title: The Insurance Certificates Furnished shall name the City of Lubbock as Additional Insured on Auto General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock. IT SHALL BE THE CONTRACTOR'S. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. CONTRACTORCHECKLIST A CONTRACTOR SHALL: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment and materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-305-7238 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (D) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (n) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (F) notify the governmental entity in writing by certified mail or personal delivery, within (ten) 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (G) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank �� � STATE OF TEXAS COUNTY OFLUBBOCK Contract 17343 � THIS AGREEMENT, made and entered into this 25"' day of Ju1v, 2023 by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Ma� or, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lone Star Dirt & Paving, Ltd. 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 23-17343-TF 34th Street Back-of-Curb from Slide to Quaker and Avenue Q to I-27 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. Lone Star Dirt & Pavin�. Ltd.'s proposal dated June 22, 2023, is incorporated into and made a part of this agreement. The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given to him and to substantially complete same within the time specified in the contract documents. � The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on account thereof as provided therein. � IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the year and day first above written. � � � � � � � � CONTRACTOR: Lone Star Dirt & Paving, Ltd. By; L.a- PRINTE AME: eix / rne � TITLE: VP �� �wn�F COMPLETE ADDRESS: Lone Star Dirt & Paving, Ltd. 11820 University Lubbock, TX 79423 ATTEST: Corporate Secretary CITY OF BBZT By: Tray ayne, AT T: . Courtney Paz, City S (OWNER): APPROVED AS TO CONT T: Pu ' orks Rep esentative e r �oyS Name (Printed) Dat AP R VF,D S TO FDRM: elli Leisure, Senior Assistant City Attorney Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT OWNER Whenever the word Owner, or First Parry, 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 Parry, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Lone Star Dirt & Paving, Ltd. who has agreed to perform the work embraced in this contract, or their legal representative. OWNER'S REPRESENTATIVE Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to, City of Lubbock, or its representative Josh Kristinek, P.E., Assistant City Engineer/Capital Projects & Design, so designated who will inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisors or inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the Contractor or persons acting on behalf of the Contractor. 4. CONTRACT DOCUMENTS The contract's documents shall consist of the Notice to Offerors, General Instructions to Offerors, Proposal, Signed Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if any), Specifications, Plans, Insurance Certificates, and all other documents made available to Offeror for inspection in accordance with the Notice to Offerors. The above described materials are sometimes referred to herein as the "contract" or "contract documents". INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications. 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 extra compensation therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor, its Subcontractors, or its employees, such stakes, marks, etc., shall be replaced by the Owner's Representative at Contractor's expense. 14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative (as distinguished from Resident Project Representative(s))has the authority to review all work included herein. The Owner's Representative has the authority to stop the work whenever such stoppage may be necessary to ensure the proper execution of the contract. The Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work which are to be paid for under the contract documents, and shall determine all questions in relation to said work and the construction thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of said Contractor. The decision of the Owner's Representative shall be conclusive in the absence of written objection to same delivered to Owner's Representative within fifteen (15) calendar days of any decision or direction by Owner's Representative. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 15. SUPERINTENDENCE AND INSPECTION It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time such subordinate engineers, supervisors, or inspectors, as distinguished from Resident Project Representative, as the said Owner's Representative may deem proper to inspect the materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer, supervisor or inspector, the Contractor may within fifteen (15) calendar days make written appeal to the Owner's Representative for its decision. In the absence of timely written objection by Contractor, as provided herein, any and all objection or objections shall be deemed waived. 16. CONTRACTOR'S DUTY AND SUPERINTENDENCE The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's Representative. The superintendent shall represent the Contractor in its absence and all directions given to superintendent shall be binding as if given to the Contractor. It is expressly agreed that adequate supervision by competent and reasonable representatives of the Contractor is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations of the Contractor. The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all risk in connection therewith shall be borne by the Contractor. The Owner or Owner's Representatives shall not be responsible for the acts or omissions of the Contractor, or any subcontractors, or any of Contractor's agents or employees, or any other persons performing any of the work. 17. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied itself as to the nature and location of the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions, and all other matters which in any way affect the work under the contract documents. No oral agreement or conversation with any officer, agent, or employee of the Owner, or Owner's Representative either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. Subject to the rights of Owner as set forth in Paragraph 23 hereof, all modifications and/or amendments to the contract documents, shall be in writing, and executed by Owner's Representative and Contractor. Unless otherwise specified herein, all loss, expense or damage to Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance and the prosecution of the work, shall be sustained and borne by the Contractor at its own cost and expense. 18. CHARACTER OF WORKERS The Contractor agrees to employ only orderly and competent workers, skillful in the performance in the type of work required under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform Contractor in writing that any person or persons on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such person or persons shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall fu mish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of workers or equipment will be permitted only at such places as the Owner's Representative shall consent or direct, and the sanitary conditions of the grounds in or about such structure shall at all times be maintained in a manner satisfactory to the Owner's Representative. 20. SANITATION Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's Representative and their use shall be strictly enforced. 21. OBSERVATION AND TESTING The Contractor is responsible for construction quality control testing, cost, and reporting of the type and extent required by the contract documents. The Owner or Owner's Representative shall have the right at all times to observe and test the work. Contractor shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location wherever such work is in preparation or progress. Contractor shall ascertain the scope of any observation that may be contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be ready for such observation. Owner or Owner's Representative may reject any such work found to be defective or not in accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such errors and regardless of whether Owner's Representative has previously accepted the work. If any such work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other applicable organization as may be required by law or the contract documents. If any such work which is required to be inspected, tested, or approved is covered up without written approval or consent of the Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests, inspections or approvals, and any work which meets the requirements of any such tests or approvals but does not meet the requirements of the contract documents shall be considered defective, and shall be corrected at the Contractor's expense. Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's Representative, or other persons authorized under the contract documents to make such inspections, tests, or approvals shall relieve the Contractor from its obligation to perform the work in accordance with the requirements of the contract documents. 22. DEFECTS AND THEIR REMEDIES It is expressly agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Owner or Owner's Representative as unsuitable or not in conformity with plans, specifications and/or contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with the contract documents. It is further agreed that any remedial action contemplated as hereinabove set forth shall be at Contractor's expense. 23. CHANGES AND ALTERATIONS The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line, grade, form dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying bond. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If they increase the amount of work, and the increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity actually done and at the unit price established for such work under this contract; otherwise such additional work shall be paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for any material or labor so used, and for actual expenses incurred in preparation for the work as originally planned. 24. EXTRA WORK The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as provided under Changes and Alterations in Paragraph 23. It is agreed that the Contractor shall perform all extra work under the observation of the Owner's Representative when presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to the Contractor for performing said extra work shall be determined by the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then the Contractor shall be paid the lesser of the following: (1) actual field cost of the extra work, plus fifteen (15%) percent to the firm actually performing the work, and additional higher -tier markups limited to 5% to cover additional overhead and insurance costs; or (2) the amount that would have been charged by a reasonable and prudent Contractor as a reasonable and necessary cost for performance of the extra work, as estimated by the Engineer and approved by the Owner.. In the event said extra work be performed and paid for under Method (C)(1), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost of all workers, such as foremen, timekeepers, mechanics and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation and all other insurances as may be required by law or ordinances or directed by the Owner or Owner's Representative, or by them agreed to. Owner's Representative may direct the form in which accounts of the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100%, unless otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall cover and compensate Contractor for its profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any orders or instructions appear to the Contractor to involve extra work for which Contractor should receive compensation or an adjustment in the construction time, Contractor shall prior to commencement of such extra work, make written request to the Owner's Representative for a written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep adequate and accurate account of the actual field cost thereof, as provided under Method (C) (1). If Contractor does not notify Owner's Representative before the commencement of any extra work, any claim for payment due to alleged extra work shall be deemed waived. 25. DISCREPANCIES AND OMISSIONS It is further agreed that it is the intent of the contract documents that all work described in the proposal, the specifications, plans and other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by Owner's Representative. Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Owners' Representative and a clarification obtained before the proposals are received, and if no such notice is received by the Owner's Representative prior to the opening of proposals, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its proposal to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before offering of any discrepancies or omissions, then it shall be deemed for all purposes that the plans and specifications are sufficient and adequate for completion of the project. It is further agreed that any request for clarification must be submitted no later than five (5) calendar days prior to the opening of proposals. In the absence of a requested clarification for a conflict in the documents prior to proposals being reviewed, it will be assumed that the Contractor proposes the higher cost alternative on conflicts identified after proposals are reviewed. 26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order. If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor shall, if so ordered in writing, increase its force or equipment, or both, to such an extent as to give reasonable assurance of compliance with the schedule of progress. 27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC AND GENERAL INDEMNITY The Contractor shall take out and procure a policy or policies of Workers' Compensation Insurance with an insurance company licensed to transact business in the State of Texas, which policy shall comply with the Workers' Compensation laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor, its sureties and insurance carriers shall defend, indemnify and hold harmless the Owner and Engineer and all of its officers, agents and employees against any all losses, costs, damages, expenses, liabilities, claims and/or causes of action, whether known or unknown, fixed, actual, accrued or contingent, liquidated or unliquidated, including, but not limited to, attorneys' fees and expenses, in connection with, incident to, related to, or arising out of, the Contractor's or any subcontractor's, agent's or employee's, in any manner whatsoever, omission, execution and/or supervision of this contract, and the project which is the subject matter of this contract. The safety precautions taken shall be the sole responsibility of the Contractor, in its sole discretion as an Independent Contractor; inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the Owner's Representative concerning omissions under this paragraph as the work progresses, are intended as reminders to the Contractor of its duty and shall not be construed as any assumption of duty to supervise safety precautions by either the Contractor or any of its subcontractors. 28. CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory to the City. Proof of coverage shall be furnished to the City and written notice of cancellation or any material change will be provided ten (10) calendar days in advance of cancellation or change. All policies of insurance, required herein, including policies of insurance required to be provided by Contractor and its subcontractors, shall contain a waiver of any and all of the insurer's or payor's, in the event of self-insurance, rights to subrogation that any such insurer or payor, in the event of self-insurance, may acquire by virtue of payment of any loss under such insurance or self-insurance. All certificates of insurance submitted to the City in conformity with the provisions hereof shall establish such waiver. The Contractor shall procure and carry at its sole cost and expense through the life of this contract, insurance protection as hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to contract execution. PROOF OF COVERAGE SHALL BE FURNISHED TO THE CITY OF LUBBOCK IN THE FORM OF A CERTIFICATE OF INSURANCE. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS ADDITIONAL INSURED ON AUTO/GENERAL LIABILITY ON A PRIMARY AND NON-CONTRIBUTORY BASIS TO INCLUDE PRODUCTS OF COMPLETE OPERATIONS. PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO PROVIDE TO THE OWNER ALL PROOF OF COVERAGE INSURANCE DOCUMENTS INCLUDING WORKERS COMPENSATION COVERAGE FOR EACH SUBCONTRACTOR. COPIES OF THE ENDORSEMENTS ARE REQUIRED. Commercial General Liability Requirements: $IM occurrence / $2M aggregate (can be combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is perhaps the most important of all insurance policies in a contractual relationship. It insures the Contractor has broad liability coverage for contractual activities and for completed operations. Commercial General Liability to include Products — Completion/OP, Personal and Advertising Injury, Contractual Liability, Fire Damage (any one fire), and Medical Expenses (any one person). Automatically add an excess liability of $4M. Commercial General Liabili . HeM Equipment Endorsement: Heavy equipment endorsement is required Automobile Liability Requirements: $1M/occurrence is needed Professional Liability: $ IM occurrence / $2M aggregate Workers Compensation Requirements: Statutory. If the vendor is an independent contractor with no employees and are exempt from providing Workers' Compensation coverage, they must sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license.. Employer Liability ($IM) is required with Workers Compensation. * The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary and non-contributory basis on all liability policies except professional liabilities and workers' comp. * Waivers of Subrogation are required for CGL, AL, and WC. * To Include Products of Completed Operations endorsement. * Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-payment. * Carriers must meet a A.M. Best rating of A- or better. * Subcontractors must carry same limits as listed above I. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC- 83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in Section 406.096, Texas Labor Code) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. The Contractor shall obtain from each person providing services on the project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (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 pro) ect and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) (2) (3) (4) (5) (6) (7) (8) (9) The name and address of the insured. The location of the operations to which the insurance applies. The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the proposal specifications. A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. If policy limits are paid, new policy must be secured for new coverage to complete project. A Contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filling of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30-point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804-4000 (1 ww.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage; " and (h) contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the following language: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the pro] ect and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 29. DISABLED EMPLOYEES Contractors having more than fifteen (15) employees agree to comply with the Americans with Disabilities Act of 1990, and agree not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and other terms, conditions, and privileges of employment. 30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS, LABORERS, MATERIALMEN, AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees that it will indemnify and save the Owner and Engineer and all of its officers, agents and employees, harmless against any and all claims, liabilities, losses, damages, expenses and causes of action arising out of, in any way, manner or form, the demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and supplies, incurred in the performance of this contract and the project which is the subject matter of this contract. When Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. 31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the Patentee or owner thereof. Without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the Owner and Engineer, and all of its officers, agents and employees harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner, and all of its officers, agents and employees harmless from any loss on account thereof. Notwithstanding anything herein to the contrary, if the material or process specified or required by Owner and/or this contract is an infringement, the Contractor shall be responsible for such loss unless it gives written notice of such infringement to the Owner's Representative prior to offering. 32. LAWS AND ORDINANCES The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and without limiting, in any way, manner or form, the indemnity provided by Contractor in paragraph 27 hereof, Contractor shall indemnify and save harmless the Owner and Engineer and all of its officers, agents, and employees against any claims arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor, its employees, or subcontractors. If the Contractor observes that the plans and specifications are at variance therewith, he shall notify the Owner's Representative in writing prior to proposing and any necessary changes shall be adjusted as provided in the contract for changes in the work. In the absence of timely written notification to Owner's Representative of such variance or variances within said time, any objection and/or assertion that the plans and specifications are at variance with any federal, state or local laws, ordinances or regulations shall be deemed waived. If the Contractor, its employees or subcontractors perform any work contrary to such laws, ordinances, rules and regulations, and without such notice to the Owner's Representative, Contractor shall bear all costs arising there from. The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein. 33. SUBCONTRACTING The Contractor agrees that it will retain personal control and will give its personal attention to the fulfillment of this contract. The Contractor further agrees that subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from its full obligations to the Owner, as provided by the contract documents. 34. TIME FOR SUBSTANTIAL COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and time for completion as specified in the Notice to Proceed and contract documents, respectively, of work to be done hereunder are essential conditions of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. If the Contractor should neglect, fail, or refuse to substantially complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. If the Contractor should neglect, fail, or refuse to Finally complete the work within the time herein specified, then the Contractor does hereby agree as part of the consideration for the awarding of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $1,000 PER CONSECUTIVE CALENDAR DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall fail to meet the time requirements stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT TIME IS OF THE ESSENCE OF THIS CONTRACT. 35. TIME AND ORDER OF COMPLETION It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute its work in such order of precedence, and in such manner as shall be most conductive to economy of construction. The Contractor shall ensure daily prosecution of the work is conducted every business day until completed, regardless if the work will be substantially or finally complete ahead of specified deadlines in the agreement, unless the City determines time off from said prosecution is necessary or reasonable and Contractor received said determination in writing from the City. Further, when the Owner is having other work done, either by contract or by its own force, the Owner's Representative (as distinguished from the Resident Project Representative) may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. Additionally, inclement weather shall be the only other reason consistent, daily prosecution of the work may not take place on those inclement weather days. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its proposal in full recognition of the time required for the completion of this project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has considered the liquidated damage provisions of paragraph 34 hereinabove set forth and expressly agrees that it shall not be entitled to, nor will it request, an extension of time on this contract, except when its work has been delayed by an act or neglect of the Owner, Owner's Representative, employees of the Owner or other contractors employed by the Owner, or by changes ordered in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. Any request for extension shall be in writing with the written request for same setting forth all justifications, in detail, for the request, and submitted to Owner's Representative within twenty (20) calendar days of the occurrence of the event causing said delay. A failure by Owner's Representative to affirmatively grant the extension no later than within twenty (20) calendar days of written submission by Contractor shall be deemed a denial, and final. Further, in the absence of timely written notification of such delay and request for extension, as provided herein, any request for extension by Contractor shall be deemed waived. 37. HINDRANCE AND DELAYS In executing the contract, the Contractor agrees that in undertaking to complete the work within the time herein fixed, Contractor has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays due to unusual and unanticipated circumstances, difficulties or delays in securing material or workers, or any other cause or occurrence. No charge shall be made by the Contractor for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such expense as in the sole judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to Contractor. 38. QUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their proposals offered for the work. In the event the amount of work to be done and materials to be furnished are expressly stated to be estimated, and only when same are expressly stated to be estimated, it is understood and agreed that the actual amount of work to be done and the materials to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the project, provided that the over run or under run of estimated quantities not exceed 15% of the estimated quantity. 39. PROTECTION OF ADJOINING PROPERTY The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and Contractor shall be liable for any and all claims for such damage on account of his failure to fully protect all adjacent property. Without limiting, in any way, manner and form, the indemnity provided by Contractor in paragraph 27 hereof, the Contractor agrees to indemnify, save and hold harmless the Owner and Engineer, and any of its officers, agents and employees, against any and all claims or damages due to any injury to any adjacent or adjoining property, related to, arising from or growing out of the performance of this contract. 40. PRICE FOR WORK In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto, which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all materials and all labor required for the aforesaid work, also, for all expenses incurred by Contractor and for well and truly performing the same and the whole thereof in the manner and according to this agreement, the attached specifications, plans, contract documents and requirements of Owner's Representative. 41. PAYMENTS No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made, Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a waiver of all claims against Owner, Owner's agents and employees, which have not theretofore been timely filed as provided in this contract. 42. PARTIAL PAYMENTS On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial payment or, if the Contractor does not submit such application, the Owner's Representative shall determine the amount to be partially paid. Owner's Representative shall review said application for partial payment if submitted, and the progress of the work made by the Contractor and if found to be in order, shall prepare a certificate for partial payment showing as completely as practical the total value of the work done by the Contractor up to and including the last day of the preceding month. The determination of the partial payment by the Owner's Representative shall be in accordance with Paragraph 14 hereof. The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's Representative's Certificate of Partial Payment, less: (1) in the event the total value of the contract is five million dollars or more, 5% of the amount thereof, which 5% shall be retained until final payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of the contract documents; or (ii) in the event the total value of the contract is less than five million dollars, 10% or less, of the amount thereof, which percentage shall be retained until final payment, and further, less all previous payments and all further sums may be retained by Owner under the terms of the contract documents ("Retainage ") . If Contractor engages a sub -contractor to perform all or part of Contractor's work under the contract, the Contractor shall not withhold a greater percentage of Retainage than the percentage set out in in this section pertaining to the Contractor. Contractor shall likewise require any subcontractor it engages to comply with section 2252.032 of the Texas Government Code. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within fifteen (15) calendar days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. The work will be deemed substantially complete when the work (or a specified portion thereof) has progressed to the point where, in the opinion of the Owner or Owner's Representative, the work (or a specified portion thereof) is sufficiently complete, in accordance with all the contract documents, including the Proposal and all applicable technical specifications, so that the work (or a specified portion thereof) can be utilized for the purposes for which it is intended without unscheduled disruption. Owner may, in its sole discretion, release all or a portion of the Retainage upon Owner's receipt of the certificate of substantial completion for all of the work or a specified portion thereof. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 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. Owner may, in its sole discretion, release all or a portion of the Retainage for fully completed and accepted portions of the work. Notwithstanding the foregoing, Owner may withhold the Retainage if there is a bona fide dispute between Owner and Contractor according to section 2252.032(f) of the Texas Government Code. 45. CORRECTION OF WORK Contractor shall promptly remove from Owner's premises all materials condemned by the Owner's Representative on account of failure to conform to the contract documents, whether actually incorporated in the work or not, and Contractor shall at its own expense promptly replace such condemned materials with other materials conforming to the requirements of the contract documents. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or replacement. If Contractor does not remove and replace any such condemned work within a reasonable time but not to exceed 30 days after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. The Contractor shall pay all claims, cost, losses, and damages (including but not limited to all fees and charges of the engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution cost) arising out of or relating to such correction or removal. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of certification of final completion by Owner's Representative. 46. PAYMENT WITHHELD The Owner or Owner's Representative may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certification to such extent as may be necessary to protect itself from loss on account of: (a) Defective work not remedied and/or work not performed, (b) Claims filed or reasonable evidence indicating possible filing of claims, (c) Damage to another contractor, (d) Notification to owner of failure to make payments to Subcontractors or Suppliers, (e) Failure to submit up-to-date record documents as required, (f) Failure to submit monthly progress schedule updates or revised scheduled as requested by Owner, (g) Failure to provide Project photographs required by Specifications. When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, in the amount withheld, payment shall be made for amounts withheld because of them. 47. CLAIM OR DISPUTE It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Owner's Representative within fifteen (15) calendar days after the Owner's Representative has given any direction, order or instruction to which the Contractor desires to take exception. Timely written notice of dispute as provided in this contract of any decision by Owner's Representative or Owner shall be a condition precedent to the bringing and/or assertion of any action or claim by Contractor of any right under this Contract. If the matters set forth in the notice of dispute are not granted or otherwise responded to by Owner's Representative within fifteen (15) calendar days of receipt of notice of dispute by Owner's Representative, said objections shall be deemed denied. Any decision by the Owner's Representative, or deemed denial by the Owner's Representative, shall be final and conclusive in the absence of fraud. It is further agreed that the acceptance by the Contractor of the final payment shall be a bar to any and all claims of the Contractor, and constitute a waiver of the right to assert any claim against Owner, Owner's agents and employees and Owner's Representative, by Contractor. 48. NON-COMPLIANCE AND/OR ABANDONMENT BY CONTRACTOR In case the Contractor should (1) abandon and fail or refuse to resume work within fifteen (15) calendar days after written notification from the Owner or the Owner's Representative, or (2) if the Contractor fails to comply with the written orders of the Owner's Representative, when such orders are consistent with this contract, then the Surety on the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the Contractor. In the event a bond is not required by law, or otherwise obtained by the Contractor, no further notice of such non-compliance to Contractor shall be required. After receiving said notice of abandonment or non-compliance , the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In the event the Contractor, or Surety, whichever is applicable, should fail to commence compliance with the notice hereinbefore provided within ten (10) calendar days after service of such notice, and/or shall fail to proceed with diligence to complete the project as contemplated and in compliance with all terms and provisions of the contract documents, then the Owner may exercise any and all remedies available to it pursuant to law, contract, equity or otherwise, including, but not limited to, providing for completion of the work in either of the following elective manners: (a) The Owner may employ such force of persons and use of machinery, equipment, tools, materials and supplies as said Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said Contractor, then the Contractor and/or its Surety shall pay the amount of such excess to the Owner; or (b) The Owner, under sealed proposals, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinaeove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 50. BONDS The Contractor is required to furnish a performance bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $100,000 and the Contractor is required to furnish a payment bond in accordance with Chapter 2253, Government Code, in the amount of 100% of the total contract price in the event that said contract price exceeds $50,000. All bonds shall be submitted on forms supplied by the Owner, and executed by a Surety Company listed on the State Treasury's "Approved" list and authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (1) 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 parry, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (1) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos. 56. NONAPPROPRIATION All funds for payment by the City under this contract are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the goods or services provided under the contract, the City will terminate the contract, without termination charge or other liability, on the last day of the then -current fiscal year or when the appropriation made for the then -current year for the goods or services covered by this contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this contract, cancellation shall be accepted by the Seller on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this contract beyond the date of termination. 57. THE CITY RIGHT TO AUDIT At any time during the term of this Contract and for a period of four (4) years thereafter the City or a duly authorized audit representative of the City, or the State of Texas, at its expense and at reasonable times, reserves the right to audit Contractor's records and books relevant to all services provided under this Contract. In the event such an audit by the City reveals any errors/overpayments by the City, Contractor shall refund the City the full amount of such overpayments within thirty (30) days of such audit findings, or the City, at its option, reserves the right to deduct such amounts owing the City from any payments due Contractor. 58. NON -ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 59. CONTRACTOR ACKNOWLEDGES Contractor acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 60. LABOR CODE CHAPTER 214 Sec. 214.008. MISCLASSIFICATION OF CERTAIN WORKERS; PENALTY. (a) A person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code, shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the person directly retains and compensates for services performed in connection with the contract. (b) In this subsection, "subcontractor" means a person directly retained and compensated by a person who contracts with a governmental entity to provide a service as defined by Section 2155.001, Government Code. A subcontractor shall properly classify, as an employee or independent contractor in accordance with Chapter 201, any individual the subcontractor directly retains and compensates for services performed in connection with the contract for which the subcontractor is retained. (c) A person who fails to properly classify an individual as required by Subsection (a) or (b) shall pay to the commission a penalty equal to $200 for each individual that the person has not properly classified. (d) The commission may not take action to collect a penalty under this section from a person after the third anniversary of the date on which the violation occurred. 61. CERTIFICATE OF INTERESTED PARTIES House Bill 1295, adopted by the 84th Legislature, created §2252.908, Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a governmental entity or state agency to file with the governmental entity or state agency a disclosure of interested parties at the time the business entity submits the signed contract to the governmental entity or state agency. Section 2252.908 requires the disclosure form to be signed by the authorized agent of the contracting business entity, acknowledging that the disclosure is made under oath and under penalty of perjury. Section 2252.908 applies only to a contract that requires an action or vote by the governing body of the governmental entity or state agency before the contract may be signed or has a value of at least $1 million. Instructions for completing Form 1295 are available at: https://ci.lubbock.tx.us/departments/purchasing/vendor-information 62. TEXAS GOVERNMENT CODE SECTION 2252.152 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization. 63. TEXAS GOVERNMENT CODE SECTION 2271.002 Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 64. CONTRACTOR ACKNOWLEDGES Contractor Acknowledges by supplying any Goods or Services that the Contractor has read, fully understands, and will be in full compliance with all terms and conditions and the descriptive material contained herein and any additional associated documents and Amendments. The City disclaims any terms and conditions provided by the Contractor unless agreed upon in writing by the parties. In the event of conflict between these terms and conditions and any terms and conditions provided by the Contractor, the terms and conditions provided herein shall prevail. The terms and conditions provided herein are the final terms agreed upon by the parties, and any prior conflicting terms shall be of no force or effect. 65. TEXAS PUBLIC INFORMATION ACT The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. 66. CONFIDENTIALITY The Contractor shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. 67. INDEMNITY The Contractor shall indemnify and save harmless the city of Lubbock and its elected officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or liability of any kind, character, type, or description, including without limiting the generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for injury or death to any person, or injury to any property, received or sustained by any person or persons or property, to the extent arising out of, related to or occasioned by, the negligent acts of the Contractor, its agents, employees, and/or subcontractors, related to the performance, operations or omissions under this agreement and/or the use or occupation of city owned property. The indemnity obligation provided herein shall survive the expiration or termination of this agreement. 68. PROFESSIONAL RESPONSIBILITY All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. 69. TEXAS SENATE BILL 219 SUBCHAPTER B ITEMS B AND C (b) A contractor must, within a reasonable time of learning of a defect, inaccuracy, inadequacy, or insufficiency in the plans, specifications, or other design documents, disclose in writing to the person with whom the contractor enters into a contract the existence of any known defect in the plans, specifications, or other design documents that is discovered by the contractor, or that reasonably should have been discovered by the contractor using diligence, before or during construction. In this subsection, ordinary diligence means the observations of the plans, specifications, or other design documents or the improvement to real property that a contractor would make in the reasonable preparation of a bid or fulfillment of its scope of work under normal circumstances. Ordinary diligence does not require that the contractor engage a person licensed or registered under Title 6, Occupations Code, or any other person with specialized skills. A disclosure under this subsection is made in the contractor's capacity as contractor and not as a licensed professional under Title 6, Occupations Code. (c) A contractor who fails to disclose a defect as required by Subsection (b) may be liable for the consequences of defects that result from the failure to disclose. DAVIS BACON WAGE DETERMINATIONS Page Intentionally Left Blank EXHIBIT A Page Intentionally Left Blank EXHIBIT A "General Decision Number: TX20230002 01/06/2023 Superseded General Decision Number: TX20220002 State: Texas Construction Types: Heavy and Highway Counties: Armstrong, Carson, Crosby, Ector, Irion, Lubbock, Midland, Potter, Randall, Taylor and Tom Green Counties in Texas. HEAVY & HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2) - (60) . JIf the contract is entered �. linto on or after January 30, 12022, or the contract is lrenewed or extended (e.g., an �. loption is exercised) on or 1 lafter January 30, 2022: 1 If the contract was awarded onl. or between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. extended on or after January 30, 2022: Executive Order 14026 1 generally applies to the 1 contract. 1 The contractor must pay 1 all covered workers at 1 least $16.20 per hour (or 1 the applicable wage rate 1 listed on this wage 1 determination, if it is 1 higher) for all hours 1 spent performing on the 1 contract in 2023. 1 I Executive Order 13658 1 generally applies to the 1 contract. 1 The contractor must pay alil covered workers at least 1 $12.15 per hour (or the 1 applicable wage rate listed) on this wage determination,) if it is higher) for all hours spent performing on that contract in 2023. I I The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-002 08/02/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures) ... $ 13.55 ** ELECTRICIAN ......................$ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 ** Structures ..................$ 13.52 ** I A i0' 0'7 Asphalt Raker ...............$ 12.28 ** Flagger.....................$ 9.30 ** Laborer, Common .............$ 10.30 ** Laborer, Utility ............ $ 11.80 ** Work Zone Barricade Servicer....................$ 10.30 ** POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 ** Asphalt Paving Machine ...... $ 13.40 ** Fringes Broom and Sweeper ........... $ 11.21 ** Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 ** Excavator, 50,000 lbs or less ........................$ 13.46 ** Front End Loader Operator, Over 3 CY...................$ 12.77 ** Front End Loader, 3CY or less ........................$ 12.28 ** Loader/Backhoe..............$ 14.18 ** Mechanic ....................$ 20.14 Milling Machine .............$ 15.54 ** Motor Grader, Rough ........ $ 16.15 ** Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........$ 12.85 ** Roller, Asphalt .............$ 10.95 ** Roller, Other ...............$ 10.36 ** Scraper .....................$ 10.61 ** Spreader Box ................$ 12.60 ** Servicer .........................$ 13.98 ** Steel Worker (Reinforcing) ....... $ 13.50 ** TRUCK DRIVER Lowboy -Float ................$ 14.46 ** Single Axle .................$ 12.74 ** Single or Tandem Axle Dump..$ 11.33 ** Tandem Axle Tractor with Semi ........................$ 12.49 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISIO" Page Intentionally Left Blank EXHIBITS B & C City of Lubbock Overtime Legal Holiday Prevailing Wage Rates The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. The rate for legal holidays shall be as required by the Fair Labor Standards Act. Pate Intentionally Left Blank SPECIFICATIONS Pate Intentionally Left Blank 7■ HE C� City of ock TEXAS 34TH STREET BACK -OF -CURB FROM SLIDE TO QUAKER AND AVENUE Q TO 1-27 MAYOR B TRAY PAYNE CITY COUNCIL CHRISTY MARTINEZ-GARCIA DISTRICT 1 SHELIA PATTERSON HARRIS DISTRICT 2 MARK W. MCBRAYER DISTRICT 3 STEVE MASSENGALE DISTRICT 4 DR. JENNIFER WILSON DISTRICT 5 LATRELLE JOY DISTRICT 6 RFP# 23-17343-TF CITY MANAGER W. JARRETT ATKINSON DIVISION DIRECTOR OF ENGINEERING MICHAEL G. KEENUM, P.E., CFM CIP & ENGINEERING DESIGN SERVICES MANAGER MAY 2023 JOSH KRISTINEK, P.E. Parkhill IAR HUGO REED AND ASSOCIATES, INC. ity of I Lub DOCK TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET COVER SHEET 1 12 1 3 1 4 1 5 1 1 1 LOCATION MAP NOT TO SCALE D a a IL- ],� Ir j J STA 101 +77.20 -BEGIN PROJECT SECTION 1 _ T IL > {� L h�ao2 J LnuL yea_ B f � ]C= I `�f a 01 U ]L ]E_ ����-- 114TH STREET t, 1 ----- --��-- N i Imo` F�� u� STA 150+54.00 END PROJECT�'� SHEETINDEX DESCRIPTION 1 COVER SHEET 2 LOCATION MAP AND SHEET INDEX 3-5 GENERAL NOTES 6 H/V CONTROL 7 SECTION 1 PROJECT LAYOUT 8 SECTION 2 PROJECT LAYOUT 9 ALIGNMENT DATA 10-11 PROPOSED TYPICAL SECTIONS 12-20 REMOVAL LAYOUT 21-22 REMOVAL QUANTITIES 23 GENERAL NOTES FOR TRAFFIC CONTROL AND CONSTRUCTION SEQUENCING 24 TRAFFIC CONTROL SEQUENCE LAYOUT 25 TRAFFIC CONTROL PLAN SECTION 1 PHASE 0 26-28 TRAFFIC CONTROL PLAN SECTION 1 PHASE 1 29-31 TRAFFIC CONTROL PLAN SECTION 1 PHASE 2 32 TRAFFIC CONTROL PLAN SLIDE ROAD INTERSECTION 33 TRAFFIC CONTROL PLAN QUAKER AVE INTERSECTION 34 TRAFFIC CONTROL PLAN AVENUE Q INTERSECTION 35 TRAFFIC CONTROL PLAN INTERSTATE 27 INTERSECTION 36-37 DETOUR LAYOUTS 38 TRAFFIC CONTROL TYPICAL LANE CLOSURE DETAIL 39-54 TRAFFIC CONTROL TXDOT STANDARDS 55 29TH DRIVE PLAN & PROFILE SHEET 56-57 INTERSECTION LAYOUTS 58-61 ADDITIVE ALTERNATE INTERSECTION LAYOUTS 62-66 PROPOSED DRIVEWAY INFORMATION TABLES 67-71 ROADWAY DETAILS 72-75 ROADWAY TXDOT STANDARDS 76-79 PARKING LOT MODIFICATION LAYOUTS 80-98 SIDEWALK PLAN 99 ROADWAY AND SIDEWALK SUMMARY 100-102 SIDEWALK DETAILS 103 IRRIGATION PLAN 104-108 SIGNAGE AND PAVEMENT MARKING PLAN 109 PAVEMENT MARKING SUMMARY 110-111 SMALL SIGN SUMMARY 112 SIGN MOUNTING DETAILS 113-117 ILLUMINATION LAYOUT 118-119 ELECTRICAL SERVICE SCHEDULES AND CIRCUIT DIAGRAMS 120-121 ILLUMINATION SUMMARIES 122-126 ITS LAYOUTS 127-128 ITS SUMMARIES 129-134 ELECTRICAL DETAILS 135 ITS DETAILS 136-140 STORMWATER POLLUTION PREVENTION GUIDANCE 141-143 STORMWATER POLLUTION PREVENTION GUIDANCE DETAILS Parkhill tH & COOP ... ... KYLE W. JACKS N \\\ NA 05/21/23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r r r ■Mam lti mk ,r 34TH STREET LOCATION MAP AND SHEETINDEX 002 1 1 2 3 4 Parkhill GENERAL NOTES: The technical specifications adopted by the Texas Department of Transportation (TxDOT) November 1, 2014, and titled "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges" shall govern this project, except where superseded in the Plans and Contract Documents. This specification book may be purchased from TxDOT or downloaded at: http://www.txdot.gov/business/resources/txdot-specifications.html For this project, any reference within the specification book to "Department, "Engineer", or "Owner" should be interpreted as the City of Lubbock, Texas authorized staff, or their representatives. Utilities Overhead and underground utility installations exist within the project limits. Information and data shown or indicated in Bidding Documents with respect to existing underground facilities at or contiguous to the Site is based upon verbal information furnished to Owner and Engineer by owners of such underground facilities and is included in the plans for informational purposes only. Follow all proper locate procedures prior to, and throughout construction. Prosecution and Progress A baseline schedule using the critical path method shall be submitted by the Contractor at the pre - construction meeting. The Contractor shall attend progress meetings every two weeks and provide updates to the baseline schedule at each meeting. A C Various tests on materials of construction are required in the specifications. In general, the Contractor shall bear the cost of all material tests required before approval of a material, source or mix design. The Owner will bear the cost of all passing commercial laboratory tests required for acceptance during construction and the Contractor shall bear the cost of all failing construction tests. Where only small amounts of any material are used or where compliance with the specifications can be determined by visual inspection, no tests are required. Certificates of compliance shall be required on all materials not tested. All materials proposed to be used may be tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a product of uniform quality or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from another source. Prosecution of Work Once construction begins, maintain existing pavement and detours in acceptable condition, as determined by the Owner. Repair potholes and other pavement failures forming within the construction limits during construction for no additional payment. Maintain and mow vegetation within any given portion of the work area until work and final grading has been completed and all barricades and traffic control devices are removed. General Notes Sheet A Item 105 — Remove Asphalt Pavement Unit price for "Remove Asphalt Pavement" shall include removal of full pavement structure, including asphalt pavement and base. Where asphalt pavement is to be used within the project for temporary driveways and tie-ins, crush or mill existing asphalt pavement separate from base material, ensuring no piece is greater than 2 inches in diameter. Material shall become the property of the Contractor upon completion of the project. Items 110 and 132 - Excavation and Embankment Consider all embankment to be Earth Embankment in accordance with Article 132.3.1. Preparation of compacted (density control) subgrade per typical sections shall be subsidiary to items 110, "Excavation" and 132, "Embankment." Earthwork slopes and quantities are based on theoretical top of topsoil and not adjusted to account for depth of topsoil. Salvage existing topsoil and grass in windrows along the edge of the grading operations, or as directed by the Engineer. After the paving and grading are completed, spread the adjacent topsoil and grass uniformly over the disturbed area. This work shall be considered subsidiary to Items 110 and 132. Excess earth material shall become the property of the Contractor. Item 162, 164 and 168 — Sodding, Seeding and Vegetative Watering Vegetative watering will not be paid for separately, but will be subsidiary to Seeding or Sodding, as applicable. Seeded Grass — Coordinate with Coronado staff and utilize proposed irrigation to sufficiently water newly seeded grass areas to establish seed for a 3-week period. Schedule seeding and watering of new grass as soon as practical but at a time that will not interfere with other construction activities. Sodded Grass — Furnish and/or replace existing topsoil, block sod, and vegetative watering on all cut and fill slopes as soon as practicable. Where recovery of existing vegetation may take place naturally, and where directed by the Engineer, sodding may be omitted. Water from a tanked, spray -equipped vehicle capable of spraying water to all sodded areas without driving or trailering the vehicle on said areas. Maintain sod in any given area in an acceptable condition until work in that area is complete and all barricades and traffic control devices are removed. No more than 50% of the unit price for seeding or sodding will be paid for until establishment has been achieved to the satisfaction of the Engineer. #Lubbockl CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 KEY PLAN 10.1 ? ILI9TH STREET, elf ®:. Mn S�Pyw w PP z ¢34TH STREET a- p w i��Siwm o w iW�Mj,,]TH STREET 1 W21W FIDGET NO DATE DESCRIPTION ISSUING OFFICE: LUBBOCK PRCJE3TNO:40474.22 GENERAL NOTES SHEET 1 OF 3 Parkhill Item 351— Flexible Pavement Structure Repair (Roadway) A strip of pavement not more than 1-foot wide will be paid for as Flexible Pavement Structure Repair (Roadway) to repair pavement adjacent to new curb & gutter or driveway. Areas damaged by the contractor outside of this strip shall be repaired for no additional compensation. (Parking Lot) Only where and as directed by the Engineer to repair parking lots adjacent to new concrete driveways, repairs will be paid for as Flexible Pavement Structure Repair (Parking Lot). Areas damaged by the contractor, and areas removed to construct the driveways shall be repaired for no additional compensation. Item 360 - Concrete Pavement Aggregate is not required to be listed on TxDOT's AGGREGATE QUALITY MONITORING PROGRAM RATED SOURCE QUALITY CATALOGUE, but must meet the testing requirements listed in the specifications. Multiple -piece tie bars will be required at all cold joints, unless otherwise approved. "Wet -stabbing' will not be allowed. Use Method B, as shown on JS-14, to seal joints. CRCP may be designed using the Optimized Aggregate Gradation (OAG) procedure, in accordance with Tex-470-A. Submit a paving plan detailing the location of joints and the sequence of paving to the Engineer a minimum of seven days before paving begins. Item 421 - Hvdraulic Cement Concrete Provide air entrainment in all concrete. Target an entrained air content of 4.0% for concrete pavement and 5.5% for all other concrete requiring air entrainment. Ensure the minimum entrained air content is at least 3.0% for all classes of concrete. Job control testing frequencies for air entrainment shall be in accordance with Table 16 as specified in Article 421.4.8.3.1. Immediately resample and retest the concrete if the air entrainment is more than 3% above the target range at time of placement. If the concrete exceeds the air range after the retest, and is used at the Contractor's option, the Engineer will make strength specimens as specified in Article 421.5., "Acceptance of Concrete." Protect concrete from cold weather for 72 hours after concrete placement per the table on next sheet. General Notes Sheet B All projected temperatures will be based on the NOAA website. None of the above actions releases the Contractor from the responsibility for freeze damaged concrete for whatever reason. PROJECTED LOW TEMP (WITHIN 72 HRS OF POUR) PROTECTION REQUIRED < 20 degrees DO NOT POUR 20-27 degrees (or projected moisture) cover with plastic, then an insulating blanket, and plastic on top 28-35 degrees cover with plastic, then an insulating blanket > 35 degrees no protection required Item 479 — Adjusting Manholes Coordinate with John Beatty, Senior Contract/Sourcing Specialist with AT&T at (806) 25-5973 at least 7 days prior to needing adjusts for AT&T manhole lids. Item 496 - Removing Structures Existing pipes to be removed shall become the property of the Contractor. Item 500— Mobilization & Mobilization Adjustment For Alternate 1 (concrete pavement), an adjustment (either positive or negative) may be made to the base bid Mobilization to account for different equipment, set up, operation, etc. Item 502 - Barricades, Signs And Traffic Handling If directed by the Engineer, provide and maintain two portable changeable message boards (PCMB) for the traffic control plan and program as needed. Additional traffic control measures may be required by the Owner if necessary. Minor changes, including the addition of signs and barricades shall be subsidiary to Item 502. Truck mounted attenuators and flaggers will be required for all work along Slide Road where water barricades cannot be included.. Wash the channelizing devices and barricades following each rainfall or snowfall event and at times deemed necessary by the Engineer. To ensure the safety and convenience of traffic, flaggers will be required when construction machinery is being operated along, across, or adjacent to lanes carrying traffic. Fill any holes left by barricade or sign supports and restore the area to its original condition. Construct temporary ramps to maintain access to driveways, streets, and highways as directed by the Engineer. Temporary ramp construction is subsidiary to Item 502. #Lubbockl CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .� �? A v; DATE DESCR:PT:ON GENERAL NOTES SHEET 2 OF 3 004 Parkhill Item 506 - Temporary Erosion, Sedimentation, and Environmental Controls Payment will be made at the unit bid price for the Temporary Erosion, Sedimentation, and Environmental Controls for the Storm Water Pollution Prevention Plan (SW3P) implementation and management. The sum of the partial payments made for this item shall not exceed 90% of the lump sum price until final cleanup and removal of all SW3P measures is completed. Failure to properly implement or maintain adequate SW3P measures may forfeit payment from the Owner for this item. No additional payment will be made where SW3P measures are required because of work being remedied due to not meeting the requirements of the plans and specifications. Where field conditions warrant additional devices, the Contractor shall provide these devices for no additional compensation. The unit price bid shall include furnishing and installing all materials, filing Notice of Intent/Termination forms, inspections, maintenance, and all measure and/or incidentals required for compliance with NPDES Permit. Place a weatherproof bulletin board containing the TCEQ required information on the project at a site within each Section of the project (Slide Road to Quaker, and Avenue Q to 1-27) as directed by the Engineer. Post the following documents: (1) "TCEQTPDES Storm Water Program" Construction Site Notice and (2) TCEQ "TPDES Permit." Place a rain gauge at an approved locations on the project site. At the completion of the contract, the bulletin board will become the property of the Contractor and will remain in place until 70 percent vegetation coverage has been obtained. Water pumped off the project must have sediment and any other solids in suspension removed before discharging. Sediments shall be removed from BMPs as directed by the Engineer. This work shall be considered subsidiary to the various BMP items. Correct all noted deficiencies within 7 calendar days, otherwise, cease all operations until the noted deficiencies are corrected. Item 512 — Portable Water Barricades (Furnish) Payment will be made at the unit bid price per linear foot for water barricade actually provided. The unit bid price shall include full compensation for providing the water barricades, and the replacement of the barricades, if necessary. Payment for furnishing water barricades will be made as the barricades are implemented into the project in accordance with the traffic control plan. (Place and Remove) Payment will be made at the unit bid price per linear foot for water barricade actually placed in accordance with the traffic control plan at the beginning of each mileston. Barricade movement within any particular milestone (for example, to open or close a driveway) will not be paid for by the Owner, but will be subsidiary to this item. Neither will removal of the barricades be paid for directly, but will be subsidiary to this item. The unit bid price shall include full compensation for all materials, connection, filling and draining, set up, maintaining, removing, labor and equipment necessary to complete the work. General Notes Sheet C Item 585 - Ride Quality for Pavement Surfaces Use Surface Test Type A. The inertial profiler test will not be Required. Perform necessary adjustments in accordance with article 3.4.1. Item 644 - Small Roadside Sign Assemblies Stake all sign locations, and receive approval from the Engineer, prior to sign placement. Item 662 — Work Zone Pavement Markings Removable work zone pavement marking may consist of paint on surfaces that are not final or where markings line up exactly with final pavement marking placement. Traffic buttons or other approved removable markings should be used in all other conditions. Item 751— Salvage & Redistribute Landscape Rock Notify landowner at least 7 days in advance of beginning work which affects landscaping. Salvage landscape rock and redistribute in like -manner in new location. Excess rock will become property of the landowner, unless refused, in which case shall become the property of the Contractor. Gas Meter Removal & Relocation Payment will be made at the unit bid price for each gas meter removed and relocated, as shown on the plans. The unit bid price shall include full compensation for complete relocation and necessary testing to complete the operation. Material may be salvaged and reused if approved by the engineer. Citibus Structure (Removal and Stockpile) Coordinate with Citibus at least 7 days in advance of work around bus stop benches and enclosures. Remove structure and stockpile in a safe location. Payment will be made at the unit bid price on a per each basis. Payment shall include removal of the structure, hauling and salvaging to a safe place. (Install) Coordinate with Citibus prior to installation of salvaged, or Owner -provided bus structures. Payment will be made at the unit bid price on a per each basis. Payment shall include all necessary hardware and labor to deliver and install structure. Providing a new structure is not included in the price unless damaged by the Contractor. #Lubbockl CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 Parkhill ■ e " " ,I"'Ell IIII __ _=IIIII IIIIII II------ NIIIIIIIII __ __ IIIIIIIIIIII IIII IIIIII IIIIINNN IIII _ ■ � - ""' = 1 ""■ """'I IINNNNI IIIIII IIIIII - � IIIIII IIIIII 11 11 (IIIIIII IIIIIIIIIII1111111111111111111111111 I IIIIIIII ne __ 11 1il ni IIIIIIII IIIIIIII 111111111= i1i1 __ ■ -_ - � IIIIIII ■IIII 111 IIIIIII 111111111 (IIIIIIIIII IIIIIIIIIIII (IIIIIIII I I 1 NNNI IIIIII I■�■■■ IINIIIIIII _s ■ ��� ■■ ""' N ■.,,.m 1■I IIII IIIIIIII 1111111111 IIIIIIIIIIII IIII I■ IIIIIIIIIIII IIIIIIIIIIII 1111111111111111111111111111111111111111111111 Illlllll lllllllll lllllllllln 111111111111 11111111111 111111111= == ■ 11NIII _ nnnl■ =I n n noon noon nmN nnnnnn nnnnnn mom nnm nnll nnm nnnnn nnnnmmml nnnnnii nnnnm nnnnnn nnnm=. ■ ■■111 IIII■11 IIIIIIII II IIIIII■ � 1■ 11111111 1111111111111111111111111111 IIIIIIIIIIII 1111111111111111111111111111111111111 IIIIIIIIII 11111111111111111111111111111111111111111 11111111111 (IIIIIIIIIIII IIINIII III IIIIIIIIIII 111111111111 IIIIIIIIIIII IIIIIIIIIIIII IIIIIIIIIIII ■ IIIII _ , , 1NIINIII � l.l.11lllll IIIIIII 1111111111 11111111111111111 IIIIIIII IIIIIIII IIIIIIIIIIII Illlllllllll IINIIIIIIIII IIIIII NNNI IIIIIII IIIIIIIIII 111111111111111111 IIIIIIIIIII 11111111 111111111111111111 IIIIIIIIIIIII IIIIIIIIIIIII i iiiii 1 �- - III-- III IIII 1111/111 , - 'iiiiiiii "' IIIII iiiiiiiii 111111111 iii 111 „m,,, ,,,m,,,m ...... IIIIII! 1111111111111111 IIIIII iiiiiii IIIIIII NNIIIIII IIIIIIINIIIIIIIII 111111111111 IIIIIII IIIIIIIIIIII IIIIII IIIIIIIIIIIII IIIIII IIIIII ' " "' =nnnnm �� ■ mill' nnnm nnnnn nnnm moon mnn 11_ _ III III nnnnnnn nnnnm nnnnnn nnnm= m-nnnnnn nnnnnn) - - ■ ■■N■ =IIIIIIIIIII ■IIIII ■ II III■ 1111111111111111 IIIN 1111111111111 11111111 11111111111111111111111111111111=111=1111111111111111111111111 1 nnm nnnm ■ m nnnnn m■ = IIII ■� nnnnnnn ■ ■■■11■ =IIIIIIIIIII 11111111 ■ IIIII■■ nnnm,■■■■ nnnnn 111E it ■IIIII IIIII■ IIIIIIIIIIIIIII IIIII 11111111111111 nnnnxmn 11111111111111111111111111111111=111=1111111111111111111111111 � ;��N -I \ 1111111111 � IIII IIII.....■ Il...l...l ■■■ IIII ............... M II■■■■■■ IIIIII 1111111111111111 IIIII IIINIIIIIIIIII II IIIII ........IIIIIIIIIIIII 111111111111111111111=1 =IIIIII IIIII 1111111111111 - e -_ e p _ .IIII 1111.....1. xxxxxl �■ �� ............... xxxxxl 111111111111111111111111 INN 111111111111111 II IIIIIIIIIIIIIII IIIINIIIIII 111111111111 111111111=111=1111111111111111111 a I IIIIIIIIIIII IIIIIIIIIIII Ilnllllllll =_-_ =_ • � mill mill__ mill _ � 1........l...l IIIIIII...( �_ n- l...11......... ' l.xll...11...x IIIIIII 11111111 IIIIII IIIIII IIIIIII IIIIIII 11 IIIIIIIIIIIII, IIIIIINIII( 111111111111 IIIIIIIIIIII IIIIII IIIIIIIIIIII IIIIIII 1 IIIIIIIIIIIII 111111111111 .l.l.11lllll =_ mill a =_ ■ 1■■■■■ . ■ - n ■ IIII nnnm 11111111111 ■■ s■ nnnnn IIIII ' 111111111111111111111 11111111 IIIIIIIIIIIIIII IIIIII 111111111111111 II .I.I.LI.I.I., IIII 111111111111111111 11111111111 IIIIN IIIIIIIIIIIII IIIIIII I INIIIIIIIII 11111111111 IIII non =_ mill - ==I- ,,,,,,,■,■, NOON ` _ 111 1 .........I .Il...11.. llllllllll llllllllll IIII. • 111111111111111111 11111111 IIIII IIII■ NI "_'lllllllllllll 11 11.1.1.1.1.1.,11111111111111111111111. IIIIIIIIIIII IIIIII (IIIIIIIIIIIII IIIIIII I IIIIIINIII.IIIIIIIIII. llllllllllll �� � - 1111 ,■,■, ,■■■ NOON■■■ -IIIIII ' IIII■■■ 11111111111111111111111111111111111 1111111111111 IIII INIIIII 111111� -IIII=111111111111111 1 .l.l.11lllllll IIIIIIIIIIN IIIIIIIIIIII 11111111111111111 IIIIIIIIIIIII IIIIIII , IIIIIIIIIII IIIIIIIIIIII IIIIIINIIII ����� ■■■ IIIIIIIII IIII 11111111111111 .l.l.l.l.l.l.11 a IIII■■■ 11111111111111111111111111111111111 I111111111111 N11 IIIIII■ IIIIII 11 IIIII.IIII.N.1 111111111111111111111111111 (IIIIIINIII IIIIIIIIIIII IIIIII IIIIIIIIIIIII IIIIIII 11111111111.1111111111.111111111111 -" 111111111 II nnl non■■■■■ IIIIIIIIIIIIIIIIIIII 111 11IIx11111111 II■n ������■■■■■■ = pp 1111111111111111 IIIII 11111111111111111111 1111111111111111.1.1..1.1.111111111 1111111111111111111111 1111111111 IIII IIII xlllllll INIIIIIII ■■■ 1.1.1 .IIIIIIIIIIIIIII11.1 1111111111111111111111 ..........I111111111111111IIIIII IIIIIIIIIIIIIINIIIIIIII 111 II IIIIIIIIIIII 111111111� IIIIIIIIII 111111111111 111111111111 111111111 11 IIIIIIIIIIIIIIII Il.l IIIIIIIIIIIII xI 111111111111111111111111111111111111111111111IIIIII IIIIIIIIIIII 111111111_ 1111111111 IIIIIIIII = IIIIIIIII I. IIIIII NOON■ ■■■ 1- ,,,, IIIIIIII ■ 1111111111 11111111111111111111 IIll.11lll llllllll .....1.... III IIII Ill.xll .Il...x.. � IIIIIIIIIIIIIII IIIIIIIIIIIIIIII ■ ■■ ■■ ,,,,,,,, 1111111111 1111111111 11111111111111111111 111111111111111111 IIIIIINII IIII II IIIIIIIII 1111111111 IIIIIII IIIIIIIIIIIII IIIIIIII 1111111111111111111111111 11111111 IIIIIIIIIIII IIIIII 111111111111 IIIIIIIII_ 1111111111 IIIIIIIIIIIIIII IIIIIIIIIIIIIIII nl IIIII =-_ _=IIII IIII II ,,, ■■ ■ .......II .l.l....l....l.l.11l. IIIIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIe I■■■III■I IIIIIIIII IIIIIIII IIIIIIIII -- -_ 1111111111 I 1111111111 1111111111 1111111111111111111 11111111111111 1 IIII IIIIIIIIIIIIIIII l.11.l.l.l -- __IIIIIIIII I IIIINIIIIII - I IIIIIIIIIIIIIIII 11111111111111111111 11111111111111111111 11111111111111111111 1111111111111111111 mn,,,m ,,,,,,,, IIIIIII 1111111111 111111111111 IIIINIIIIII 111 IIII IIIIIIIIIIIIIII IIIIIIIIII IINIIIIII NIIIIIIIIII IIIIII IIIIIIIIIIII IIINlllle IIIIIINIII 11111111= == IIIIIIII 11 ■ IIx■IIII■■ -_ II IIIIIIIIIIINI11111111 I■IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINIIe - -- IIIIIIIIIIIIIIIIIIIIIIII ,,,,,,,, ,,,,,,, 11 1111111111 1111111111 1111111111111111111111 1111111111111111111 - 1 IIIII IIIIIINIIII 11111111 1111111111111 1111111111111111111111111111111111111 IIIIIIIIIIII IIIIIIII_ - III. . 111111111 INIIIIIIIIII 11111111111111111111 11111111111111111111 1111111111111111111111111111111111111111 NOON■■■ ■■■■■■■■ IIIIII 1111111111/1111111 ■: IIIIIIII =IIII nm,,,m, ,=„III IIIIIIII IIIIII 11111111111111111111 1111111111111 IIIIIIIIII IIIIIIINI IIII IIIII IIIIII IIIIIIIIIIII INIIIIII___ 1111111111111111111 ■_ IIIIIIIII ■IIII IIIII ■ 11111111 11111111NE IIIIIIIIII III n "' non m I - I m nn - IIIII IIIII 1 111 111 IIII ■ NOON■ 1■■■' I■ ■\i/■ 111111111211 .11�111■I \ \ \ \ \ \�� .. \ \ \ \ \ \ 111 \ \ ��7 \ \ - 1 1 ' � _ 1 ■ 1 • NOON■■ ■ ,l 1 1 - 1 1 1 1 1 ' 1 1 1 1 11 : 11 . III 1■ 11 • 11 NOON■ ■ ■ NONE ■■ 1 NOON■ NOON■ ■■MEN NOON■ NOON■■ on NOON IIII I 1■I I II 1 11 11 11 1 IIII 111111111111111111 ■IIIIIIIIII IIII _ IIIII■■ NOON■ NOON■ ■■11■ Inn n■■■ ■■■ ■■ ■NNNI 11 IIIIIII ml ■III „IIII 11 ■11 l.. 11 1 1 IIIII IIIIII I� 1111111111,1 IIIIIII ■■ - 11 N II =1 IIIIH■ NOON■ ■■MEN NOON■ mmm mmm mmm NOON■ 11111111111 IIIIIII IIIIIIII IIIIIIII IIIIIIII 1111111111 111111111 IINIIIIII 1 111 11111111 IIIIIII 111111111 111111111111 111111111111111111 IIIIII III 1111111111 1111111111111111111111111111 _ �� 111111111 III I■■1 nnm NOON■ NOON■ ■n■■ non Inn mnn n■n nnnnm non nnnnn mnnnn nnnnn nnnm mmm� n nnm. nnm nnnm nnnnn nnnm noon nnnnn mnn - mmn mm�m nnnnlllmm�nn : ■- nnnm noon n nn IIIIII IIIIIII nnm nnm NOON■■ nm non non non n■n nnnnnn non noon noon nn m nnnnn nnnm mmm� nm I mNnn nnm) nnnm nnnnn nnnm mm�n nnnnn mnn _ mmn nnnnn nnnnlunnnnm -1 ■■ - nnnnm noon - -- III■ n 1 ■ noon nnm noon . n �I 111 NOON■ ■■N■■ NOON■■ ■■■■III 1111111111 111111111 NOON■ IIIIIII 11111111 1111111111111111111 11111111 11111111E 111111111 IIIIIIIIII ■111111111 IIIIIIIIII 1111111111 IIIIIIIIIIII 1111111111 111111111 11111111 IIIII■11■ nnnnm n 111111111111111111 IIIII m non non noon noon nnnnnnnnn nnnm ■■■ nnm nnm) nun nnnnn noon nnnnn nnnm nn m nnnnm nnm.x nnnnm nnnnnn nnnnn • ■' 1 1 nnnm noon ' nnnm I IIIII nm ■■ NOON NOON■ NOON■ NOON■ non nm NOON■■ 1 ,1 .xi noon m. ■■■ NOON NOON■ NOON■ IIIIII 111111111111 IIIIII nnm Inn ...■■ noon nnlnl n m nnnnn nnnm nnm. noon non nxm nnnm nmm mm�n nn Nn _noon noon mnnnn n. mill nnnm) nnnm m nnnm noon :noon '� _ ■ NOON INI III 111 NIII■II IIIIIIII 111111111 ■■■ NOON■ NOON■ ■■■ ■ 1111111111 IIIII 1 ■IIII IIIIIIII IIIIII 1111111111 IIINIII 11111111111111 11-11111111111111111111111111111111_ _ 1111111111 IIIIIIIII 111111111 11111111 IIIIII■■■ IIIIII IIIIII IIIIII 11 IIIIIII IIIIII c INI son IIIIIIII IIIIIII 1 IIII IIII 1111111111111 IIIII 111111111 111111111 111111111 nnm1111111111 IIIII 11 1111111111 1111111111 11111111111 11111111 111111111111111 11 IIIIIII■ 11111111111 111111111111 111111111 11111111 1111111111 IIIIII 'IIIII IIIIII 11 nnnm. IIIIII nuns nnnnnn nm nnnm nnnm nnnm nnnnn nnm noon noon nnnnnnnnn nm ' 11 nnm noon nnnnn nnnm nnnnn mn n � nnnnnn nnnnnn nnnm noon mm�n 1 , non noon nnnnnn nm nnnm nnnm nnnm 111111111111111111 11 ' nnnnn m n noon noon nnm nnnnn nm ' 11 noon noon N1 nnnnn nnnm nnnnn mn n nnlxm nnm I l.nm nnnm noon mm�n 1 p ■■■n nnnnn nnnnnn � nm mnml nnnm 111111111111111111 11 nnnnn nnm noon nnm m m I 1 n 1 nm , II noon noon ■� nnnnm nnnm nnnnn mn ' n mill _nnnm nnnnm m nnnm noon mm�n 1, III. IIIIIIIx1 IIIIIIIII NI IIIII 11111111 11111111 11111111 IIIIIIIIIIIIIN1111 111111111 IIN11 � IIIIIIIIIII IIIIII IIIIIIII IIIIIII■ IIIIIIII ■ ■■ II IIII � 11 IIIIIIII IIIIIIII 1111111111 111111111 m 111111111111111� 1 1111111111 111111111 11 11111111 11 II,■■■■ 11111111 IN o■sm moss,, , IIIIII 11111111 11111111 11111111 111111111 IIIII 11 1111111111111111 a IIIIIIIIII IIIIII IIIIIIII IIIIINI IIIIIIII II IIIIIIII IIII II IIIIIIII IIIIIIII 1111111111 111111111 ,� 11111111111111114 1 mill 11111111111111111111 1 II 111 11111111 11■■■■ 11111111II ,mmmmmm,iiiii ii'i■ iiiiii iiiiiiii iiiiiiii iiiiiiii iiiiiiiiliiiiiiiiii iiiiiiiiiliiiiiiiil iiiiiiii iiiiiii iiiiiiii IIINIII 1111111111111111 iiiiiiii iiiiiiii iiiiiiii iiiiiiii iiiiiiiiii iiiiiiiii) 1 i iiiiiiiiii iiiiillli � � iiiiiiiiii )iii°iie IIII '.I i ■■ iiiii iiiiii 1 iii' nm n non non noon nnnnnnnn............. nnnnnnnnn nnnm nnm noon 1111111111 INIIIII non nn. non non nnnnn nnnnn nnnnn nnnm nnnnn mm�m mm� 1 n nn I .NOON 1 - III mill...) I.II.II.III liiiiiialill11111 1111111111111 EE!! 1111011111111111111 IIIIIIIIIINIIIIIII 1111111111111111 IIIIIIII iiiiii IIIIII ■II■. ■IIII IIIIII 1111111111 1111111111 1111111111111111111 -- IIIIIIIIII IIIIIIIIII IIIMI 11 ■■■ 1 11■■■■ 11 ■ , nnnnnnnnn nnnnnnnnn MINIMUM= IIINI IIIII 11111 1111111111111NIE nnnm nnm nnm .■...■ ..■... Inn Inn IIIII Inn nnnnn nnnnn _ nnnnn noon .nmm noon _ noon 11 nnm " I 11■■■■ 11 ■ _ _ nn IxIIIIII l.11l.11l 1 11111111111111111 1111111111111111111 1111111111111111111 111111111 111111111 1111111111111111 NIIIIII IIII■ NOON■■ 11111111 IIIIIII IIIIII IIIIII 1111111111 1111111111 s 11111111111111111111 IIIIIIIII - - 111111111 11111111 II n (INI " ..,■■■■■■ = =IIII 111111111 INNIIIIII 11 1 IIIII IIIIII 1111111111111111111 1111111111111111111 1111111111111111111 IIIIIIII IIIIIII IIIIIIII IIIIIII IIIIIII 11111111 II■IIII IIIIII IIIIII 1111111111 1111111111 � 1111111111 IIIIIII IIIIIII 11111111111111111111111111111 11111111111111111111 IIIII = IIIII nn nn nm m m ■ nm I nnm nnnnnnnnn nnm noon m - = nnnnn nnnnnnnnn nnnlx Inn nnm nnm nnm nnm nnm nnm. nnnnn nnnnn _ nnnnn nnm nnm noon nnnnn nnnnn nnnnn nnnm) nm �- nm nnnm nnnm nnnm nnnm 1 nnm nnnnnnnnn noun nnnnnnnnn nnnm Inn nnm nnm nnm nnm noon m I III I nm nnnnn _ ■ _ nnnnn nnm nnnnnn noon noon nnm) nnnnn mm�n ■1■n , n nm _ .mm�m Inn nnnnnnnnn noon nnnm m nnnm Inn nnm nnm nnm Inn noon n' n nnnnn nm nn == == : nnnnn nnm nnnnnn noon noon mnn nnnnn mm�n ■■■ NN r n1■nm nnnm mI noon noon _ _ , m noon IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII - nnmm m Inn noon nnnnnn nnnnnnnnn Ixnnn Inn nnm Inn nnnnnnn= nnnm nnnnn nnnnn = nnnnn 1 noon noon nmm nnnnn nnnnn nn n 1 nn noon Inn IIII 11■1 1■ 1111111111111 111111............1 IIIIIIII ■.■..■ NOON.■■ IIIIIII ' ml 111 1111111111 uuuuu =- -- 11I uuuuu 11111111 11111111 IIII uuuuu 1111111111 IIII - 1 ■■1■■1 IIIII nnnnnn nnnnnnnnn nnnnnnnmmmmmml noon � - mill' nnnnn nnnm nnnnnnn nnnm nnnmlmn � ■nm nm 011111 11 1 nnnnm nnnnm N � nnnnn nnnnn I- == =1■ Nnnn Inn nnnnnn nnnnn nnnm) ml Inn nnnm noon Emilio, MONUMENT/CONTROL POINT NUMBER NORTHING (Y) EASTING (X) ELEVATION (Z) DESCRIPTION CP34TH001 7268129.97 946631.70 3208.94 ALUMINUM DISK SET IN CONCRETE CURB CP34TH002 7267988.16 945964.56 3211.36 ALUMINUM DISK SET IN CONCRETE CURB CP34TH003 7268144.67 945284.34 3211.58 ALUMINUM DISK SET IN CONCRETE CURB CP34TH004 7268037.43 944651.55 3213.35 ALUMINUM DISK SET IN CONCRETE CURB CP34TH005 7268159.25 943599.02 3215.51 ALUMINUM DISK SET IN CONCRETE CURB CP34TH006 7268215.15 942951.33 3216.25 ALUMINUM DISK SET IN CONCRETE CURB CP34TH007 7268202.91 942152.58 3216.61 ALUMINUM DISK SET IN CONCRETE CURB CP34TH008 7268129.13 941318.27 3216.50 ALUMINUM DISK SET IN CONCRETE CURB CP34TH009 7268304.06 940S35.45 3217.08 ALUMINUM DISK SET IN CONCRETE CURB CP34TH010 7268177.94 939999.10 3218.26 ALUMINUM DISK SET IN CONCRETE CURB CP34TH011 7268333.40 939366.30 3219.12 ALUMINUM DISK SET IN CONCRETE CURB CP34TH012 7268223.07 938675.02 3222.13 ALUMINUM DISK SET IN CONCRETE CURB CP34TH013 7268343.76 938054.44 3224.60 ALUMINUM DISK SET IN CONCRETE CURB CP34TH014 7268240.35 937357.49 3228.73 ALUMINUM DISK SET IN CONCRETE CURB CP34TH015 7268442.84 936635.83 3231.47 ALUMINUM DISK SET IN CONCRETE CURB CP34TH016 7268297.08 936083.75 3232.33 ALUMINUM DISK SET IN CONCRETE CURB CP34TH017 7268439.70 935419.38 3231.48 ALUMINUM DISK SET IN CONCRETE CURB CP34TH018 7268341.16 934732.78 3231.46 ALUMINUM DISK SET IN CONCRETE CURB CP34TH019 7268481.63 934103.32 3229.90 ALUMINUM DISK SET IN CONCRETE CURB CP34TH020 7268386.40 933403.92 3230.58 ALUMINUM DISK SET IN CONCRETE CURB CP34TH021 7268557.98 932746.03 3229.33 ALUMINUM DISK SET IN CONCRETE CURB CP34TH022 7268426.28 932132.47 3231.36 ALUMINUM DISK SET IN CONCRETE CURB CP34TH023 7268573.63 931390.71 3229.99 ALUMINUM DISK SET IN CONCRETE CURB CP34TH024 7268475.67 930762.61 3232.92 ALUMINUM DISK SET IN CONCRETE CURB CP34TH025 7268615.55 929843.45 3237.86 ALUMINUM DISK SET IN CONCRETE CURB CP34TH026 7268527.56 928783.20 3242.72 ALUMINUM DISK SET IN CONCRETE CURB CP34TH027 7268680.14 928124.51 3245.47 ALUMINUM DISK SET IN CONCRETE CURB CP34TH028 7268576.49 927464.37 3248.66 ALUMINUM DISK SET IN CONCRETE CURB CP34TH029 7268596.79 926804.85 3250.86 ALUMINUM DISK SET IN CONCRETE CURB CP34TH030 7268726.40 926243.14 3256'19 ALUMINUM DISK SET IN CONCRETE CURB CP34TH031 7267929.20 947285.08 3209.42 ALUMINUM DISK SET IN CONCRETE CURB CP34TH032 7268027.12 947911.25 3107.36 ALUMINUM DISK SET IN CONCRETE CURB CP34TH033 7267892.40 948634.05 3208.35 ALUMINUM DISK SET IN CONCRETE CURB CP34TH034 7268024.03 949231.91 3206.70 ALUMINUM DISK SET IN CONCRETE CURB CP34TH035 7267788.86 949519.08 3207.25 ALUMINUM DISK SET IN CONCRETE CURB NOTES SEE FOLLOWING FIELD BOOKS FOR LEVEL LOOPS ON PERMANENT CONTROL MONUMNETS: MONUMENTS 01-15 (FB 1139, PG 4-5, 05/07/2010) MONUMENTS 16-30 (FB 1134, PG 51-56, 08/27/2010) MONUMNETS 31-35 (FB 1141, PG 1-2, 08/24/2010) ALL COORDINATE VALUES ARE RELATIVE TO NAD 83 (CORS 96) TEXAS COORDINATE SYSTEM, NORTH CENTRAL ZONE ALL ELEVATIONS ARE NAVD 88 CONTROL INFORMATION SHOWN ON THIS SHEET WAS ACCURATE AS OF THE DATE OF SURVEY CONTRACTOR TO VERIFY CONTROL POINTS PRIOR TO BEGINNING CONSTRUCTION AND REPORT ANY DISCREPANCIES TO THE ENGINEER HUGO REED AND ASSOCIATES, INC. "pSE TE 1 •. s 5: 1 �..:.......................... JASON L. SWOFFORD ill 87911 11� 10IVALENM 05/22/2023 �6 Ci of k Lu oc bb TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 vi a DATE DESCRIPTION 34TH STREET HORIZONTAL AND VERTICAL CONTROL 51■, m 2 :5 1 4 4 7 C BI R Op0 ONf# P FR S�pR DOLLAR6 N S %li�°\`-5%� ° N CORO.NAJO scHoot O SHEE UT1 i N vacANr -SHEET CU2----------N ---CD \SH.\EET CUT ')-- J I `�' SHEET CUTS N SHEET CUT6 /f _—__—_ — _ i_—_ 8 __—__— — —_ — _—__—__—__—__—__—__—__ __—__—__—__—__ — SHEET CUT4 iI TOA45 TREE PLACE I N 4 I : e ° F W _ .—.—. .—.—.—.�.—: .------------------- + — ------------ — ------ .—.—..34THSTREET — — — — — — — — —----------------------. to I l ° I Tf j I z IIIIII� r L� I j I H�N—I — ---- — — — — — — ' Lu ,I SHEET CUT 1 I SHEET CUT 2 I e SH ET CUT 3 m �" W y SHEET CUT 4 .� 3 e SHE T p S EE ti R -"—""-- Q RL RO OO zz F/ EPO/NTS SHOPPING CENTER p ik y U `� Z p J C U c� Z Q EXTENSIONS z� Q O N H cn W z J U H Ca C 0 O 0 144 Q .04 Q Q � � d Q� o yQ vt + R + + AS T/MEGO S BV t b O O G040N1D0 I > 2 U W W I ANT"" 4LL W S S O a e a a / HiH H L m G SC OU W 2 HURR/CAN e � ' Lm J W x ~ CARPETSHEET SHEET CUT 7 SHEET CUT 8 BEACH y SHEET CUT 9 �' '� - �° SHEEi�CUT 10 Imo; o I y - — - - — ti — - CARWASH - p 'sue w SHEET CUT 11 SHEET CUT 12 — — — — — — —y1 — — o o ERMILL —— u — I II e 0 9 I � I XP�Gs : AT&T _ : , 'I °°q o e -----———————+--I — — —— 34THSTREET�---I°—.—.—.—.—.—.—.—...+ -—1-------- T— :j MEwEKE I GC OR CARCAR 1 I__—__—__—__—__—__—__—__ I_—__—__ ——__—__—__— _—__ —_ y _—__—__—__—_ _—_ SHEET CUT 7 CORONADO SHEET CUT 8 SHEET CUT 9 SHEET CUT 14 uaRrcLEMENrs SHEET CUT 11 I SHEET CUT 12 {I H/GHSGHOOI Y R v� yHOPP/,NG CENTR 7 F BRADVS Z Y 2 0 2 ti ti 0 i 1 O = (l UTOMO THE u� 2 'li Q 2 m j y Q Q h W W W g Q � a Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .mac"dam ��-' r T` L .�� �' �• ■ ■ I` lq DATE DESCRIPTION 34TH STREET PROJECT LAYOUT SECTION 1 SHEET 1 OF 1 LI 1 2 3 4 5 II C� ■ :1 1 4 71 Al BI W Z Q J J 14 Q Q Q - - ,r -- _._ -- SHEET CUT 1 --— --— --— --— -- —-- —- va�.en SHEET CUT 2 -- - -------------- - o°� 'tire - - l - - ------- .. woF, sack-w SHEET CUT 3 SHEET CUT 4 ------------------- -- -- ------------- ---------- aMse, nm,, rsraa� a„mo — --- CD —� _ o i� °°_�.. 0 �_ ° I N , Cl) 34THSTREET — ——.—.—.—.—.—...—.— , —.—.—.—.—.�.—.—.—.—.-34THSTREET ..�.—off.—.—.—.—.—.—.—.—.—.—.—.—.�.—. U) LU _ �� �. U °®® ------- SHEET CUT 1 SHEET CUT -- 2 - ---- �� — SHEET - ----------------- -------- SHEET CUT �tsw,�°,���F,,w ° s_,�zPRoPE�.,Es a� q W W W Q Q Q W Z W Q Wr� W Q� Q Q� WO tn h WO AVENUE1W F _ 3m r e SHEET CUT 5 `� w SHEET CUT 6 MaoR� � _cm O- —-- - —-- ----- ----------- --- LL .—.—.— ---------------------- 94--7) REEr — — — — — — — — — — — — ——.—.—.—.—.—.—.—.—.—.—. UU r , SHEET CUT 5 � � � ��SHEET CUT �2 ' y � .,mrv_snmvrs�vza 1Q O ht� W W 44 y Q n �O P W Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 MEL ■ �? ■�� � . v; ,fir �£, 34TH STREET PROJECT LAYOUT SECTION 2 SHEET 1 OF 1 ■ ■ kl ■ L11: 1 1 1 :5 1 4 5 D 34TH STREET SECTION 1 ALIGNMENT DATA 29TH DRIVE ALIGNMENT DATA BEGINNING CHAIN 34TH SECTION 1 DESCRIPTION BEGINNING CHAIN 29TH DESCRIPTION----------------------------------------------- -------------------------------------------------------- POINT 3401 N 7,268,680.59 E 925,964.43 STA 98+00.00 ------------------------------------------------------------------------------- Paint 29201 N 7,268,525.51 E 927,687.41 Sta 9+00.00 COURSE FROM 3401 TO 3402 S 88" 10' 14.10" E DIST 9,439.92 Course from 29201 to PC 29TH 21 N 1 ° 49' 45.90" E Dist 198.71 POINT 3402 N 7,268,379.23 E 935,399.54 STA 192+39.92 Curve Data -------------------------------------------------------- ENDING CHAIN 34TH SECTION 1 DESCRIPTION ------- Curve 29TH_21 P.I. Station 11+63.83 N 7,268,789.20 E 927,695.84 Delta = 36" 04' 08.34" (LT) Degree = 28' 38' 52.40" Tangent = 65.12 Length = 125.90 Radius = 200.00 External = 10.33 Long Chord = 123.84 Mid. Ord. = 9.83 P.C. Station 10+98.71 N 7,268,724.12 E 927,693.76 P.T. Station 12+24.61 N 7,268,843.03 E 927,659.20 34TH STREET SECTION 2 ALIGNMENT DATA C.C. N 7,268,730.50 E 927,493.86 Back = N 1 ° 49' 45.90" E Ahead = N 34' 14' 22.44" W C BEGINNING CHAIN 34TH SECTION 2 DESCRIPTION Chord Bear = N 16' 12' 18.27" W Course from PT 29TH 21 to 29202 N 34' 14' 22.44" W Dist 771.53 Paint 100 N 7,268,067.53 E 945,154.55 Sta 290+00.00 Paint 29202 N 7,269,480.86 E 927,225.09 Sta 19+96.15 Course from 100 to 101 S 88' 10' 12.05" E Dist 1,373.80 Point 101 N 7,268,023.65 E 945,527.65 Sta 303+73.80 -_ ENDING CHAIN 29TH DESCRIPTION ' Course from 101 to 102 S 88° 01' 41.24" E Dist 147.86 Point 102 N 7,268,018.57 E 946,675.43 Sta 305+21.66 Course from 102 to 103 S 88' 12' 04.73" E Dist 595.32 Dz Point 103 N 7,267,999.88 E 947,270.45 Sta 311+16.98 Course from 103 to 104 S 38' 11' 01.77" E Dist 1,104.82 Point 104 N 7,267,964.87 E 948,374.71 Sta 322+21.80 Course from 104 to 105 S 98' 14' 03.06" E Dist 202.41 Point 105 N 7,267,958.63 E 948,577.03 Sta 324+24.21 Course from 105 to 106 S 88° O531.64" E Dist 691.92 Point 106 N 7,267,935.59 E 949,268.57 Sta 331+16.13 Course from 106 to 1078 88' 17' 18.93" E Dist 83.87 B Point 107 N 7,267,933.09 E 949,352.40 Sta 332+00.00 Course from 107 to 108 S 38' 10' 15.99" E Dist 1,061.20 Point 108 N 7,267,899.22 E 950,413.06 Sta 342+61.20 ------------------------------------------------------- ENDING CHAIN 34TH SECTION 2 DESCRIPTION v a� o� 1 2 3 4 5 Parkhill tH & COOP a j KVLE W.J� N �'q.....98310% ' llT s N — \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 2 1 :1 1 4 I Parkhill 71111111■ 50' (TYP) 50' (TYP) SI PARKWAY SIDEWALK 2' 14' 11' 14' 11' 14' 2' PARKWAY SIDEWALK p VARIES VARIES LANE LANE TURN LANE LANE LANE VARIES VARIES � I h 1 T-3' 1' I V 0'-3' 1' (rvP) I VARIES VARIES _ OSOD- — — — — — ------- - SOD PROPOSED 34TH STREET P1 REMOVE EXISTING— PROPOSED TY A ASPHALT PAVEMENT CURB & GUTTER SAID FOR AS FLEXIBLE PAVEMENT REPAIR SECTION 1 PAID FOR AS FLEXIBLEJ PAVEMENT REPAIR PROPOSED TY A CURB & GUTTER —REMOVE EXISTING ASPHALT PAVEMENT AS SHOWN ON PLANS (ROADWAY) (ROADWAY) AS SHOWN ON PLANS NTS NOTES: 1O SEE SIDEWALK LAYOUT FOR SIDEWALK LIMITS, TYPE, AND CROSS SLOPE. O2 PLACE SOD BETWEEN NEW SIDEWALK AND CURB & GUTTER, AND IN DISTURBED AREAS BEHIND NEW SIDEWALK WHERE APPLICABLE UNLESS OTHERWISE DIRECTED. 49.3' I VARIES 49.4' TO 51.8' PARKWAY— VARIES g2'_7p B SIDEWALK PARKWAY 2' 12'-14' 12'-14' 4' 0'-14' 12' 12' 2' SIDEWALK VARIES 0 VARIES LANE LANE MEDIAN TURN LANE LANE LANE VARIES "p ' PROPOSED PGL PROPOSED LEFT VARIESO VARIESO PROPOSED RIGHT GUTTER PGL GUTTER PGL ® SOS 3 � —SOD PROPOSED 29TH DRIVE P2 _ �— PROPOSED TY A SEE INSET A NTS CURB & GUTTER FROM STA 10+42.00 TO STA 13+92.30 v f �, � - PROPOSED TYA NOTES: CURB & GUTTER 1O SEE SIDEWALK LAYOUT FOR SIDEWALK 1' LIMITS, TYPE, AND CROSS SLOPE. CROP O2 PAVEMENT CROSS SLOPE SHOWN ON — 12" CEMENT TREATED SUBGRADE PLAN AND PROFILE SHEET. — (3BY WEIGHT) COMPACTED % AT 95 % (MODIFIED PROCTOR)O3 PLACE SOD BETWEEN NEW SIDEWALK AND CURB & GUTTER, AND IN DISTURBED a AREAS BEHIND NEW SIDEWALK WHERE INSET A APPLICABLE UNLESS OTHERWISE DIRECTED. O4 LIMITS OF CONCRETE MEDIAN SHOWN ON i PLAN AND PROFILE SHEET. 1 2 3 4 5 „yT pia KYLE WJACKS N % = 11TS FN \\� NA 05/21/23 4 Lubblo of TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■ ■ � I ■ I ■ 7h W7 34TH STREET PROPOSED TYPICAL SECTIONS SHEET 1 OF 2 010 1 1 2 1 :1 1 4 1 5 Parkhill VARIES 43.2' TO 44.5' VARIES 45.7' TO 46.6' D � : _ 6 1 PARKWAY SIDEWALK 2' 13. 11' 12' 11' 13. 2' PARKWAY SIDEWALK _ Q VARIES VARIES LANE LANE TURN LANE LANE LANE VARIES VARIES p '� 1 1 �► h 1' ; (TYP) VARIES VARIES O SOD — - —SOD 2O PROPOSED 34TH STREET P2 PROPOSED TY D SAID FOR AS FLEXIBLE PAVEMENT REPAIR SECTION 2 PAID FOR AS FLEXIBLE PAVEMENT REPAIR PROPOSED TY D CURB & GUTTER (ROADWAY) (ROADWAY) CURB & GUTTER AS SHOWN ON PLANS NTS AS SHOWN ON PLANS C NOTES: 1O SEE SIDEWALK LAYOUT FOR SIDEWALK LIMITS, TYPE, AND CROSS SLOPE. O2 PLACE SOD BETWEEN NEW SIDEWALK AND CURB & GUTTER, AND IN DISTURBED AREAS BEHIND NEW SIDEWALK WHERE - APPLICABLE UNLESS OTHERWISE DIRECTED. B a v o� 1 2 3 4 5 tH & COOP s,�����F rE+asl�tio a j KYLE W.JAACKS N llT s N — 05/21/23 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET PROPOSED TYPICAL SECTIONS SHEET 2 OF 2 011 711111111/ 3_ II II II II II 111� PROPOSED PLAN / SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS / FOR CONSTRUCTION I I 2 1 3 1 4 5 N 0 50 100 DEMOLITION ITEMS o O O1 ASPHALT ROADWAY PAVEMENT (SY) a (D CONCRETE ROADWAY PAVEMENT (SY) U) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) LU Z 4O CONCRETE DRIVEWAY/PARKING LOT (SY) J 5 O SIDEWALK (INCLUDING ANY 2 LANDSCAPE CURB) (BY) 6D CURB & GUTTER (LF) O7 SMALL SIGN (EA) 8O LIGHT POLE (EA) 9O PULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) LEGEND ® ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT O SHEETS FOR ADDITIONAL REMOVAL ITEMS. O + 5. ALL TREES AND SHRUBS LOCATED CD INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. U) 6. GRASS VEGETATED AREAS SHOWN W FOR REMOVAL ARE PAID FOR AS Z EXCAVATION. J = 7. COMPLETELY REMOVE EXISTING POLE (� MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND Q EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill tH & COOP a j KYLE 17-177S N �'q.....98310% ' IITS FN \\� NA 05/21/23 1NN-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■. 7h � 34TH STREET SECTION 1 REMOVAL LAYOUT SHEET 1 OF 5 012 711111111/ CD CD O T T a en W Z J U a 3_ 1 1 1 1 :1 1 4 1 REMOVAL PLAN PROPOSED PLAN SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS FOR CONSTRUCTION 1 1 2 1 3 1 4 5 N 0 50 100 DEMOLITION ITEMS o � Oi N ASPHALT ROADWAY PAVEMENT (SY) r a (D CONCRETE ROADWAY PAVEMENT (SY) U) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) LU LU 4O CONCRETE DRIVEWAY/PARKING LOT (SY) J 5 O SIDEWALK (INCLUDING ANY 2 LANDSCAPE CURB) (BY) 6D CURB & GUTTER (LF) O7 SMALL SIGN (EA) 8O LIGHT POLE (EA) 9O PULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) LEGEND ® ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT O SHEETS FOR ADDITIONAL REMOVAL ITEMS. O+ 5. ALL TREES AND SHRUBS LOCATED INSIDE RIGHT OF WAY SHALL BE LEFT N IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. y 6. GRASS VEGETATED AREAS SHOWN LLI FOR REMOVAL ARE PAID FOR AS Z EXCAVATION. J = 7. COMPLETELY REMOVE EXISTING POLE V MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND a EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill tH & COOP a j KYLE W.JAA KS N �'q.....98310% ' llT s N \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ice ■. o- ��■.. 7h � 1■ „? 34TH STREET SECTION 1 REMOVAL LAYOUT SHEET 2 OF 5 013 II ■ C� ■ ■ REMOVAL PLAN ■ Parkhill 71 Al A 5 (15 SY) 7 BRICK RETAINING WALL PROTECTED IN PLACE FROM STA 121+97.27 TO STA 124+85.88 SEE DETAIL B THIS SHEET FOR WALL SECTIONS O O 4 (78 SY) 8 5 (116I SYI) o SEE DETAIL A 7 8 5 (20 SY) u Row — N T ED7 -- EDS — — — — o — U) LU.—.—.—.—.— 00 .—.—.—.—.—.`.—.—.—.—.—.`.—.—.—...—. 114.11_ _.... .—.—.—. Z REMOVE AND DELIVER — 8 J ----- — — - 0 STRUCTURE TO CITIBUS .STREET — ED45 ED46 ED47 n ED48 ED49 U Q ROW 4 (51 SY) 4 (51 SY) 4 (51 SY S 4 (47 SY) 7 5 131 SY) O O N H I) W Z J U H Q 5 (50 SY) 5 (38 SY) �I m (244 SY) � 5 (1 22 SY)) 4 (40 SY) 3 (13 SY) SCHOOL ZONE SIGNAL AND GROUND BOX PROTECTED IN PLACE 4 (136 SY) 5 (52 SY) TOTAL DETAIL A NTS * POST AND DIRECTIONAL ISLAND TO BE REMOVED WITH, AND SUBSIDIARY TO DRIVEWAY SEE PARKING LOT MODIFICATION III LAYOUT FOR GONG REMOVAL — 5 (33 SY 7 4 (184 SY) - -- 4 95 SY)(, (1719 LF) O STA 121+01) TO STA 132+00 CHAIN LINK FENCE PROTECTED IN PLACE BEGIN STA 130+65.46 0 50 100 (435Y) 7 5 (82SY) 7 7 5 (132SY) 7 ) 7 5 (56SY) G DEMOLITION ITEMS ASPHALT ROADWAY PAVEMENT ) ROW N O T (SY r GG ED9 ED1D Q O CONCRETE ROADWAY PAVEMENT (SY) — — 1 (243 SY)- — — — — — — ~ 0 7 7 O3 ASPHALT DRIVEWAY/PARKING LOT (SY) .—.— o —. .—.—.—.—.—. .—.—.—.—.—. .—.—.—.—.—. .—.—.—.—.— .—.—.—.—.— LU Z FIRE HYDRANT 4O CONCRETE DRIVEWAY/PARKING LOT (SY) - 1 (280 SY) PROTECTED — — — — — — — — — — J IN PLACE— n O SIDEWALK (INCLUDING ANY 0 LANDSCAPE CURB) (SY) H o o H O CURB & GUTTER (LF) 5 (18 SY) 4 (14 SY) O7 SMALL SIGN (EA) 8 8 OS LIGHT POLE (EA) — CHAIN LINK FENCE TO BE REMOVED BEGIN STA 126+67.86 9O PULL / JUNCTION / VALVE BOX (EA) a I — CHAIN LINK FENCE (SUBSIDIARY TO PREP ROW) PROTECTED IN PLACE LEGEND ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ROADWAY CONCRETE AND TT EXISTING JOINT \�/ ItjT,� � DRIVEWAY/PARKING LOT TOP OF CONCRETE ® SIDEWALK rj\ PROPOSED PLAN SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS FOR CONSTRUCTION L I BRICK WALL DETAIL 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT O SHEETS FOR ADDITIONAL REMOVAL ITEMS. O+ 5. ALL TREES AND SHRUBS LOCATED N INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN < ON SIDEWALK PLANS. 13 U) 6. GRASS VEGETATED AREAS SHOWN LLI FOR REMOVAL ARE PAID FOR AS Z EXCAVATION. J = 7. COMPLETELY REMOVE EXISTING POLE (� MOUNTED ROADWAY FIXTURES, — - - FOUNDATIONS, CABLES, CONDUIT, AND Q EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 �- P lq k 34TH STREET SECTION 1 REMOVAL LAYOUT SHEET 3 OF 5 014 71 CI BI 1 1 2 i CHAIN LINK FENCE / PROTECTED IN PLACE END STA 132+50.36 (1403 LF) O STA 132+00 TO r /r) STA 143+DO 5 (56 SY) 5 i129 SY) 5 143 BY) o II G5 (28 BY) 1 7 4 (36 BY) 4 (60 SY) 4 (59 SY)l N " ED11 ED12 ED13 U)— — — — - 7 — — — 8 - LU.—.—.—.—.—. .—.—.—.—.—. .—.—.—.—.—.`.—.—. _ Z EXISTING VAULT SCHOOL ZONE SIGNAL AND GROUND J PROTECTED IN PLACE 8 BOX PROTECTED IN PLACE — — ED50 ED51 ED52 ED53 ED54 Q ROW e . 7 4 (40 SY) 4 (39 SYt 4 (39 SY) 4 (3EI SY) (65 SY) 5 (29 BY (27 SY) 5 it SY) r CHAIN LINK FENCE TO BE REMOVED END STA 132+72.32 :5 REMOVAL PLAN W QI� i I y I Q3 (25 SY) 77 BY)� 2� (48 SY) Q (45 SY) 5 (18 BY) 5 (13 BY) 5 (29 BY) 4 1 5 N 8 � ago' a® 9 O ' 0 50 100 3Y)� 5 (10 SY) 5 (123 SY) 2 (41 BY 4 (62 SY 5 (34 SY) i 4 (44 SY) 4 (25 SY) 4 (36 SY) 4 (28 BY 4 (58 BY) 4 (68 SY 4 (57 BY) 7 5 (82 SY) G DEMOLITION ITEMS ROW C) O ASPHALT ROADWAY PAVEMENT (SY) ZzAtr Q O CONCRETE ROADWAY PAVEMENT (SY) ED14 ED15 ED16 ED17 ED18ED19 ED20 ED21 7 7 +D 1 (245 SY) U) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) LU —....... —. .—.—.—.—.—. .—.—.—. .—.—.—. .—.—.—.—.—. .—.—.—.—.—.—.—.—.—.—.— FIRE HYDRANT z 4O CONCRETE DRIVEWAY/PARKING LOT (BY) 7 PROTECTED_ 7 — 1 (261 SY]_ _ _ _ ® _ — ED55 IN PLACE ED56 ED57 ED58 ED59 ED60 J = O SIDEWALK (INCLUDING ANY LANDSCAPE CURB) (SY) ROW Q 6O CURB &GUTTER (LF) J (84 BY) 4 (SD SY) (66 SY) 4 (124 SY) 5 2 (459 SY) 4 (31 SY) 4 (63 SY) 4 (57 SY) 4 (43 SY) 5 (23 SY O SMALL SIGN (EA) 5 (50 BY) 5 (135 Sy� YY 5 (110 BY) o 5 (66 SY) 5 18 SY) 5 (31 SY) 5 (38 SY O LIGHT POLE (EA) SLOTTED CURB PROTECTED IN PLACE (54 LF) 9D PULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) REMOVE AND DELIVER I I LEGEND STRUCTURE TO CITIBUS PLANTER BOX PROTECTED IN PLACE m ® ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE PROPOSED PLAN ED# EXISTING DRIVEWAY SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS GENERAL NOTES: FOR CONSTRUCTION 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING I PAVEMENT OR STRUCTURE FOR 14 PROPER DEMOLITION SEQUENCING. `a I1,' `tI 2 ALL PATTERNS ARE USED TO HELP '➢ o CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. �O`hiAPR^rew^sH 3. REFER TO INTERSECTION LAYOUTS I y IV FOR EXACT REMOVAL LIMITS FOR ALL U VV7 \ Q SIDE STREETS. `O PYy10 v o v o e I Q 1 J I� \ 4. SEE PARKING LOT MODIFICATION LAYOUT SHEETS FOR ADDITIONAL REMOVAL ITEMS. ++C+ S. ALL TREES AND SHRUBS LOCATED N I - - ., ,.. — _ . m INSIDE RIGHT OF WAY SHALL BE LEFT D13 D14 D15 I D16y IN PLACE AND PROTECTED FROM D1( D18 D19 I DAMAGE UNLESS OTHERWISE SHOWN a ON SIDEWALK PLANS. II o U) 00 133 00 134+00 135+00 136+00 13Y+00 138+00 139+00 140+00 141+00 142+00 I 14 U) 6. GRASS VEGETATED AREAS SHOWN —.—.—.—.— —...`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.`.—.—.—.—.—.i—.—.—.—.—. LU LU FOR REMOVAL ARE PAID FOR AS—. z ?4711S7REE7" 0 z EXCAVATION. D40 A D41 D42 D43 D44 I D45 D46 D47 D48 = 7 COMPLETELY REMOVE EXISTING POLE () I -* a*" 2 - ©4=,- (� MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND Q O I ,° Q EQUIPMENT (SUBSIDIARY TO i b LIGHT POLE REMOVAL). PROVIDE i 44` DISPOSAL METHOD IN COORDINATION ' WITH EPA AND MUNICIPALITY iQ r I; o REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND W I ums srne SIGNAL POLES IN PLACE. I� c,�.ass oa_r xxe caE CTE9 sumrc eria_, caaFnec. i V um=ri,Yes carers g .ieuo, y MILL AND HAUL EXISTING ACP TO O I Q CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LU BBOCK, TX. • " 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .mac � ■i�' ■�� � � .,�'� L � ��� ,fir 34TH STREET SECTION 1 REMOVAL LAYOUT SHEET 4 OF 5 2 3 4 5 L r� ■ u ■ 71 Al A REMOVAL PLAN _- (1098 LF) STA 143+00 TO STA 150+54 I I I I o (53 SY) 3 0 D SY) 3 (32 SY) 8 O I ' 4 (80 SY)TT I +j y I � I I EXIST FENCE I I PROTECTED IN PLACE G 8 4 (76 SY) 5 (125 SY) (57 SY) 5 (135 SY) 4 (63 SY) 5 (71 BY) I 5 (118 SY) I ') 1 1 4 N 0 50 100 DEMOLITION ITEMS 0 MROW =ROWI IIII IIII LO ASPHALT ROADWAY PAVEMENT (BY) Q ED22 0 ED23 ® ED24 a a a Y a +`a a ED25 PAVEMENT ( CONCRETE ROADWAY � O2 T SY) — — — — — 8 — 1 (132 SY) — — 8 ~ (� 1aa+nn 1qg+nn _.. + + 151+BB ---- 152+p 153+ 184 O ASPHALT DRIVEWAY/PARKING LOT (SY) . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . ` . — . — . — . — . — . W — — — —.—.— ——.—.—.—. 8 4O CONCRETE DRIVEWAY/PARKING LOT (SY) 7, s (ao Sv)_ s 6 8 sv) _ 34THST/?EET — — J SIDEWALK INCLUDING ANY ED61 ED62 ED63 EDp4 EDG5 ED6G ED67 ED68 O U LANDSCAPE CURB) (BY) QROW_—__—__—__—__� IIIIIIIIIIIII —__—_ 6O CURB & GUTTER (LF) 4 (43 SY)-- 4 (42 SY) 5 (67 SY) 5 64 SY) I 4 (24 SY) 4 (22 BY 4 (15 BY) 4 (23 BY) 4 (15 BY) b 5 (74 BY) �7 SMALL SIGN (EA) 5 (11 SY) 37 5 SY) 3 (7 SY) 4 (61 SY) * * 5 (7 BY 5 (36 SY) 5 (46 SY) 5 (27 SY) 3 (189 SY) ' Oj �� 8� LIGHT POLE (EA) 5 (4 SY) 3 (40 SY) ' ' 4 (26 SY) 3 (88 SY) 4 (18 SYYY L=r ' 9O PULL / JUNCTION / VALVE BOX (EA) 1 Y(38 SY) ' ' I (SUBSIDIARY TO PREP ROW) I REMOVE EXIST WHEEL I I REMOVE CURB INLET AND PIPE TO NEAREST EXISTING TYPE 1 PAVEMENT JUNCTION TERMINAL I FC; F N fl STOPS IN ED63 AS ' JOINT SEE EXISTING UTILITY SHEETS FOR TO BE REMOVED. REFER TO ROADWAY DETAILS PREP ROW (8 EA) I I O APPROXIMATE LOCATION OF LATERALS AND SHEET 4 OF 7 FOR TERMINAL DETAILS MAINLINES) I I I PROPOSED PLAN SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS FOR CONSTRUCTION "7" ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE - i -�vr r.+awrE�oEs er f TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING r— PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. I ' 2. ALL PATTERNS ARE USED TO HELP Eauaer I I I 11L CLARIFY/DIFFERENTIATE REMOVAL LIMITS. W SEE KEYED NOTES FOR SPECIFIC ITEMS. I I I 3. REF ER TO INTERSECTION LAYOUTS QQ Q FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. V 4. SEE PARKING LOT MODIFICATION LAYOUT o I I .uer O I I SHEETS FOR ADDITIONAL REMOVAL ITEMS ++ ' I o ®®® I ' S. ALL TREES AND SHRUBS LOCATED M ---- -- --- — — — . -- ------ ------------ INSIDE RIGHT OF WAY SHALL BE LEFT p p L -:� �' m IN PLACE AND PROTECTED FROM < ON SIDEWALK PLANS D20 D21 o D22 D23 DAMAGE UNLESS OTHERWISE SHOWN (n 100 144+00 145+00 146+00 147+00 148+00 149+00 150+00 151+00 152+00 153+00 154 6. GRASS VEGETATED AREAS SHOWN W . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . T . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` . — . — .............. — . — . ` . — . — . — . — . — . ` . — . — . — . — . — .i.. — . — . ...... i FOR REMOVAL ARE PAID FOR AS z I EXCAVATION. J 34T11STREET D49 D50 D51 D52 D53 7. COMPLETELY REMOVE EXISTING POLE () I MOUNTED ROADWAY FIXTURES, -----------------------� ------ FOUNDATIONS, CABLES, CONDUIT, AND EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION o i o I i I WITH EPA AND MUNICIPALITY Ei _... � REQUIREMENTS. �V B. CONTRACTOR SHALL LEAVE ALL �l TRAFFIC SIGNAL HARDWARE AND ,uemrs I Q I SIGNAL POLES IN PLACE. AP I i 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING rza,muis �m -0 I'4 I CENTER, 8425 NORTH AVE P, a - ,vo r_ne,vr � � I w g ° swA.1111 LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .mac � ■i�' ■� - .,'� � Ir��� ��� I � it ■� f .'£, 34TH STREET SECTION 1 REMOVAL LAYOUT SHEET 5 OF 5 I, ■ n■ A ■ 5 .� 1 11 :5 1 4 5 REMOVAL PLAN ONC WAYNEA►/E 9 Y) MEDIAN D 8 0 50 100 — 2 (70 SY) i \ 5 (203 SY) OS1 43 sv57 DEMOLITION ITEMS � s �, � 0 1 (2832 SY) ASPHALT ROADWAY PAVEMENT (SY) ILA (D CONCRETE ROADWAY PAVEMENT (SY) (177 LF) 6 i q ASPHALT DRIVEWAY/PARKING LOT (SY) (65 SY) 2 00 +00 \ �- _ 4� CONCMEDIAN CONCRETE DRIVEWAY/PARKING LOT (SY) \ SIDEWALK (INCLUDING ANY LANDSCAPE CURB) (SY) 5(225 SY) 6� CURB & GUTTER (LF) 0 0 0 0 0 0 0 0 o d O7 SMALL SIGN (EA) s \ (265 LF) 6 �� 7 / 8� LIGHT POLE (EA) O696 LF 6 STA 10+33.TO STA 13+g6.1515 9O PULL /JUNCTION /VALVE BOX (EA) C (365 SY) 5 / V 7 1 (SUBSIDIARY TO PREP ROW) vJ o� LEGEND W � � DEMO TRAFFIC SIGNAL FOUNDATION TO DEPTH ® ROADWAY ASPHALT AND OF 12" BELOW FINISHED GRADE (PAID FOR AS DRIVEWAY/PARKING LOT CONCRETE REMOVAL (FOUNDATION)). TRAFFIC SIGNAL TO BE REMOVED BY CITY FORCES. ROADWAY CONCRETE AND ® DRIVEWAY/PARKING LOT 2 (55 SY) SIDEWALK z 0 GREEN SPACE ED# EXISTING DRIVEWAY PRnPO(;FD PLAN GENERAL NOTES: PYA.VA A 1 in 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT SHEETS FOR ADDITIONAL REMOVAL ITEMS. 5. ALL TREES AND SHRUBS LOCATED INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. 6. GRASS VEGETATED AREAS SHOWN FOR REMOVAL ARE PAID FOR AS EXCAVATION. 7. COMPLETELY REMOVE EXISTING POLE MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 a�U� ■ r 1 y 29TH DRIVE SECTION 1 REMOVAL LAYOUT SHEET 1 OF 1 017 70 No A 1 1 1 1 �5 1 4 1 REMOVALPLAN xsr, r UTILITY MARKER FOR CONTRACTOR'S — UTILITY MARKER INFORMATION ONLY O(1047 LF ) FOR CONTRACTOR'S STA 3TO INFORMATION ONLY STA 312+72.56 +50 \�I1' > O 8 — REMOVE AND DELIVER STRUCTURE TO CITIBUS JED1 (34 SY)5 (21 SY)�, s (s1 5I sa s� a s (ss sY a (as SY) a (61 Svc��r`'"'�`."` (51 SY) ® ® 4 (53 SY) 7 5 (96 SY) 7 4 (59 SY) 5 (61 SY) 4 (64 SY) 5 (44 SY) 7 5 (24 sv) s (25 sv%6 7 Ln ROW 1ROVV `' + FIRE HYDRANT ED2 PROTECTED IN ED3 ED4 ED5 0 FIRE HYDRANT ED6 ED7 M PLACE - — — — — — PROTECTED IN PLACE — — a sn�+nn 4nA+nn D4+00 30z+nn snF+nn 307+ —.—.—.`.—.—.—.—.—. .—.—.—.— .—.—.—.—.—. .—�.—.—. —i.— — — — — — — — — — — — ——.—.—.—.—i.—.—.—.—.—.—.—.—®—.—...—--.—.—.—.—. —.— 10 - D - - M7//S BEET - CONCNBASE TO BE 10 w ED.EDED30 ED31 REMOVED BY OTHERS ED32 Z ROWS RO , IJ iA ROW -.-,.- Z �l � r_1 640 W .. _.. ,w 5 (280 SY) 8 7 5 (29 SY) 10 4 (31 SY) 5 (143 SY) 1D 10 5 (101 SY) C 8 SEE DETAIL A FOR SIDEWALK CURB 4 (48 SY) 5 (82 SY) 10 10 (43 SY) 4 REMOVAL DETAILS AND ROCK BED arrmr,uea F,krs NrrM:..,k. °' PROTECTED ww�r nao��ss.r�,rs,ok.�r- ow 4 (40 SY) avau_nx_vrmcamo.,rxnav-c 4 (48 SY) IN PLACE 7 (36 SY) 5 4, Fi 1IAI 5 (7 SY) UTILITY MARKER — 1�, FOR CONTRACTOR'S , o ®® ®o INFORMATION ONLY Q� Q 0 00 W ¢ 4 i0 Q � Q — — — — — — — — 3 F r11 � xu_s. „resreuwimr � � �nesreo cemrEw 6 ® MR®® a a . . ROW 4 ® v o ROW 0 + DO r D2 0 D3 D4 Cl) 2 1 3 1 4 N D 5D 100 DEMOLITION ITEMS Oi ASPHALT ROADWAY PAVEMENT (SY) O2 CONCRETE ROADWAY PAVEMENT (SY) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) 4O CONCRETE DRIVEWAY/PARKING LOT (SY) OSIDEWALK (INCLUDING ANY LANDSCAPE CURB) (SY) 6D CURB & GUTTER (LF) O7 SMALL SIGN (EA) OLIGHT POLE (EA) 9O PULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) LEGEND "7' ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT SHEETS FOR ADDITIONAL REMOVAL ITEMS 5. ALL TREES AND SHRUBS LOCATED INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. 6. GRASS VEGETATED AREAS SHOWN FOR REMOVAL ARE PAID FOR AS EXCAVATION. 7. COMPLETELY REMOVE EXISTING POLE MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 a ■ ■ r ■ ` '1, BE 1 y 34TH STREET SECTION 2 REMOVAL PLAN SHEET 1 OF 3 5 ■ 1 1 2 1 :1 1 4 7■ No A REMOVALPLAN (1593 LF) STA 312+50 TO STA 323+50 Q Doi O �M�Ri nano--rsrcw_ euNv .aa r„aNSMissir - , .,cc rn�anu, -.vr„ miNcour� 8 ry Fmea K - r mae cK cry Fmea K 5 140 SY, .acueo ccs, m 4 (55 SY 9 asr, a o �4 35 SY 3 6D SY 8 3 77 SY) 7 3 236 SY 8 4 40 SY Q rF 4 33 SY 5 13 SY 8 5 74 S 8 5 19 SY s (34 SY) ) Q M 7 5 (5 SY) 5 (6 I SY) 9 4 (32 SY) 4 (12 SY) 4 (22 SY) 5 (SD SY) 9 5 (66 SY) o 7 5 12 SY) 4 (59 SY) 3 (71 SY) 3 (4 S 7 7 4 (52 SY) 5 (98 SY) + Row 5 (a sv) (61 SY) - Row .'r a ..®..®. .n- .. ..... Cl) N7 ED8 ED9 0 ED10 ED11 ED12 ED13 —,FIRE HYDRANT ED14 ED15 ED16 ED17 ED18 ED19 Cl) a — — — PROTECTED IN PLACE — — — — — — — — — — — — — Q W— — — — — — — — — 0 7 o — — 7 7 — 4 (40 SY)_ Z ED33 ED34 ED35 ED36 ED37 ED38 ED39 Z ROW V Q 4 (43 SY) 10 5 175 SY)�j 4 (42 SY) 10 10 8 19 5 (30 SY)\NI8 14 y (38 SY) 5 (15 SY) 10 5 13 SY) 10 5 189 SY) Q 5 (8 SY) 4 ('2� SY)J 5 113 SY) _ _ _ (12 SY) 5 7 (59SY) m 5 (10 BY) (12 SY) 5 .I 7 VFF a,�aaerz snoP - s ` oFmeeo�u (8 SY) 3 i � 4 (33 SY) - V 4 (49 SY)­,____ ��` J O �. ���� n` O�Q Q � Q a Ln N a En W Z J PROPOSED PLAN 1 1 2 1 3 1 4 N 0 50 100 DEMOLITION ITEMS Oi ASPHALT ROADWAY PAVEMENT (SY) O2 CONCRETE ROADWAY PAVEMENT (SY) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) OCONCRETE DRIVEWAY/PARKING LOT (SY) OSIDEWALK (INCLUDING ANY LANDSCAPE CURB) (SY) 6D CURB & GUTTER (LF) O7 SMALL SIGN (EA) 8O LIGHT POLE (EA) OPULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) LEGEND "7" ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT SHEETS FOR ADDITIONAL REMOVAL ITEMS. 5. ALL TREES AND SHRUBS LOCATED INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. 6. GRASS VEGETATED AREAS SHOWN FOR REMOVAL ARE PAID FOR AS EXCAVATION. 7. COMPLETELY REMOVE EXISTING POLE MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. City of Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ V Sir �- P lq 34TH STREET SECTION 2 REMOVAL PLAN SHEET 2 OF 3 7M 0 47 M N M a N W Z J U H a H. 1 1 2 1 :1 1 4 PROPOSED PLAN SHOWN FOR REFERENCE ONLY REFER TO APPLICABLE PLAN SHEETS FOR CONSTRUCTION REMOVE EXISTING RAMP TO BE PAID FOR AS SIDEWALK REMOVAL (66 SY) 5 1 (121 SY) N-s 4,4 Q' L Q '^ O 334+ 0 IZ Q 'WO '\ O L I I O O I OI O 144 O B I & h 4 4 � ecaso�n__�nac�o maso�,_�uac�o meao��ee _aw��o I I ee ca4,cs�eurcEco I e � I � arscc.a_cauro I � Q I I I Q I 44O , , O ' a ROW ROW -. _ — _ _ — _ _ ROW M - .. C7 D19 D13 D17 D18 324+`0 334+`D U) . — — . . — . — .. . — . — . — . — . — .�. — . — . — . — . — .�. — . — . — . — . — .�. — . — . — . — . — .�. — . — . — . — . — ... — . — — . — . — . — . — . — . — . i . — . — . — — — . �. — . . — . C w — 34THSTREET " o O — — Z D28 029 D30 D31 D32 ROW ROW __—__ .:... V b i i 0 .o�Moa� � ID � 0 0 0 e 3 �I W i�' W — I J O ❑ rear o-na«ocu Q �� 11 W W �Q � "tV o viz 1 2 3 4 5 N 0 50 100 DEMOLITION ITEMS Oi ASPHALT ROADWAY PAVEMENT (BY) O2 CONCRETE ROADWAY PAVEMENT (SY) O3 ASPHALT DRIVEWAY/PARKING LOT (SY) 4O CONCRETE DRIVEWAY/PARKING LOT (SY) OSIDEWALK (INCLUDING ANY LANDSCAPE CURB) (SY) 6� CURB & GUTTER (LF) O7 SMALL SIGN (EA) 8O LIGHT POLE (EA) 9O PULL / JUNCTION / VALVE BOX (EA) (SUBSIDIARY TO PREP ROW) LEGEND ® ROADWAY ASPHALT AND DRIVEWAY/PARKING LOT ® ROADWAY CONCRETE AND DRIVEWAY/PARKING LOT SIDEWALK 0 GREEN SPACE ED# EXISTING DRIVEWAY GENERAL NOTES: 1. CONTRACTOR SHOULD REFERENCE TRAFFIC CONTROL PLAN PRIOR TO REMOVING ANY EXISTING PAVEMENT OR STRUCTURE FOR PROPER DEMOLITION SEQUENCING. 2. ALL PATTERNS ARE USED TO HELP CLARIFY/DIFFERENTIATE REMOVAL LIMITS. SEE KEYED NOTES FOR SPECIFIC ITEMS. 3. REFER TO INTERSECTION LAYOUTS FOR EXACT REMOVAL LIMITS FOR ALL SIDE STREETS. 4. SEE PARKING LOT MODIFICATION LAYOUT SHEETS FOR ADDITIONAL REMOVAL ITEMS. 5. ALL TREES AND SHRUBS LOCATED INSIDE RIGHT OF WAY SHALL BE LEFT IN PLACE AND PROTECTED FROM DAMAGE UNLESS OTHERWISE SHOWN ON SIDEWALK PLANS. 6. GRASS VEGETATED AREAS SHOWN FOR REMOVAL ARE PAID FOR AS EXCAVATION. 7. COMPLETELY REMOVE EXISTING POLE MOUNTED ROADWAY FIXTURES, FOUNDATIONS, CABLES, CONDUIT, AND EQUIPMENT (SUBSIDIARY TO LIGHT POLE REMOVAL). PROVIDE DISPOSAL METHOD IN COORDINATION WITH EPA AND MUNICIPALITY REQUIREMENTS. B. CONTRACTOR SHALL LEAVE ALL TRAFFIC SIGNAL HARDWARE AND SIGNAL POLES IN PLACE. 9. MILL AND HAUL EXISTING ACP TO CITY OF LUBBOCK RECYCLING CENTER, 8425 NORTH AVE P, LUBBOCK, TX. 10. EXISTING BASE SHALL BECOME THE CONTRACTOR'S PROPERTY AND REUSED WHERE SUITABLE. SALVAGING AND SEPARATING BASE MATERIAL IS NOT PAID FOR SEPARATELY BUT IS INCLUDED IN THE EARTHWORK QUANTITIES. 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 11 2 1 3 1 4 1 5 D C o� B a of 1 2 3 5 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 1 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 355 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 72 CONCRETE DRIVEWAY/PARKING LOT SY 602 SIDEWALK SY 1201 CURB &GUTTER LF 1440 SMALL SIGN EA 2 LIGHT POLE EA 5 CURB INLET EA 0 PULL/JUNCTION/VALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 2 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 631 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 65 CONCRETE DRIVEWAY/PARKING LOT SY 817 SIDEWALK SY 884 CURB &GUTTER LF 1325 SMALL SIGN EA 7 LIGHT POLE EA 8 CURB INLET EA 0 PULUJUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 125 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 OF 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 3 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 523 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 13 CONCRETE DRIVEWAY/PARKING LOT SY 864 SIDEWALK SY 1153 CURB &GUTTER LF 1719 SMALL SIGN EA 11 LIGHT POLE EA 6 CURB INLET EA 0 PULUJUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 533 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 4 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 506 CONCRETE ROADWAY PAVEMENT SY 137 ASPHALT DRIVEWAY/PARKING LOT SY 25 CONCRETE DRIVEWAY/PARKING LOT SY 1114 SIDEWALK SY 1621 CURB &GUTTER LF 1403 SMALL SIGN EA 9 LIGHT POLE EA 2 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 73 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 5 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 300 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 371 CONCRETE DRIVEWAY/PARKING LOT SY 539 SIDEWALK SY 862 CURB &GUTTER LF 1098 SMALL SIGN EA 1 LIGHT POLE EA 6 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 2 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 631 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 65 CONCRETE DRIVEWAY/PARKING LOT SY 817 SIDEWALK SY 884 CURB &GUTTER LF 1325 SMALL SIGN EA 7 LIGHT POLE EA 8 CURB INLET EA 0 PULUJUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 125 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 OF 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 3 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 523 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 13 CONCRETE DRIVEWAY/PARKING LOT SY 864 SIDEWALK SY 1153 CURB &GUTTER LF 1719 SMALL SIGN EA 11 LIGHT POLE EA 6 CURB INLET EA 0 PULUJUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 533 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 4 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 506 CONCRETE ROADWAY PAVEMENT SY 137 ASPHALT DRIVEWAY/PARKING LOT SY 25 CONCRETE DRIVEWAY/PARKING LOT SY 1114 SIDEWALK SY 1621 CURB &GUTTER LF 1403 SMALL SIGN EA 9 LIGHT POLE EA 2 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 73 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 5 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 300 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 371 CONCRETE DRIVEWAY/PARKING LOT SY 539 SIDEWALK SY 862 CURB &GUTTER LF 1098 SMALL SIGN EA 1 LIGHT POLE EA 6 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 3 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 523 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 13 CONCRETE DRIVEWAY/PARKING LOT SY 864 SIDEWALK SY 1153 CURB &GUTTER LF 1719 SMALL SIGN EA 11 LIGHT POLE EA 6 CURB INLET EA 0 PULUJUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 533 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 4 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 506 CONCRETE ROADWAY PAVEMENT SY 137 ASPHALT DRIVEWAY/PARKING LOT SY 25 CONCRETE DRIVEWAY/PARKING LOT SY 1114 SIDEWALK SY 1621 CURB &GUTTER LF 1403 SMALL SIGN EA 9 LIGHT POLE EA 2 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 73 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 5 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 300 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 371 CONCRETE DRIVEWAY/PARKING LOT SY 539 SIDEWALK SY 862 CURB &GUTTER LF 1098 SMALL SIGN EA 1 LIGHT POLE EA 6 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 4 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 506 CONCRETE ROADWAY PAVEMENT SY 137 ASPHALT DRIVEWAY/PARKING LOT SY 25 CONCRETE DRIVEWAY/PARKING LOT SY 1114 SIDEWALK SY 1621 CURB &GUTTER LF 1403 SMALL SIGN EA 9 LIGHT POLE EA 2 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 73 FOUNDATION EA 0 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 5 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 300 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 371 CONCRETE DRIVEWAY/PARKING LOT SY 539 SIDEWALK SY 862 CURB &GUTTER LF 1098 SMALL SIGN EA 1 LIGHT POLE EA 6 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SUMMARY OF SECTION 1 REMOVAL QUANTITIES (SHEET 5 OF 5) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 300 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 371 CONCRETE DRIVEWAY/PARKING LOT SY 539 SIDEWALK SY 862 CURB &GUTTER LF 1098 SMALL SIGN EA 1 LIGHT POLE EA 6 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 0 CHAIN LINK FENCE EA 0 FOUNDATION EA 0 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 29TH DRIVE SUMMARY OF REMOVAL QUANTITIES (SHEET 1 OF 1) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 2832 CONCRETE ROADWAY PAVEMENT SY 190 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 69 SIDEWALK SY 936 CURB &GUTTER LF 1295 SMALL SIGN EA 3 LIGHT POLE EA 4 CURB INLET EA 0 PULL/JUNCTIONA/ALVE BOX EA 0 CONCRETE MEDIAN SY 9 CHAIN LINK FENCE EA 0 FOUNDATION EA 2 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 SUMMARY OF SECTION 1 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 5147 CONCRETE ROADWAY PAVEMENT SY 327 ASPHALT DRIVEWAY/PARKING LOT SY 546 CONCRETE DRIVEWAY/PARKING LOT SY 4005 SIDEWALK SY 6657 CURB &GUTTER LF 8280 SMALL SIGN EA 33 LIGHT POLE EA 31 CURB INLET EA 5 PULL/JUNCTIONA/ALVE BOX EA 7 CONCRETE MEDIAN SY 134 CHAIN LINK FENCE EA 606 FOUNDATION EA 4 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 Parkhill tH & COOP a j KVLE W.JA�KS N % = �iTS FN — OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 a� 34TH STREET SECTION 1 REMOVAL QUANTITIES 021 1 2 1 3 14 5 D C oz B a o� 1 2 3 5 34TH STREET SUMMARY OF SECTION 2 REMOVAL QUANTITIES (SHEET 1 OF 3) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 0 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 0 CONCRETE DRIVEWAY/PARKING LOT SY 674 SIDEWALK SY 1100 CURB &GUTTER LF 590 SMALL SIGN EA 7 LIGHT POLE EA 6 PULL/JUNCTION/VALVE BOX EA 3 CONCRETE MEDIAN SY 0 34TH STREET SUMMARY OF SECTION 2 REMOVAL QUANTITIES (SHEET 2 OF 3) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 0 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 495 CONCRETE DRIVEWAY/PARKING LOT SY 633 SIDEWALK SY 981 CURB &GUTTER LF 877 SMALL SIGN EA 11 LIGHT POLE EA 5 PULL/JUNCTION/VALVE BOX EA 5 CONCRETE MEDIAN SY 0 34TH STREET SUMMARY OF SECTION 2 REMOVAL QUANTITIES (SHEET 3 OF 3) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 0 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 221 CONCRETE DRIVEWAY/PARKING LOT SY 1255 SIDEWALK SY 721 CURB &GUTTER LF 650 SMALL SIGN EA 5 LIGHT POLE EA 1 PULL/JUNCTION/VALVE BOX EA 0 CONCRETE MEDIAN SY 8 SUMMARY OF SECTION 2 REMOVAL QUANTITIES (TOTAL) DEMOLITION ITEM UNIT QUANTITY ASPHALT ROADWAY PAVEMENT SY 0 CONCRETE ROADWAY PAVEMENT SY 0 ASPHALT DRIVEWAY/PARKING LOT SY 716 CONCRETE DRIVEWAY/PARKING LOT SY 2562 SIDEWALK SY 2802 CURB &GUTTER LF 2117 SMALL SIGN EA 23 LIGHT POLE EA 12 PULL/JUNCTION/VALVE BOX EA 8 CONCRETE MEDIAN SY 8 Parkhill tH & COOP a j KVLE W.J KS N % = �iTS FN - OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 � v 34TH STREET SECTION 2 REMOVAL QUANTITIES 022 GENERAL NOTES FOR TRAFFIC CONTROL AND CONSTRUCTION SEQUENCING Parkhill CONSTRUCTION SEQUENCING • The project is divided into 16 milestones. Milestones may be completed in any order, and in any combination, except that Milestones 1 and 2 must begin first and proceed consecutively. Each milestone must be completed within 50 calendar days of Work beginning within that milestone. • The 50-day allotment for each milestone the day that barricades for that milestone are placed or traffic and/or business access is otherwise impeded for construction of that Milestone. • Work for each milestone must be complete and the area open to pedestrian and vehicular traffic and access must be restored to adjacent properties within the milestone limits within the 50-d2y allotment, or liquidated damages will begin to accrue. • Liquidated Damages will be applied to every milestone not completed within its own 50-day allotment, even if milestones are being performed concurrently. o Work on median removal and replacement within 34` Street is not considered part of a particular milestone but will count towards the overall time of completion. * Work on illumination and ITS installations that does not impede access to adjacent properties and that does not require overnight lane closures may be performed within milestone limits without counting towards the allotted timeframe for those milestone(s). • Be prepared to attend and present an approximate construction schedule in a Public Meeting prior to the beginning of construction. • Be prepared to meet with the Engineer and Coronado High School officials prior to beginning construction. TRAFFIC CONTROL A general traffic control plan is provided for guidance and phasing. Refer to the current edition of the Texas Manual on Uniform Traffic Control Devices for details on spacing and device type. In general: Provide construction drums on lane tapers and shifts. Two-piece cones (42"or taller) may be used on tangents and at individual driveways. Water barricades shall be used to separate the construction area and contractor equipment from traffic. Vertical Panels and Opposing Traffic Lane Dividers (OTLDs) shall be used to direct traffic along 34' Street during Milestones 1 and 2. OTHER CONTRACTOR RESPONSIBILITIES All of the requirements listed below are the responsibility of the Contractor and shall be satisfied at no additional cost. 1. Coordinate with the City of Lubbock Traffic Department at least 7 working days prior to all traffic shifts to allow for traffic signal timing adjustments. 2. Contact Fire, Police, Citibus, EMS, Postal Services, and Coronado High School, prior to beginning Work on Milestones 1 and 2. 3. Give and document at least 5 business day's notice to each property owner or tenant prior to any changes to the access points affecting the properties. 4. Provide direct access with a suitable, all weather surface to each property at all times during construction. a. Access to properties must be from 34" Street unless written approval to do otherwise is given by the affected property owner or tenant relying an the access point. b. Access points to 34" Street may be shared by properties during construction with written approval by the affected property owners or tenants. c. Access to parking lots must allow for existing parking stripes to function properly and maximize the number of usable parking spaces. d. Provide driveway sign (D70R, 36"x 14") at all driveway openings within construction. e. Modifications to parking lots for construction purposes must be returned to preconstruction or better conditions upon completion of the Milestone. 5. Ensure Contractor employees and equipment do not park within adjacent landowner spaces unless given permission by the landowner to do so. 6. Once a reconstructed driveway is complete, open the driveway as soon as it is safe to do so. I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ram- ■� �02 li�l qwi DATE DESCRIPTION 34TH STREET GENERAL NOTES FOR TRAFFIC CONTROL AND CONSTRUCTION SEQUENCING 023 71 An A II LL SEE INSET A MILESTONE 3 1290' �•.41 MILESTONE 7 1275' p W� IS k W � y O C� �1MILESTONE4 I 1315' MILESTONE 8 1290' 1 W� W � W Z y x 1 4 I 5 L N W � W O c� W o sso soo Q y y MILESTONE 5 MILESTONE 6 LEGEND 1300' f r, 1275 29TH DRIVE MILESTONE 1 29TH DRIVE MILESTONE 2 34THSTi?EET -.. _ _ _ _ BACK -OF -CURB MILESTONES MILESTONE 9 MILESTONE 10 1290' 1070' W W W �W Q p Q QQ Q p g f � SIDEWALK ON 29TH DRIVE INCLUDED IN �� MILESTONE 4 �p - W W W W W W WrE k J J J J J J QL4 L�----__ Q INSET A Q Q Q Q Q Q WO uII MILESTONE 11 MILESTONE 12 MILESTONE 13 '1 1030' 890, 740' --- -- o 34THSTi4EET�7 �, Ir �� a MILE TOS NE 14 F FE4 I MILESTONE 15 MILESTONE 16 1020' _ 900 _.... 730' _... _..... p Q W W W W W Q� 14 Z Z Z Z Z Z W I Q Q Q Q Q Q h� Z6 Parkhill I-fq HUGO REED AND ASSOCIATES, INC. 4 Lubblo of TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .� 34TH STREET TRAFFIC CONTROL SEQUENCE LAYOUT 1 1 2 1 3 1 4 1 5 024 34TH STREET TRAFFIC CONTROL SEQUENCE LAYOUT 1 1 2 1 3 1 4 1 5 024 7■ HE THRU TRAFFIC MERGE RIGHT W20-1 D 48"x48" 7■ 1 1 2 KEEP R4-76 24"X30" :5 KEEP R4-7h \ 24"X30" 4 1 5 ® N o so ,00 0/0 RIGHT RIGHT o Wit-, VV20-1 D O 48"x48" 48"x48" ;TA 107+50 STA 112+00 STA 112+70 SEE DETAIL A'1 STA 116+65 STA 116+75 STA 1 E DETAIL A STA 120+71 v + o � „ o LEGEND r N CONSTRUCT THIS PHASE (GONG) ~ o o ~ a CONSTRUCTED IN PREVIOUS �15+00 0 ' 118+00 120+00 U) PHASE(S) .�—.—.—.—.—.—.—.—.—.—.—...�—.— — .—.--.—.—.—.—.— —.—.—. .—.—.——.— — — — .—.——.—.—.—.—.---.—.—.—.—.— W TEMP PAVING THIS PHASE — — o — — o o •♦�. . 0— . — o . — Z • • • CONES, DRUMS, OR o o 34T)V STREET J VERTICAL PANELS WATER BARRICADE U ROW „ ROW TYPE III BARRICADE O < --p- TRAFFIC FLOW „ ucw , STA 120+71 T TRAFFIC SIGN e (gyp QMESSAGE BOARD g RErR TAU NT �f NOTE: h 1. COVER OR REMOVE ALL SIGNAGE V i AND PAVEMENT MARKINGS THAT �1 CONFLICT WITH TRAFFIC CONTROL g _ PLAN. ONLY R3-81- (MOD) i % ONLY R3-8L (MOD) — REMOVE EXISTING O 30"x30" 30"x30" CONCRETE MEDIAN 2. APPROXIMATE STATION OR ° EXIST 3.5" ACP (APPROX) — — �— REPLACE CONCRETE MEDIAN OFFSET FOR SIGN PLACEMENT IS VJI TY C HMAC PROVIDED BUT MAY BE ADJUSTED EXIST 6" FLEX BASE (APPROX) — ,"'-r IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. DETAIL A 3 ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. LANE ENDS LEFT R 0 A D 4. ACCESS TO ADJACENT PROPERTIES /'► IS NOT NECESSARILY SHOWN, BUT MERGE aaowoo�ien oe LA E o 0 o�nrn> e WORK MUST R MAINTAINED THROUGHOUT CONSTRUCTION. RIGHT CLOSED AHEAD b W9-2TR W20-5TL 48"x48" �� ® 48"x48" W20-1D 48"x48" n STA 123+16 0 W16-2.P(1) CD 500 FT 24°x12° ++ c o KEYED NOTES: T ® oo ®® OA 4" YELLOW BROKEN (TEMP) (� o— 1C7+g0 �8+nn l2g+nn 130+nn t37+nn 132 OB 4" YELLOW SOLID (TEMP) LLI Z :—.—.—. _.——.—.—.—.—. — .—.—.—. _ .—.—.—.—. .— —.—. _.—. o . o. o — .—.—.—.—.—. .—'—'—'—_ '—'—'—' ' —' _'—'——''—._.—.--.--� O4"WHITE BROKEN (TEMP) .74THSTREET = o o pO 4" WHITE SOLID (TEMP) L) U0000 `ia (D 8" WHITE SOLID (TEMP) STA 121+21 STA 123+5 FO 24" WHITE SOLID (TEMP) Q F"7" nimo reaucrz c�sa,woanisrrscrrooe J 0111 W 1-6.T 48"x48" Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■ ` 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 0 SHEET 1 OF 1 3 1 4 1 �L 7■ No A CD 0 _o T cn W Z J U a 1 1 1 1 :5 1 4 5 i END o 0 log G20-2 aucE 36"x18" II ° LEGEND II ° III 4 p r CONSTRUCT THIS PHASE ® r (GONG) o — _ _ CONSTRUCTED IN PREVIOUS 00 100+`0 a U) PHASE(S) `.—.. .....—. .—. .—.—.`.—.—.—.——.`.—.—.—.....`.........—.`...........`...........`...........`...........`.........— i ,�.—. — —. W TEMP PAVING THIS PHASE .74T)V STREET _ _ _ ® _ _ _ _ _ _® �_ _ Z • • • CONES, DRUMS, OR y J VERTICAL PANELS \ I --- ti ----- -- - _ WATER BARRICADE TYPE III BARRICADE STA 109+80 Q � TRAFFIC FLOW (DOUBLE) B 1,- � T TRAFFIC SIGN n R O A D W C MESSAGE BOARD ROAD WORK a _,N. g NOTE: WORK AHEAD \O R 1. COVER OR REMOVE ALL SIGNAGE O AHEAD ~ AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL -D END PLAN. 48" �y 48"x48" W20-1D ® 2. APPROXIMATE STATION OR 48„x48„ ROAD WORK OFFSET FOR SIGN PLACEMENT IS O36�x018" PROVIDED BUT MAY BE ADJUSTED (' IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES G`2tP IS NOT NECESSARILY SHOWN, BUT W1-61- MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. '� // 41^x41^ 0 0 N KEYED NOTES: r a OA 4 YELLOW BROKEN (TEMP) U) OB 4" YELLOW SOLID (TEMP) Lu Z 0 4" WHITE BROKEN (TEMP) J = n 4" WHITE SOLID (TEMP) U - QOE 8" WHITE SOLID (TEMP) FD 24" WHITE SOLID (TEMP) Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ail. . ■ ` '1, f ff 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 1 SHEET 1 OF 3 1 1 2 1 3 1 4 1 1 i 4 5 N ® � KEEP p W1-4L o 0 00 48"x48" LEFT ONLY R-1130OD) R3 ONLY 30..30'. 244Ib0„ HE 0 9 o c LEGEND STA 122+35 >��� o + O® 1 ® o 00 0 0 0 M CONSTRUCT THIS PHASE (CONC) H • Po ~ oo _-. — — — — — — — ~ --_13 U) O PHOASE(S) CTED IN PREVIOUS .—.— �.—...`.—. �3.—.—.`.—.—.—.—...`.—. .—.—.—. o .—.—.o .—.—_.—.—.`.—.—.—.—.—.`.—.—.—.—.-----.—.—.—.—.i—.—.F��.—._ W TEMP PAVING THIS PHASE 34THSTREET_ Z CONES, DRUMS, OR 0 o y J VERTICAL PANELS WATER BARRICADE o0000 v _ H __________________ - TYPE III BARRICADE TRAFFIC FLOW D D T TRAFFIC SIGN CMESSAGE BOARD Q QROAD ta- 91G5 L NOTE: uncnnr nar ,eae.ru_m y 1. COVER OR REMOVE ALL SIGNAGE WORK AND PAVEMENT MARKINGS THAT V CONFLICT WITH TRAFFIC CONTROL AHEAD PLAN. END ROAD WORK 3620 8" VV20-1D 2. APPROXIMATE STATION OR 48•'x48" OFFSET FOR SIGN PLACEMENT IS VV1-6aT Wl-6a" PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD z FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. T H R L R O A D 4. ACCESS TO ADJACENT PROPERTIES ® IS NOT NECESSARILY SHOWN, BUT ®�� TRAFFIC y WORK • MUST BE MAINTAINED THROUGHOUT MERGE _ - s o ®� U � CONSTRUCTION. AHEAD Q B P LEFT- 11' O 48".48 L awash W as'xas' wzo-1 D V V I 4� CD M — ®6 m ® KEYED NOTES: T o 4" YELLOW BROKEN (TEMP) O (� OB 4" YELLOW SOLID (TEMP) Z------ ._.—.--.—.—.—. _.—.—_ _.—. —. _34THSTREET _.—. —. —. _.—.—.—. _.—. —. _.—.—_ _.—.--.—.—. ®. _.—.—_ (D 4" WHITE BROKEN (TEMP) 4" WHITE SOLID (TEMP) v �_ o Q (D8" WHITE SOLID (TEMP) r (D24" WHITE SOLID (TEMP) ti �Ql E N D w Q ROAD WORK w W e W� G20-2 o nce., rnre urrzr rnes 36 c� ® wl Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■�� � . ■ ` '1, ,fir �£, 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 1 SHEET 2 OF 3 1 1 2 1 3 1 4 1 5 027 DI B 2 1 :1 1 4 KUAU R11-2 AHEAD ROAD CLOSED CLOSED 43"x3D" TO o'x CW20-3D THRU TRAFFIC 48"x48" I To 297HORIME — — 0 _ � Q 0 R3-2 38"x38" 5 so ,00 LEGEND - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: 1. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill tH & COOP a j KVLE W.JAKS N �'q.....98310 \ 1, , N N - \ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 1 SHEET 3 OF 3 028 1 1 2 1 3 1 4 1 5 7. No 7■ 1 1 2 1 :1 1 4 5 N 0 0 100 o LEGEND 0 r CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS U) PHASE(S) LLJ TEMP PAVING THIS PHASE Z • • CONES, DRUMS,OR J VERTICAL PANELS WATER BARRICADE TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN n , MESSAGE BOARD ROAD LANE ENDS WORK „LL,Nr R NOTE: Q y MESSAGE BOARD NOTES SCREENI: CORONADO HIGH SCHOOL SCREEN 2: USE NEW DRIVEWAY * MESSAGE BOARD NEAR WAYNE AVE AND 11—rcee. A— DRIVEWAY D7 DURING 29TH DR CLOSURE END G20 �E ROAD WORK dl �— — ` . — . — . — . — — . ` . — . — . — . o. — ` . — . — . — . — — . ` . — . — . — . — . — ` . — . — . — . — — . ` . — . — . — . — . — ` . — . — . — . — — .i— . ~ STA 103+25 ISTA 106+13 STA 109+80 ROAD `� WORK MERGE AHEAD LEFT W20-1 D W 9-2TL 11.118„ 48"x48" AHEAD o W20-1 D E N D 48"x48" ROAD WORK G20-2 36"x18" �I T, ® \ g ROAD 36"x36 R11_2 VH CLOSED 48"x39" MESSAGE BOARD NOTES SCREEN 1: CORONADO HIGH SCHOOL SCREEN 2: USE NEW DRIVEWAY * MESSAGE BOARD NEAR WAYNE AVE AND DRIVEWAY D7 DURING 29TH DR CLOSURE o b W 1-4L 48'x48" o B STA 112+30 (DOUBLE) B _ STA 120+25 CD o T a J L) o ---- -- -- -- 4ROAD CLOSED 0" 6xw, 41 TO W1-6L THRU TRAFFIC a R11-4 GO"x30" ROAD C R11-2 CLOSED as°x30 G29-2® [R�OADORIK36"x, 8" - 1 1 2 ROAD WORK AHEAD 41"11""x48" 1 1. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. *� N KEYED NOTES: a OA 4 YELLOW BROKEN (TEMP) ,.7^0 • • 118+00 • a 120+40 U) OB 4" YELLOW SOLID (TEMP) ,� • — — — — — — — — .5V711 7R-SET � — J CO 4" WHITE BROKEN (TEMP) • - = pO 4" WHITE SOLID (TEMP) H Q OE 8 WHITE SOLID (TEMP) ROAD® (D 24 WHITE SOLID (TEMP) CLOSED 48z30 �1I,1' ROAD CLOSED R1 TO 1-4 , 6 ROAD THRU TRAFFIC WORK QIW30;'2�V."xAHEAD" W20-1 D 48"x48" 4 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 -, ■ :. v A ■�� � -;fir � : 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 2 SHEET 1 OF 3 LWID 7■ No 7■ II 1 I I 4 I 5 KI LANE ENDS LEFT ROAD MERGE aoNo LANE WORK RIGHT CLOSED AHEAD o 0 10g q 120-5TL W20 b 48"x48" 48"x48" s-2a W9-2TR za°xiz° _ 500 FT cDouBLE) B 48"x48° U �� LEGEND + STA 122+00 STA 125+00 N ° • CONSTRUCT THIS PHASE T ® o (GONG) ~ • — o _ — — `n — — — — — nn nn `n CONSTRUCTED IN PREVIOUS (n 00 � „ O .—.—.—.—.—. .—.i.—.—.—.`.—.—.—.—.—. o o T2. 12. t30+ 1�7 132 PHASE(b) `.—.—.—.—.—. .�.—.—.—.—. o—.—.—. `.—.—.—.—.—.`.—.—.—.—. �J,J _ ' —' —' —' TEMP PAVING THIS PHASE ? — — — — o ° o 34THSTREET_ — — — — — — — — _ CONES, DRUMS, OR J o o Q y VERTICAL PANELS WATER BARRICADE L) o0000 � --- -- TYPE III BARRICADE � TRAFFIC FLOW T TRAFFIC SIGN F LL CMESSAGE BOARD Q Q ROAD NOTE: 1. COVER OR REMOVE ALL SIGNAGE WORK G"0 2 81, AND PAVEMENT MARKINGS THAT '\ CONFLICT WITH TRAFFIC CONTROL AHEAD PLAN. FF END ° 2 APPROXIMATE STATION OR ROAD WORK s�° 8" W 1-5aT 48"x48" VV20-1D 48"x48" OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ....... " 1 ■ ` 'Y, OR , 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 2 SHEET 2 OF 3 1 1 2 1 3 1 4 1 5 LI 1 ROAD CLOSED ------------- Tom/ i c ROAD R„-2 R3CLOSED 48 z30" � 6" 3x36" Am ROAD ROAD CLOSED ' R1,_2 AHEAD s° l°° CLOSED 48"130" CW26-3D 48"x48" ® \ � LEGEND 29THORIME MESSAGE BOARD NOTES ROAD SCREEN L CORONADO HIGH SCHOOL R11-2 48"x30" SCREEN 2 USE NEW CLOSED DRIVEWAY * MESSAGE BOARD NEAR WAYNE AVE AND DRIVEWAY D7 DURING 29TH OR CLOSURE - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: 1. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill tH & COOP 11. c a / 3SLKYLE WJACKS �� a N / - /'q.�....98310� \\� NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r it ■ ! �' ■ 30 34TH STREET TRAFFIC CONTROL PLAN SECTION 1 PHASE 2 SHEET 3 OF 3 031 1 1 2 1 3 1 4 1 5 DI B d 1 1 2 TRAFFIC CONTROL SETUP FOR WESTERN END DURING MILESTONES 3AND 7. 600? �PRS�P iy f W20-1 D 48"x48" 347)'l STREET :5 END G20-2 ROAD WORK 3fi"x18" 1 2 3 5 N 0 30 60 LEGEND ROAD WORK G20-2 O CONSTRUCTED IN PREVIOUS o6"z18" PHASE(b) — TEMP PAVING THIS PHASE CON ES, DRUMS, OR VERTICAL PANELS WATER BARRICADE O ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD —\JAL-- ® NOTE: 1. COVER OR REMOVE ALL SIGNAGE -- AND PAVEMENT MARKINGS THAT ---- ___ _____ CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS • • • • • • • • • PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. ~ 3. ALL TEMP PAVEMENT MARKINGS • • • • • • • • — l ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT �� MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. LEFT R4-8b 24" x30" 4 W20-1 D 48"z48" KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) O4" WHITE SOLID (TEMP) (D 8" WHITE SOLID (TEMP) (D 24" WHITE SOLID (TEMP) Parkhill tH & COOP a j KYLE W.JAACKS N �'q.....983.10 llT s N \\� NA 05/21/23 Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 -off - I�■.. � -l~� HN 34TH STREET TRAFFIC CONTROL PLAN SLIDE ROAD INTERSECTION TRAFFIC CONROL SETUP FOR WESTERN END DURING MILESTONES 3 AND 7 032 ROAD WORK END ° AHEAD ROAD WORK G20-2 36"x18" 48".48" 8"z4" J Am Am 4 1 5 0 N 30 60 TRAFFIC CONTROL SETUP FOR SEEBC_,4STANDARDS"EFTS FOR PLACEMENT OF ADVANCED EASTERN END DURING MILESTONES I I WARNING SIGNS 6 AND 10. THRU ROAD TRAFFIC WORK RIGHT LANE MERGE - MUST *1 t LEFT AHEAD KEEP TURN RIGHT ONLY ONLY ONLY W4-1a I L W R4-8b 48"x48„ 48"Ox48" 3" 24"X30., R3-8b R3-7R 43"x3O" 0 LEFT 30"x30" LEGEND - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: LLLL 1. COVER OR REMOVE ALL SIGNAGE ❑, AND PAVEMENT MARKINGS THAT ❑ "� ❑ CONFLICT WITH TRAFFIC CONTROL .IIIIIIIIIIII PLAN. 2. APPROXIMATE STATION OR • OFFSET FOR SIGN PLACEMENT IS T PROVIDED BUT MAY BE ADJUSTED • • • • • • • • • • • • • • • • • • IN THE FIELD TO SUIT CONDITIONS. • • • • • REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. .74711S7R,=' J _- y 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL a BE SUBMITTED FOR APPROVAL, BE • REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. �� Illilllfflfll 4. ACCESS TO ADJACENT PROPERTIES " IS NOT NECESSARILY SHOWN, BUT " MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. h T T c� EQ I W END Q y ROAD WORK I W G20-2 Qh 36"x18" h V 1 W12-1 48"x48" a G20-2 E N D 36"x18" ROAD WORK ROAD WORK AHEAD W asxa8" "x48" KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill ' OS/21123 Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET TRAFFIC CONTROL PLAN QUAKER AVE INTERSECTION TRAFFIC CONTROL SETUP FOR EASTERN END DURING MILESTONES 6 AND 10 033 1 1 2 1 3 1 4 1 5 i N D I I 0 30 60 V I TRAFFIC CONTROL SETUP FOR WESTERN END DURING MILESTONES i 11 AND 14. C _—__—__—__—__—__—__—__—__—__—__—__—__—__® _--__ ®__ �z .7471157REET J RIGHT LANE MUST -111 p3x30^ TURN RIGHT I B 7\"[*, I 1 1 4a3x300" ROAD THRU WORK TRAFFIC AHEAD MERGE LEFT W4-1 aTL 48"x48" W20-1 D 48 •x48 SEE BC-14 STANDARD SHEETS FOR PLACEMENT OF ADVANCED WARNING SIGNS 1 END ROAD WORK • d G20-2 35"x18" � • END i ROAD WORK G20-2 36"x18" I I I I LEGEND - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE • • • CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: • U AND PAVEMENT MARKINGS THAT 1 * I• O $ O O CONFLICT WITH TRAFFIC CONTROL I PLAN. • 2. APPROXIMATE STATION OR ---- OFFSET FOR SIGN PLACEMENT IS • PROVIDED BUT MAY BE ADJUSTED • • • • • • • • • • • • _ IN THE FIELD TO SUIT CONDITIONS. • • • REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD _.. -. --- --- FOR PROPER SPACING. --- 3. ALL TEMP PAVEMENT MARKINGS y ON PERMANENT SURFACES SHALL • • • • • • • • • BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) I Parkhill ' OS/21/23 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 a� it ■ ! �' 34TH STREET TRAFFIC CONTROL PLAN AVENUE Q INTERSECTION TRAFFIC CONTROL SETUP FOR WESTERN END DURING MILESTONES 11 AND 14 034 3 1 4 7_ A= 1 1 2 1h Q 4 ^� V I I KEEP I 60 x30" za xso° LEFT I � I I 94THSTREET r I o 0 0 I Q ® i W� TRAFFIC CONTROL SETUP FOR EASTERN END DURING MILESTONES 13 AND 16. :5 it KEEP R4-8b 24"X30" LEFT i SEE BC-14 STANDARD SHEETS FOR PLACEMENT OF ADVANCED WARNING SIGNS RIGHT LANE 1AIICT 5 N 0 50 100 LEGEND - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN MESSAGE BOARD i NOTE: 1. COVER OR REMOVE ALL SI j AND PAVEMENT MARKINGS THAT THAT CONFLICT WITH TRAFFIC CONTROL W20-1D PLAN. 48"z48" 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill tH & COOP a j KYLE W. JACKS N �'q..••.983,10• - \\� NA 05/21/23 Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■`' i �P it ■ ! �' ■ !fit J, 34TH STREET TRAFFIC CONTROL PLAN INTERSTATE 27 INTERSECTION TRAFFIC CONTROL SETUP FOR EASTERN END DURING MILESTONES 13 AND 16 035 1 1 2 1 3 1 4 1 5 7_ 7■ MARSHA SHARP DETOUR M4.95 48"x36" END DETOUR Z'26Z 4x88" 34TH STREET SHARP DETOUR �P DETOUR ! 1 M4-9L y 48"x36" ROAD CLOSED Tn R11-4 .7fS7'STREE7" A97)V STREET 34TH STREE' DETOUR M4-9R 48"x36" 5 N 0 109 200 LEGEND - CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) - TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: 1. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. KEYED NOTES: OA 4" YELLOW BROKEN (TEMP) OB 4" YELLOW SOLID (TEMP) O4" WHITE BROKEN (TEMP) pO 4" WHITE SOLID (TEMP) OE 8" WHITE SOLID (TEMP) FO 24" WHITE SOLID (TEMP) Parkhill tH & COOP a j KVLE W.JA KS N �'q.....98310% ' 11FN �t" NA 05121 /23 Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r r1 - it ■ ! �' ■ 302 34TH STREET DETOUR LAYOUT FOR MILESTONE 1 SHEET 1 OF 1 036 1 2 3 4 CORONADO ENTRANCE MARSHA D ETO U R J, �,'t SHARP DETOUR M4.95 48"x36" D END / 8 48"x36" DETOUR CORONADO ENTRANCE 0�14 x88" 34TH STREET DETOURRP P M4-9R R5�P5� MARSHA SDETOUR HARP 48"x36" r�P 11 DETOUR M4-9S 48"x36" M4-9L y 48"x36" rx.400F cl Am ROAD CLOSED TO R11-4 60"x30" THRU TRAFFIC ROAD CLOSED R11-2 � 48"x30" o, � TO F' Q R6-1 36"z12" %NO\ OUTLET 4 I 5 0 N 109 200 30THSTREET 34TH STREE- DETOUR M4-9R 48"x36" .7fS7'STREE7" CORONA00 H/GHSCHOOL I11 LEGEND — CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) — TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD NOTE: 1. COVER OR REMOVE ALL SIGNAGE AND PAVEMENT MARKINGS THAT CONFLICT WITH TRAFFIC CONTROL PLAN. 2. APPROXIMATE STATION OR OFFSET FOR SIGN PLACEMENT IS PROVIDED BUT MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. REFER TO AND COMPLY WITH THE LATEST EDITION OF THE TMUTCD FOR PROPER SPACING. 3. ALL TEMP PAVEMENT MARKINGS ON PERMANENT SURFACES SHALL BE SUBMITTED FOR APPROVAL, BE REMOVABLE BY NON-DESTRUCTIVE MEANS, AND COMPLY WITH BC(12)-14 STANDARD. 4. ACCESS TO ADJACENT PROPERTIES IS NOT NECESSARILY SHOWN, BUT MUST BE MAINTAINED THROUGHOUT CONSTRUCTION. I END DETOUR KEYED NOTES: L r\ g o g F["7 M4-8a q 4" YELLOW BROKEN (TEMP) 24"x18" o11�4"YELLOW SOLID (TEMP) ®e — ooa- CO 4" WHITE BROKEN (TEMP) 4„ WHITE SOLID (TEMP) 00000 WHITE SOLI ( ) I � qqq \ _ o P g FD 24" WHITE SOLID (TEMP) 1-7 Q 144 I II 444 m � W V j 0 -------------- Parkhill ' OS/21123 Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 2 1 3 1 4 1 5 037 1 1 2 1 :1 1 4 1 5 Parkhill 'F�' D -224" Q'-9 IGH ROAD LANE WORK CLOSED AHEAD W20-5TR VV20-1 D 48"x48" 48"x48" r ' F — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — 1 G0' 1G0' 1G0' 299 WORKSPACE 50' 1G0' ROAD IGH LANE ENDS WORK LANE MERGE AHEAD CLOSED LEFT W20-1 D W20-5TR VJ9-2TL 48"x48" 48"x48" 48"x48" 34TH STREET C s F 70' F I w'I w SIDEWALK I SIDEWALK VARIES 2' 14' 13' 16, 13' 14' 2' VARIES WORK AREA BUFFER LANE TURNING LANE LANE LANE i WATER — BARRICADE B — — — TYPICAL LANE CLOSURE FOR WORK BEING PERFORMED ON AND BEHIND BACK OF CURB NOTE: OUTSIDE LANE CLOSURES MAY OCCUR ON BOTH SIDES IF MILESTONE WORK IS BEING PERFORMED ON BOTH SIDES CONCURRENTLY. 34TH STREET �I o I I'o 70, X I w w SIDEWALK I SIDEWALK VARIES 2' 14' 13, 16' 13' 14' 2' VARIES BUFFER BUFFER WORK AREA BUFFER LANE I �I I J CONSTRUCTION CONSTRUCTION 2 of O DRUM I DRUM TYPICAL LANE CLOSURE FOR WORK BEING PERFORMED ON EXISTING AND PROPOSED MEDIANS 2 END ROAD WORK G20-2 48"x24" LEGEND — CONSTRUCT THIS PHASE (GONG) O CONSTRUCTED IN PREVIOUS PHASE(S) — TEMP PAVING THIS PHASE CONES, DRUMS, OR VERTICAL PANELS WATER BARRICADE ® TYPE III BARRICADE TRAFFIC FLOW T TRAFFIC SIGN CMESSAGE BOARD KYLE A.JACKS N p 98310% 11TS FN 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 2 1 3 1 4 1 5 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: WORKER SAFETY NOTES: a2 1. The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the ''Texas Manual on Uniform Traffic Control Devices'' (TMUTCD). 2. The development and design of the Traffic Control Plan (TCP)is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. 4. The Contractor is responsible for Installing and maintaining the traffic control devices as shown in the plans. The Contractor may not move or change the approximate location of any device without the approval of the Engineer. 5. Geometric design of lane shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), ''A Policy on Geometric Design of Highways and Streets,'' the TxDOT "Roadway Design Manual'' or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear continuous to the motorists. If the adjacent project Is completed first, the Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shallbe revised to show appropriate work zone distance. 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details found in the ''Standard Highway Sign Designs for Texas,'' latest edition. Sign details not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. 9. The temporary traffic control devices shown in the illustrations of the BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. Where highway construction or maintenance work Is being undertaken, other than mobile operations as defined by the Texas Manual on Uniform Traffic Control Devices, CSJ limit signs are required. CSJ limit signs are shown on BC(2). The OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shallbe erected in advance of the CSJ limits. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shallbe erected at or near the CSJ limits. For mobile operations, CSJ limit signs are not required. Lt. Traffic control devices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA ''American National Standard for High -Visibility Apparel,'' or equivalent revisions, and labeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. 2. Except in emergency situations, flogger stations shall be illuminated when flagging is used at night. COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES Only pre -qualified products shall be used. The "Compliant Work Zone Traffic Control Devices List'' (CWZTCD) describes pre -qualified products and their sources. 2. Work zone traffic control devices shall be compliant with the Manual for Assessing safety Hardware (MASH). THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE ''MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS SHEET 1 OF 12 Q 1 Nwo CC t � o o �Emr v E 6 Qr.N v rx Cc 0 TYPICAL LOCATION OF CROSSROAD SIGNS \ ROAD WORK END a NEXT X MILES ROAD WORK (Optional NEXT X MILES G20-2 FEE sle, Note G20-1aT and 4) i CROSSROAD X XXXX x X ROAD WORK AHEAD >1W 20-I +CW20YD ROAD WORK C= NEXT X MILES NEXT X MILES C> G20-1aT END (Optional ROAD WORK see Note G20-2 $$ 1 and 4) # May be mounted on back of ''ROAD WORK AHEAD XW20-1D) sign with approval of Engineer. (See note 2 below) 1. The typicalminimum signing on a crossroad approach should be a ''ROAD WORK AHEAD'' (CW20-1D)sign and a (320-2) ''END ROAD WORK'' sign, unless noted otherwise in plans. 2. The Engineer may use the reduced size 36" x 36'' ROAD WORK AHEAD (CW20-lD) sign mounted back to back with the reduced size 36'' x 18'' ''END ROAD WORK''(G20-2) sign on low volume crossroads (see Note 4 under ''Typical Construction Warning Sign Size and Spacing"). See the ''Standard Highway Sign Designs for Texas'' manual for sign details. The Engineer may omit the advance warning signs on low volume crossroads. The Engineer will determine whether a road Is low volume as per TMUTCD Part 5. This information shallbe shown in the plans. 3. Based on existing field conditions, the Engineer/Inspector may require additional signs such as FLAGGER AHEAD, LOOSE GRAVEL, or other appropriate signs. When additional signs are required, these signs will be considered part of the minimum requirements. The Engineer/Inspector will determine the proper location and spacing of any sign not shown on the BC sheets, Traffic Control Plan sheets or the Work Zone Standard Sheets. 4. The ''ROAD WORK NEXT X MILES" (320-laT)sign shallbe required at high volume crossroads to advise motorists of the length of construction in either direction from the intersection. The Engineer will determine whether a roadway is considered high volume. 5. Additional traffic controldevices may be shown elsewhere In the plans for higher volume crossroads. 6. When work occurs in the intersection area, appropriate traffic controldevices, as shown elsewhere in the plans or as determined by the Engineer/Inspector, shallbe in place. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS T-INTERSECTION ❑ END `,r' `,r'G20-2bT WORK ZONE BEGIN WORK W ((G20-9TP ZONE TRAFFIC W 'R20-5T FINES DOUBLE W `m' R20-5aTP 7- INTERSECTED X 1000'-1500'- Hwy X 1 Block - City Y ROADWAY X 1000'-1500' - Hwy 1 Block - City G20-16TR ROAD WORK NEXT X MILES zJ BEGIN WORK ((((G20-91P ZONE TRAFFIC WWR2o-5T FINES DOUBLE WWR20-5aTP 0 80' BEGIN min. G20-51 ROAD WORK NEXT X MILES NAME DDRESS G20-6T clTv CSJ LIMITS AT T-INTERSECTION STATE CONTRACTOR ROAD WORK a NEXT X MILES / G20-1bTL CSJ � END Limit WORK ZONE G20-2bT `A A END ROAD WORK G20-2 1. The Engineer will determine the types and location of any addiiionaltraffic controldevices, such as a flogger and accompanying signs, or other signs, that should be used when work is being performed at w near an intersection. 2. If construction closes the road at a T-intersection, the Contractor shall place the ''CONTRACTOR NAME''(G20-6T) sign behind the Type 3 Barricades for the road closure (see BCHO) also). The ''ROAD WORK NEXT X MILES'' left arrow(G20-1bTL) and ''ROAD WORK NEXT X MILES'' right arrow (G20-HSTR)'' signs shallbe replaced by the detour signing called for in the plans. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS W G20-91P BEGIN SPEED WORK ZONE BEGIN ROAD LIMIT W WG20-ST ROAD WORK a NO WORK W WR20-5T TRAFFIC L T FINES NEXT X MILES CW1-4L (as-1 PASS AHEAD X DOUBLE CW20-ID ROAD NAME XX oppropn tel w ROAD u W WG20-61 ADDRESS CW13-1P MPH R2-1 W F(L��R205aTP �EWORK WORK CW1-4R DTATECW20-1D ��WORK AREA AHEADAHEAD 3X XX CONTRACTOR MPH CWH3-1P Type 3 8arrlcade or XX X X G CW20-ID channelizing devices X d on 0 0 0 0 0 0 0 0 0 0 0 0 o0 0 0 o a o N7� SPACE Beginning of NO -PASSING Channel3X Devices CSJ CSJ Lim'd h _END line should coordinate When extended distances occur between minimal work spaces, the Engineer/Inspector should ensure additional ROAD WORK with sign ''ROAD WORK AHEAD'(CW20-1D)signs are placed in advance of these work areas to remind drivers they are still G20-2 W W location within the project limits. See the applicable TOP sheets for exact location and spacing of signs and channelizing devices. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS BEGIN o WORK W WG20-9TP BEGIN SPEED ZONE STAY ALERT W WG20-AT ROAD WORK TRAFFIC ROAD ROAD ROAD NEXT X MILES LIMIT W WR20-5T FINES CLOSED R11-2 CW1-4L a WORK WORK NAME \/ DOUBLE / MILE ADDRESTypeS /� AHEAD CITY TALK OR TEXT LATER ®CW1-6 Bami 3 W WG20-6T STATE W `m' R20-5aTP Barricade or CW13-1P XX CW20-1D CONTRACTOR R2-1 \ G20-1ST h no li in MPH OWED-1E X WORK SPACE c a e z g devices X X X a �I Channelizing Devices ED SPE�p PC -1 IT 0o x OBEY WARNING SIGNS STATE LAW R20-3T WW 1 X I� X I� X I� X y ,CSJ Limit h X END ROAD WORK SPEED R2-1 LIMIT 00 END 7 ❑ WORK ZONE G20-2bT W W G20-2 W W NOTES STAY ALERT 2 TALK OR TEXT LATER G20YOT W W X TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING 1,5,6 SIZE SPACING Sign Conventional Expressway/ Number Road Freeway or Series CW204 CW21 CW22 48'' x 48'' 48'' x 48" CW23 CW25 CW1, CW2, CW7, CW8, 6'' x 36'' 48' x 48'' CW9, CW11, CW14 CW3, CW4, CW5, CW6, 8'' x 48'' 48'' x 48'' CW8-3, CW10, CW12 Posted Speed Sign U Spacing X' MPH Feet ApprX.) 30 120 35 160 40 240 45 320 50 400 55 500 2 60 600 2 65 700 2 70 800 2 75 900 2 80 HORS 2 M 3 Ez `m' For typical sign spacings on divided highways, expressways and freeways, see Part 6 of the ''Texas Manual on Uniform Traffic Control Devices'' (TMUTCD) typical application diagrams or TCP Standard Sheets. U Minimum distance from work area to first Advance Warning sign nearest the work area and/or distance between each additionalslgn. GENERAL NOTES 1.Specialor larger size signs may be used as necessary. 2. Distance between signs should be increased as required to have 1500 feet advance warning. 3. Distance between signs should be increased as required to have 1/2 mile or more advance warning. 4. 36'' x 36'' "ROAD WORK AHEAD'' (CW20-1D)signs may be used on low volume crossroads at the discretion of the Engineer as per TMUTCD Part 5. See OBEY Note 2 under "TypicalLocation of Crossroad Signs'' WARNING SIGNS 5. Only diamond shaped warning sign sizes are indicated. STATE LAW 6. See sign size listing in °TMUTCD'', Sign Appendix or the ''Standard Highway R20-3T W W Sign Designs for Texas'' manualfor complete list of available sign design X sizes. 4 4 4 X b END WORK ZONE G20-2bT `m' The Contractor shall determine the appropriate distance to be placed on the G20-1 series signs and ''BEGIN ROAD WORK NEXT X MILES ''(G20-5T)sign for each specific project. This distance shall replace the ''X'' and shallbe rounded to the nearest whole mile with the approvalof the Engineer. No decimals shallbe used. ❑ The ''BEGIN WORK ZONE''(G20-91P) and ''END WORK ZONE'' (G20-2bT) shallbe used as shown on the sample layout when advance signs are required outside the CSJ Limits. They Inform the motorist of entering or leaving a part of the work zone lying outside the CSJ Limits where traffic fines may double If workers are present. �",-A",- CSJ limit signing is required for highway construction and maintenance work, with the exception of mobile operations. Area for placement of ''ROAD WORK AHEAD'' (CW20-1D)sign and other signs or devices as called for on the Traffic Control Plan. Contractor will install a regulatory speed limit sign at the end of the work zone. LEGEND T� Type 3 Barricade O O O Channelizing Devices i Sign See Typical Construction X Warning Sign Size and Spacing chart or the TMUTCD for sign spacing requirements. SHEET 2 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION PROJECT LIMIT BC(2)-21 FILE: bc-21.dgn DN: TCDOT cv: TxDOT ow: TxDOT cv: TxDOT ©TxDOT November 2002 CANT SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7-13 5-21 aaa a6 Q 1 Signing shown for one direction only. —CSJ See 3C(2)for LIMITS additional advance signing. O I O (750' - 1500') SPEED LIMIT Q R2-1 'PEED L IMI1 60 CW3-5 GUIDANCE FOR USE: TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shallbe regulatory, established in accordance with the "Procedures for Establishing Speed Zones," and approved by the Texas Tronsportotion Commission, or by City Ordinance when within Incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project. Regulatory work zone speed signs (R2-1) shall be removed or covered during periods when they are not needed. Signing shown for one direction only. See BC(2)for additional advance signing. O O O O O O O O See General See General Note 4 See General Note 4 \ I (750'- 1500') Note 4 /R WORK G20-5aP WORK G20-5aP ZONE SPEED ZONE SPEED LIMIT WORK WORK SPEED LIMIT LIMIT R2 1 0 R2 NON ZONE G20 SDP ZONE G20-5aP SPEED R2-1 SPEED 50 LIMIT LIMIT R2-1 CW3-5 � R2-1 n LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic control plans when restricted geometrics with a lower design speed are present in the work zone and modification of the geometrlcs to a higher design speed is not feasible. Long/Intermediate Term Work Zone Speed Limit signs, when approved as described above, should be posted and visible to the motorist when work activity is present. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough road or damaged pavement surface b) substanticIcheration of roadway geometrlcs (diversions) c) construction detours d) grade e) width f) other conditions readily apparent to the driver As long as any of these conditions exist, the work zone speed limit signs should remain in place. SHORT TERM WORK ZONE SPEED LIMITS This type of work zone speed limit may be included on the design of the traffic control plans when workers or equipment are not behind concrete barrier, when work activity is within 10 feet of the traveled way or actually in the traveled way. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists only when work activity is present. When work activity is not present, signs shall be removed or covered. (See Removing or Covering on BC(4)). 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. 5. Speed zone signs are illustrated for one direction of travel and are normally posted for each direction of travel. 4. Frequency of work zone speed limit signs should be: 40 mph and greater 0.2 to 2 miles 35 mph and less 0.2 to 1 mile 5. Regulatory speed limit signs shallhave black legend and border on a white reflective background (See ''Reflective Sheeting'' on BC(4)). 6. Fabrication, erection and maintenance of the"ADVANCE SPEED LIMIT"(CW3-5)sign, ''WORK ZONE''(G20-5aP) plaque and the ''SPEED LIMIT''(R2-1)signs shallnot be paid for directly, but shallbe considered subsidiary to Item 502. 7. Turning signs from view, laying signs over or down willnot be allowed, unless as otherwise noted under ''REMOVING OR COVERING'' on BC(4). 8. Techniques that may help reduce traffic speeds include but are not limited to: SHEET 3 OF 12 A. Law enforcement.^ B. Flogger stationed next to sign. Texas Department of Transportat C. Portable changeable message sign (PCMS). D. Low -power (drone) radar transmitter. E. Speed monitor trailers or signs. BARRICADE AND 9. Speeds shown on details above are for illustration only. Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED SPEED 10.For more specific guidance concerning the type of work, work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TxDOT form u1204 in the TXDOT e-form system. 0r.t71_131 CSJ LIMITS a1 TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 12' min. 630aD G30aD G30aD 2 630aD minimum MOIRE MOINK X MOIRE from MORK QaC�aD AHEAD 6� AHEAD carb (AHEAD min. MPH 7.0' min. _ 9.0' max. 6' or 7.0' min. 90' max7.0' min. .. greater 9.0' max. Paved C�///V­ iiCA�j Paved shoulder shoulder When placing skid supports on unlevel ground, the leg post lengths must be adjusted so the sign appears straight and plumb. Objects shalINOT be placed under skids as a means of leveling. When plaques are placed on dual -leg supports, they should be attached to the upright nearest the travel lane. Supplemental plaques (advisory or distance) should not cover the surface of the parent sign. Support shallnot protrude nn above sign Hife Support r m s shallnot protrude 000LE above sign ARE Sign supports shall extend more than 1/2 way up the back of the sign substrate. FRONT ELEVATION Wood, metal or Fiber Reinforced Plastic ATTACHMENT FOR SIGN SUPPORTS 000 �11000G�KF 0000 Splicing embedded perforated square metaltubing In order to extend post height wlllonly be allowed when the splice is made using four bolts, two above and two below the spice point. Splice must be located entirely behind the sign substrate, not near the base of the support. Splice Insert lengths should be at least 5 times nominal post size, centered on the splice and of at least the some gauge material. STOP/SLOW PADDLES 1. STOP/SLOW paddles are the primary method to control traffic by floggers. The STOP/SLOW paddle size should be 24" x 24'' 2. STOP/SLOW paddles shall be retroreflector ized when used at night. A. STOP/SLOW paddles may be attached to a staff with a minimum length of 6' to the bottom of the sign. 4. Any lights incorporated Into the STOP or SLOW paddle faces shallonly be as specifically described in Section 6E.03 Hand Signaling Devices in the TMUTCD. 24' SO D 24 Background - Red Legend & Border - white 24 24 Background - Orange Legend & Border - Black SHEETING REQUIREMENTS (WHEN USED AT NIGHT) USAGE COLOR SIGN FACE MATERIAL BACKGROUND RED TYPE B OR C SHEETING BACKGROUND ORANGE TYPE BFL OR CrL SHEETING LEGEND & BORDER WHITE TYPE B OR C SHEETING LEGEND & BORDER BLACK ACRYLIC NON -REFLECTIVE FILM SIDE ELEVATION Wood Attachment to wooden supports willbe by bolts and nuts or screws. Use TxDOT's or manufacturer's recommended procedures for attaching sign substrates to other types of sign supports Nails shall NOT be allowed. Eoch sign shallbe ottoched directly to the sign support. Multiple signs shall not be joined or spliced by any means. Wood supports shallnot be extended or repoired by splicing or other means. CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS 1. Permanent signs are used to give notice of traffic laws or regulations, call attention to conditions that are potentially hazardous to traffic operations, show route designations, destinations, directions, distances, services, points of interest, and other geographical, recreational, specific service (LOGO), or cultural information. Drivers proceeding through a work zone need the same, if not better route guidance as normally installed on a roadway without construction. 2. When permanent regulatory or warning signs conflict with work zone conditions, remove or cover the permanent signs until the permanent sign message matches the roadway condition. For details for covering large guide signs see the TS-CD standard. 3. When existing permanent signs are moved and relocated due to construction purposes,they shallbe visible to motorists at alltimes. 4. If existing signs are to be relocated on their original supports, they shallbe installed on crashworthy bases as shown on the SMD Standard sheets.The signs shallmeet the required mounting heights shown on the BC Sheets or the SMD Standards. This work should be paid for under the appropriate pay item for relocating existing signs. 5. If permanent signs are to be removed and relocated using temporary supports, the Contractor shalluse crashworthy supports as shown on the BC standard sheets, TLRS standard sheets or the CWZTCD list. The signs shall meet the required mounting heights shown on the BC, or the SMD standard sheets during construction. This work should be paid for under the appropriate pay item for relocating existing signs. 6. Any sign or traffic control device that is struck or damaged by the Contractor or his/her construction equipment shallbe replaced as soon as possible by the Contractor to ensure proper guidance for the motorists. This will be subsidiary to Item 502. GENERAL NOTES FOR WORK ZONE SIGNS 1. Contractor shall installand maintain signs in a straight and plumb condition and/or as directed by the Engineer. 2. Wooden sign posts shallbe painted white. J. Barricades shalINOT be used as sign supports. 4. Allslgns shallbe installed in accordance with the plans or as directed by the Engineer. Signs shallbe used to regulate, warn, and guide the traveling public safely through the work zone. 5. The Contractor may furnish either the sign design shown in the plans or in the ''Standard Highway Sign Designs for Texas'' (SHSD). The Engineer/Inspector may require the Contractor to furnish other work zone signs that are shown in the TMUTCD but may have been omitted from the plans. Any variation in the plans shallbe documented by written agreement between the Engineer and the Contractor's Responsible Person. All changes must be documented In writing before being implemented. This can include documenting the changes in the Inspectors TxDOT diary and having both the Inspector and Contractor initial and date the agreed upon changes. 6. The Contractor shall furnish sign supports listed in the ''Compliant Work Zone Traffic Control Device List'' (CWZTCD) for small roadside signs. Supports for temporary large roadside signs shall meet the requirements detailed on the Temporary Large Roadside Signs (TLRS) standard sheets.The Contractor shall install the sign support in accordance with the manufacturer's recommendations. If there is a question regarding installation procedures, the Contractor shall furnish the Engineer a copy of the manufacturers installation recommendations so the Engineer can verify the correct procedures are being followed. 7. The Contractor is responsible for installing signs on approved supports and replacing signs with damaged of cracked substrates and/or damaged or marred reflective sheeting as directed by the Engineer/Inspector. 8. Identification markings may be shown only on the back of the sign substrate. The maximum height of letters and/or company logos used for identification shallbe 1 inch. 9. The Contractor shallreplace damaged wood posts. New or damaged wood sign posts shallnot be spliced. DURATION OF WORK I defined by the "Texas Monuolon Uniform Troffic Control Devices" Port 6) 1. The types of sign supports, sign mounting helght,the size of signs, and the type of sign substrates can vary based on the type of work being performed. The Engineer is responsible for selecting the appropriate size sign for the type of work being performed. The Contractor is responsible for ensuring the sign support, sign mounting height and substrate meets manufacturer's recommendations in regard to crashworthiness and duration of work requirements. a. Long-term stationary - work that occupies a location more than 3 days. b. Intermediate -term stationary - work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting more than one hour. c. Short-term stationary - daytime work that occupies a location for more than 1 hour In a single daylight period. d. Short, duration - work that occupies a location up to 1 hour. e. Mobile - work that moves continuously or intermittently (stopping for up to approximately 15 minutes.) SIGN MOUNTING HEIGHT 1. The bottom of Long-term/Intermediate-term signs shallbe at least 7 feet, but not more than 9 feet, above the paved surface, except as shown for supplemental plaques mounted below other signs. 2. The bottom of Short-term/Short Duration signs shallbe a minimum of 1 foot above the pavement surface but no more than 2 feet above the ground. J. Long-term/Intermediate -term Signs may be used in lieu of Short-term/Short Duration signing. 4. Short-term/Short Duration signs shallbe used only during daylight and shallbe removed at the end of the workday or raised to appropriate Long-term/Intermediate sign height. 5. Regulatory signs shall be mounted at least 7 feet, but not more than 9 feet, above the paved surface regardless of work duration. SIZE OF SIGNS 1. The Contractor shallfurnish the sign sizes shown on BC (2)unless otherwise shown in the plans or as directed by the Engineer. SIGN SUBSTRATES 1. The Contractor shallensure the sign substrate is installed in accordance with the manufacturer's recommendations for the type of sign support that is being used. The CWZTCD lists each substrate that can be used on the different types and models of sign supports. 2 ''Mesh'' type materials are NOT an approved sign substrate, regardless of the tightness of the weave. 3. All wooden individualsi n panels fabricated from 2 or more pieces shallhave one or more wood cleat 1/2'' thick b 6" wide 9 P P PY � Y fastened to the back of the sign and extending fully across the sign. The cleat shallbe attached to the back of the sign using wood screws that do not penetrate the face of the sign panel. The screws shallbe placed on both sides of the splice and spaced at 6" centers. The Engineer may approve other methods of splicing the sign face. REFLECTIVE SHEETING 1. Allsigns shallbe retroreflective and constructed of sheeting meeting the color and retro-reflectivity requirements of DMS-8300 for rigid signs or DMS-8310 for roll -up signs. The web address for DMS specifications is shown on BCH). 2. White sheeting, meeting the requirements of DMS-8300 Type A, shall be used for signs with a white background. J. Orange sheeting, meeting the requirements of DMS-8300 Type B or Type �L , shall be usgqd for rigid signs with orange backgrounds. SIGN LETTERS 1. Allsign letters and numbers shallbe clear,and open rounded type uppercase alphabet letters as approved by the Federal Highway Administration (FIL I and as published In the ''Standard Highway Sign Design for Texas'' manual. Signs, letters and numbers shallbe of first class workmanship in accordance with Department Standards and Specifications. REMOVING OR COVERING 1. When sign messages may be confusing or do not apply, the signs shallbe removed or completely covered. 2. Long-term stationary or intermediate stationary signs installed on square metaltubing may be turned away from traffic 90 degrees when the sign message is not applicable. This technique may not be used for signs installed in the median of divided highways or near any Intersections where the sign may be seen from approaching traffic. 3. Signs Installed on wooden skids shallnot be turned at 90 degree angles to the roadway. These signs should be removed or completely covered when not required. 4. When signs are covered, the materialused shallbe opaque, such as heavy milblack plastic, or other materials which willcover the entire sign face and maintain their opaque properties under automobile headlights at night, without damaging the sign sheeting. 5. Burlap shalINOT be used to cover signs. 6. Duct tape or other adhesive material shall NOT be affixed to a sign face. 7. Signs and anchor stubs shallbe removed and holes backfilled upon completion of work. SIGN SUPPORT WEIGHTS SHFFT 1. Where sign supports require the use of weights to keep from turning over, the use of sandbags with dry,coheslonless sand should be used. 2. The sandbags will be tied shut to keep the sand from spilling and to maintain a constant weight. 3. Rock, concrete, Iron, steel or other solid objects shall not be permitted for use as sign support weights. 4. Sandbags should weigh a minimum of 35 Ibs and a maximum of 50 lbs. 5. Sandbags shallbe made of a durable materialthat tears upon vehicular impact. Rubber (such as tire inner tubes) shall NOT be used. 6. Rubber ballasts designed for channellzing devices should not be used for ballast on portable sign supports. Sign supports designed and manufactured with rubber bases may be used when shown on the CWZTCD list. 7. Sandbags shall only be placed along or laid over the base supports of the traffic controldevice and shallnot be suspended above ground level or hung with rope, wire, chains or other fasteners. Sandbags shallbe placed along the length of the skids to weigh down the sign support. 8. Sandbags shall NOT be placed under the skid and shallnot be used to level sign supports placed on slopes. FLAGS ON SIGNS 1. Flags may be used to draw attention to warning signs. When used, the flag shall be 16 Inches square or larger and shallbe orange or fluorescent red -orange In color. Flags shallnot be allowed to cover any portion of the sign face. 4 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BCM-21 FILE: bc-21.dgn DN: TxDOT cv: TxDOT ow: TxDOT Icv: TxD( ©TxDOT November 2002 CONT SECT JOB vlcvwAv REVISIONS 9-07 8-14 DisT couN T No. 7-13 5-21 aaz a11 I q0" I Front E Maximum 4x4 sq. ft. of wood sign face post 2x6 27„ *4x4 wood 4x4 post 72'' block Top BC(4) 'Ign 2x4 x 40'' tht 24'' ,ment —7— 2x6 * Maximum 12 sq, ft. of i sign face 4 44x4 wood post See BC(4) for sign height requirement Front 36" Side SKID MOUNTED WOOD SIGN SUPPORTS 4x4 block Side * LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS v9 sq. ft. or less- 10mm extruded o thlnwallplastic „ sign only Nmo �o t o o ° m o 1 3/4'' x 1 3/4'' x 11 foot w 12 go post ` o (DO NOT SPLICE) a W 1 3/4'' gals. round CD 0 with 5/16" holes or 1 3/4'' x 1 3/4'' square tubing Upright must telescope to 0 0 0 0 0 0 provide T' height above pavement 48" pin at angle needed to 36" match sldeslope Welds to start on opposite sides going in opposite directions. Minimum weld, do not 4 back fill puddle. weld weld 2 weld starts here starts YOx he weld 41 1 3/4 '' x 1 3/4 '' x 129'' (hole to hole) 12 ga. support telescopes Into sleeve 24 2x6 skid 2x6 6( 4x4 block ngth of skids may Increased for ditlonalstability. Top /8'' bolts w/nuts r 3/8'' x 3 1/2'' min.) lag crews 4x4 block 16 sq. ft. or less of any rigid sign substrate listed in section J.2.d of the CWZTCD, except 5/8'' plywood. 1/2'' plywood is allowed. 1 3/4 '' x 1 3/4 '' x 52'' (hole to hole) 12 ga. square perforated tubing diagonalbrace — 1 3/4 " x 1 3/4 " x 32'' (hole to hole) 12 ga. square perforated tubing cross brace v 3/8'' X 4-1/2 or. 0 oG 5 BOLT (TYP.) 0 o- --- 3 0 0 7/16" —2' x 2' x 12 ga. upright Sign Post so tsce G minimum OPTION 1 (Direct Embedment) Sign Sign w,- Post o Post d Tfoce P eOTfo e a 4" die ®� g� 4'' .I g�� max. desirable man. '� desirable ® D3 ®I � I® all ® 34'' min. in Optional ;I strong soils, reinforcing al 55'' min. in sleeve weak soils. 34" min. In (1/2'' larger al strong soils, than sign 55'' min. In post) x 18'' weak soils. Anchor Stub (1/4'' larger Anchor Stub than sign (1/4'' larger post) than sign post) OPTION 2 OPTION 3 (Anchor Stub) (Anchor Stub and Reinforcing Sleeve)) PERFORATED SQUARE METAL TUBING Sign Post WING CHANNEL Lap-splice/base bolted anchor GROUND MOUNTED SIGN SUPPORTS Refer to the CWZTCD and the manufacturer's installation procedure for each type sign support. The maximum sign square footage sholladhere to the manufacturer's recommendation. Two post installations can be used for larger signs. WEDGE ANCHORS Both steeland plastic Wedge Anchor Systems as shown on the SMD Standard Sheets may be used as temporary sign supports for signs up to 10 square feet of sign face. They may be set In concrete or in sturdy soils if approved by the Engineer. (See web address for ''Traffic Engineering Standard Sheets'' on BCH)). 0 3/8'' x 3'' gr.5 bolt (2 per support) joining OTHER DESIGNS sign paneland supports MORE DETAILS OF APPROVED LONG/INTERMEDIATE AND SHORT TERM SUPPORTS CAN BE FOUND ON THE CWZTCD LIST. SEE BCH)FOR WEBSITE LOCATION. GENERAL NOTES 03/8 " X 3° or. 1. Nails may be used in the assembly of wooden sign 5 bolt supports, but 3/8'' bolts with nuts or 3/8'' x 3 1/2'' " lag screws must be used on every joint for final 1 3/4 x 1 3/4 x 129" connection. (hole to hole) _ 12 ga. square N 2. No more than 2 sign posts shallbe placed within a e e perforated ' except for 7 ft circle, ex o specific materials noted on the e e tubing upright o°°°°°°° °°°°° 3„ CWZTCD List. M 3. When project is completed, all sign supports and Completely welded foundations shallbe removed from the project site. 2" x 2" x 59" around tubing This willbe considered subsidiary to Item 502. (hole to hole) _ 0D 12 ga. perforated m tubing skid 2'' x 2'' x 8'' * See BC(4) for definition of ''Work Duration.'' thole to hole) 12 ga. square * W Wood sign posts MUST be one piece. Splicing will perforated NOT be allowed. Posts shall be painted white. - -_ ...................... ...... ....... .... ................. Bing sleeve ........................... welded to skid ❑ See the CWZTCD for the type of sign substrate 0 On o N 60 that can be used for each approved sign support. SHEET 5 OF 12 5 I IM LV SINGLE LEG BASE 32' Side View SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS * LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT B C(5)-21 FILE: bc-21.dgn DN: TxDOT SIT: TxDOT ow: TxDOT cn: TxDOT ©TxDOT November 2002 CON7 SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY svEE7 NO. 7-13 5-21 p43 99 WHEN NOT IN USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL To TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer may approve other messages not specifically covered here.) AE PORTABLE CHANGEABLE MESSAGE SIGNS 1. The Engineer/Inspector she llapprove all messages used on portable changeable message signs (PCMS). 2. Messages on PCMS should contain no more than 8 words (about four to eight characters per word), not Including simple words such as ''TO'' ''FOR,'' ''AT,'' etc. 3. Messages should consist of a single phase, or two phases that alternate. Three-phase messages are not allowed. Each phase of the message should convey a single thought, and must be understood by itself. 4. Use the word "EXIT'' to refer to an exit ramp on a freeway; i.e., ''EXIT CLOSED.'' Do not use the term ''RAMP.'' 5. Always use the route or Interstate designation OIL, US, SIT, FRI along with the number when referring to a roadway. 6. When in use, the bottom of a stationary PCMS message panelshould be a minimum 7 feet above the roadway, where possible. 7. The message term ''WEEKEND'' should be used only If the work Is to start on Saturday morning and end by Sunday evening at midnight. Actualdays and hours of work should be displayed on the PCMS if work is to begin on Friday evening and/or continue Into Monday morning. 8. The Engineer/Inspector may select one of two options which are avail- able for displaying a two-phase message on a PCMS. Each phase may be displayed for either four seconds each or for three seconds each. 9. Do not "flash'' messages or words included in a message. The message should be steady burn or continuous while displayed. 10. Do not present redundant information on a two-phase message; i.e., keeping two lines of the message the some and changing the third line. 11. Do not use the word ''Danger'' in message. 12. Do not display the message ''LANES SHIFT LEFT'' or ''LANES SHIFT RIGHT' on a PCMS. Drivers do not understand the message. 13. Do not display messages that scroll horizontally or vertically across the face of the sign. 14.The following table lists abbreviated words and two -word phrases that are acceptable for use on a PCMS. Both words In a phrase must be displayed together. Words or phrases not on this list should not be abbreviated, unless shown In the TMUTCD. 15. PCMS character height should be at least 18 inches for trailer mounted units. They should be visible from at least 1/2 (.5) mile and the text should be legible from at least 600 feet at night and 800 feet in daylight. Truck mounted units must have a character height of 10 inches and must be legible from at least 400 feet. 16. Each line of text should be centered on the message board rather than left or right justified. 17. If disabled, the PCMS should default to an Illegible display that will not alarm motorists and willonly be used to alert workers that the PCMS has malfunctioned. A pattern such as a series of horizontalsolld bars is appropriate. WORD OR PHRASE ABBREVIATION WORD OR PHRASE ABBREVIATION Access Road CCS RD abr MAJ Alternate ALT Miles MI Avenue AVE Miles Per Hour MPH Best Route BEST RTE Minor MNR Boulevard BLVD Monday MON Bridge BRDG Normal NORM Cannot CANT North N Center CTR Northbound (route) N Construction Ahead CONST AHD Parking PK I NG Road RD CROSSING RING Right Lane LN Detour Route DETOUR RTE _PT Saturday SAT Do Not ROOT Service Road SERA RD East E Shoulder SHLDR Eastbound (route) E Slippery SLIP Emergency EMER South S Emergency Vehicle EMER VEH Southbound (route) S Entrance, Enter ENT Speed SPD Express Lane EXP LN Street ST Expressway EXPWY Sunday SUN XXXX Feet XXXX FT Telephone PHONE Fog Ahead FOG AND Temporary TEMP Freeway FRWY, FWY Thursday THUGS Freeway Blocked FWY BLKD To Downtown TO DWNTN Friday FRI Traffic TRAF Hazardous Driving HAS DRIVING Travelers TRVLRS Hazardous Material HAZMAT Tuesday TUES Hi h-Occupancy NOV Time Minutes TIME MIN Vehicle Highway HWY Upper Level UPR LEVEL Vehicles (s) VEH, VEHS Four(s) HR,HRS Warning WARN Information INFO Wednesday WED It Is ITS Weight Limit WT LIMIT Junction JET Left LFT West W Westbound (route) W Left Lane LET LN Wet Pavement WET PVMT Lane Closed LN CLOSED Will Not WONT Lower Level LWR LEVEL Maintenance MAINT Roadway designation d IH-number, US -number, SH-number, FM -number Phase 1: Condition Lists Road/Lane/Ramp Closure List Other Condition List FREEWAY CLOSED X MILE ROAD CLOSED AT SIT XXX ROAD CLSD AT FM XXXX RIGHT X LANES CLOSED CENTER LANE CLOSED NIGHT LANE CLOSURES VARIOUS LANES CLOSED EXIT CLOSED MALL DRIVEWAY CLOSED XXXXXXXX BLVD CLOSED FRONTAGE ROADWORK ROAD ROAD XXX FT REPAIRS CLOSED XXXX FT SHOULDER CLOSED FLAGGER XXXX FT LANE NARROWS XXX FT XXXX FT RIGHT LN CLOSED RIGHT LN NARROWS TWO-WAY TRAFFIC XXX FT XXXX FT XX MILE RIGHT X LANES MERGING TRAFFIC CONST TRAFFIC OPEN XXXX FT XXX FT DAYTIME LANE LOOSE GRAVEL UNEVEN LANES CLOSURES XXXX FT XXXX FT I-XX SOUTH EXIT DETOUR X MILE ROUGH ROAD CLOSED XXXX FT EXIT XXX CLOSED ROADWORK PAST ROADWORK NEXT X MILE SIT XXXX FRI-SUN RIGHT LN TO BE BUMP XXXX FT US XXX EXIT CLOSED X MILES X LANES CLOSED TRAFFIC SIGNAL LANES SHIFT TUE - FRI XXXX FT AE LANES SHIFT in Phase 1 must be used with STAY IN LANE In Phase 2 APPLICATION GUIDELINES 1. Only 1 or 2 phases are to be used on a PCMS. 2. The 1st phase (or both) should be selected from the 'Road/Lane/Ramp Closure List'' and the ''Other Condition List'' 3. A End phase can be selected from the ''Action to Take/Effect on Travel, Location, GeneralWarning, or Advance Notice Phase Lists'' 4. A Location Phase is necessary only if a distance or location is not Included in the first phase selected. 5. If two PCMS are used in sequence, they must be separated by a minimum of 1000 ft. Each PCMS shall be limited to two phases, and should be understandable by themselves. 6. For advance notice, when the current date is within seven days of the actual work date, calendar days should be replaced with days of the week. Advance notification should typically be for no more than one week prior to the work. FULL MATRIX PCMS SIGNS Phase 2: Possible Component Lists Action to Take/Effect on Travel List MERGE FORM RIGHT 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 WORDING ALTERNATIVES Location List AT FM XXXX BEFORE RAILROAD CROSSING NEXT X MILES PAST US XXX EXIT XXXXXXX TO XXXXXXX US XXX TO FM XXXX 1. The words RIGHT, LEFT and ALL can be interchanged as appropriate. 2. Roadway designations IH, US, SIT, FM and LP can be interchanged as appropriate. 3. EAST, WEST, NORTH and SOUTH (or abbreviations E, W, N and S) can be Interchanged as appropriate. 4. Highway names and numbers replaced as appropriate. 5. ROAD, HIGHWAY and FREEWAY can be Interchanged as needed. 6. AHEAD may be used instead of distances If necessary. 7. FT and MI, MILE and MILES interchanged as appropriate. 8. AT, BEFORE and PAST interchanged as needed. 9. Distances or AHEAD can be eliminated from the message If a location phase is used. PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. 1. When Full Matrix PCMS signs are used, the character height and legiblldy/visibility requirements shall be maintained as listed in Note 15 under ''PORTABLE CHANGEABLE MESSAGE SIGNS'' above. 2. When symbol signs, such as the ''Flogger Symbol''(CW20-7) are represented graphically on the Full Matrix PCMS sign and, with the approval of the Engineer, It shall maintain the legibility/visibility requirement listed above. 3. When symbol signs are represented graphically on the Full Matrix PCMS, they shall only supplement the use of the static sign represented, and shall not substitute for, or replace that sign. 4. A full matrix PCMS may be used to simulate a flashing arrow board provided it meets the visibility, flash rate and dimming requirements on BC(7), for the some size arrow. Warning List SPEED LIMIT XX MPH MAXIMUM SPEED XX MPH MINIMUM SPEED XX MPH ADVISORY SPEED XX MPH RIGHT LANE EXIT USE CAUT ION DRIVE SAFELY DRIVE WITH CARE p;k See Application Guidelines Note 6. WW Advance Notice List TUE-FRI XX AM- A PM APR XX- XX X PM-X AM BEGINS MONDAY BEGINS MAY XX MAY X-X XX PM - XX AM NEXT FRI-SUN XX AM TO XX PM NEXT TUE AUG XX TONIGHT XX PM- XX AM SHEET 6 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BCI-21 FILE: bc-21.dgn DN: TxDOT Icv: TxDOT ow: TxDOT Icv: TxD( ©TxDOT November 2002 CON7 SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIs7 COUNTY svEE7 No. 7-13 5-21 oaa Q 1 1. Barrier Reflectors shall be pre -qualified, and conform to the color and reflectivity requirements of DMS-8600. A list of prequalified Barrier Reflectors can be found at the Material Producer List web address shown on BC(11. 2. Color of Barrier Reflectors shallbe as specified in the TMUTCD. The cost of the reflectors shallbe considered subsidiary to Item 512. CONCRETE TRAFFIC BARRIER (CTB) Barrier Reflector on 16° tall plastic bracket �/ 16° LOW PROFILE CONCRETE BARRIER (LPCB) USED IN WORK ZONES LPCB is approved for use in work zone locations, where the posted speed is 45mph, or less. See Roadway Standard Sheet LPCB. Max, spacing of barrier Barrier reflectors is 20 feet. Reflectors Attach the delineators as per manufacturer's recommendations. LOW PROFILE CONCRETE BARRIER (LPCB) See D & OM 3. Where traffic is on one side of the CTB, two (2) Barrier Reflectors shall be mounted in approximately the midsection of each section of CTB. An alternate mounting location is uniformly spaced at one end of each CTB. This will allow for attachment of a barrier grapple without damaging the reflector. The Barrier Reflector mounted on the side of the CTB shallbe located directly below the reflector mounted on top of the barrier, as shown In the detallabove. 4. Where CTB separates two-way traffic, three barrier reflectors shallbe mounted on each section of CTB. The reflector unit on top shallhave two yellow reflective faces Bi-Directiion0while the reflectors on each side of the barrier shallhave one yellow reflective face, as shown In the detail above. 5. When CTB separates traffic traveling in the some direction, no barrier reflectors will be required on top of the CTB. 6. Barrier Reflector units shallbe yellow or white in color to match the edgeline being supplemented. 7. Maximum spacing of Barrier Reflectors is forty (40) feet. 8. Pavement markers or temporary flexible -reflective roadway marker tabs shall NOT be used as CTB delineation. 9. Attachment of Barrier Reflectors to CTB shall be per manufacturer's recommendations. 10.Mlssing or damaged Barrier Reflectors shallbe replaced as directed by the Engineer. 11.5ingle slope barriers shallbe delineated as shown on the above detail. DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES End treatments used on CTB's in work zones shall meet the apppropriate crashworthy standards as defined in the Manualfor Assessing Safety Hardware (MASH). Refer to the CWZTCD List for approved end treatments and manufacturers. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Type C Warning Light or approved substitute mounted on a drum adjacent to the travel way. Warning reflector may be round or square.Must have a yellow reflective surface area of at least 30 square Inches WARNING LIGHTS 1. Warning lights shollmeet the requirements of the TMUTCD. 2. Warning lights sholINOT be Installed on barricades. 3. Type A -Low Intensity Flashing Warning Lights are commonly used with drums. They are intended to warn of or mark a potentially hazardous area. Their use shall be as indicated on this sheet and/or other sheets of the plans by the designation "FL The Type A Warning Lights shall not be used with signs manufactured with Type B or C ISheetinAzmeeting the requirements of Departmental Material Specification DMS-8300. 4. Type-C and Type D 360 degree Steady Burn Lights are intended to be used in a series for delineation to supplement other traffic control devices. Their use shall be as Indicated on this sheet and/or other sheets of the plans by the designation ''SB'' 5. The Engineer/Inspector or the plans shall specify the location and type of warning lights to be installed on the traffic controldevices. 6. When required by the Engineer, the Contractor shall furnish a copy of the warning lights certification. The warning light manufacturer will certify the warning lights meet the requirements of the latest ITE Purchase Specifications for Flashing and Steady -Burn Warning Lights. 7. When used to delineate curves, Type-C and Type D Steady Burn Lights should only be placed on the outside of the curve, not the Inside. 8. The location of warning lights and warning reflectors on drums shallbe as shown elsewhere in the plans. WARNING LIGHTS MOUNTED ON PLASTIC DRUMS 1. Type A flashing warning lights are intended to warn drivers that they are approaching or are in a potentially hazardous area. 2. Type A random flashing warning lights are not intended for delineation and shallnot be used in a series. 3. A series of sequential flashing warning lights placed on channelizing devices to form a merging taper may be used for delineation. If used, the successive flashing of the sequential warning lights should occur from the beginning of the taper to the end of the merging taper in order to identify the desired vehicle path. The rate of flashing for each light shall be 65 flashes per minute, plus or minus 10 flashes. 4. Type C and D steady -burn warning lights are Intended to be used in a series to delineate the edge of the travel lone on detours, on lane changes, on lane closures, and on other similar conditions. 5. Type A, Type C and Type D warning lights shall be Installed at locations as detailed on other sheets in the plans. 6. Warning lights shall not be installed on a drum that has a sign, chevron or verticalponel. 7. The maximum spacing for warning lights on drums should be Identical to the channelizing device spacing. mum of ,f lectors facturer's tions. WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN) WARNING LIGHTS 1. A warning reflector or approved substitute may be mounted on a plastic drum as a substitute for a Type C, steady burn warning light at the discretion of the Contractor unless otherwise noted In the plans. 2. The warning reflector shallbe yellow in color and shallbe manufactured using a sign substrate approved for use with plastic drums listed on the CWZTCD. 3. The warning reflector shall have a minimum retroreflective surface area (one -side) of 30 square inches. 4. Round reflectors shallbe fully reflectorized, including the area where attached to the drum. 5. Square substrates must have a minimum of 30 square inches of reflectorized sheeting. They do not have to be reflectorized where it attaches to the drum. 6. The side of the warning reflector facing approaching traffic shall have sheeting meeting the color and retroreflectivity requirements for DMA 8300-Type B or Type C. 7. When used near two-way traffic, both sides of the warning reflector shallbe reflectorized. 8. The warning reflector should be mounted on the side of the handle nearest approaching traffic. 9. The maximum spacing for warning reflectors should be identicalto the channelizing device spacing requirements. Arrow Boards may be located behind channelizing devices in place for a shoulder taper or merging taper, otherwise they shall be delineated with four (4) channelizing devices placed perpendicular to traffic on the upstream side of traffic. I. The Flashing Arrow Board should be used for all lane closures on multi -lane roadways, or slow moving maintenance or construction activities on the travel lanes. 2. Flashing Arrow Boards should not be used on two-lane, two-way roadways, detours, diversions or work on shoulders unless the ''CAUTION'' display (see detail below) is used. 3. The Engineer/Inspector shollchoose allappropriate signs, barricades and/or other traffic controldevices that should be used in conjunction with the Flashing Arrow Board. 4. The Flashing Arrow Board should be able to display the following symbols: • • OR • 4 CORNER CAUTION ALTERNATING DIAMOND CAUTION • • • • • • • • • • • • • • • • DOUBLE ARROW RIGHT/LEFT ARROW RIGHT/LEFT (right arrow shown; SEQUENTIAL CHEVRON left is similar) (right chevron shown; left is similar) 5. The ''CAUTION'' display consists of four corner lamps flashing simultaneously, or the Alternating Diamond Caution mode as shown. 6. The straight line caution display is NOT ALLOWED. 7. The Flashing Arrow Board shallbe capable of minimum 50 percent dimming from rated lamp voltage. The flashing rate of the lamps shallnot be less than 25 nor more than 40 flashes per minute. 8. Minimum lamp ''on time'' shallbe approximately 50 percent for the flashing arrow and equal intervals of 25 percent for each sequentialphose of the flashing chevron. 9. The sequentialarrow display is NOT ALLOWED. 10. The flashing arrow display Is the TxDOT standard; however, the sequential chevron display may be used during daylight operations. 11. The Flashing Arrow Board shallbe mounted on a vehicle, trailer or other suitable support. 12. A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. 13.A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility, flash rate and dimming requirements on this sheet for the some size arrow. 14. Minimum mounting height of trailer mounted Arrow Boards should be 7 feet from roadway to bottom of panel. REQUIREMENTS MINIMUM MINIMUM MINIMUM NUMBER TYPE SIZE OF PANEL LAMPS VISIBILITY DISTANCE B 30 x 60 13 3/4 mlle C 48 x 96 15 1 mile ATTENTION Flashing Arrow Boards shallbe equipped with automatic dimming devices. FLASHING ARROW BOARDS TRUCK -MOUNTED ATTENUATORS 1. Truck -mounted attenuators (TMA) used on TXDOT facilities must meet the requirements outlined in the Manualfor Assessing Safety Hardware (MASH). 2. Refer to the CWZTCD for the requirements of Level or Leve13 TMAs. 3. Refer to the CWZTCD fora list of approved TMAs. 4.TMAs are required on freeways unless otherwise noted In the plans. 5. A TMA should be used anytime that it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the work performance. 6. The only reason a TMA should not be required is when a work area is spread down the roadway and the work crew is an extended distance from the TMA. WHEN NOT IN USE, REMOVE THE ARROW BOARD FROM THE RIGHT-OF-WAY OR PLACE THE ARROW BOARD BEHIND CONCRETE TRAFFIC BARRIER OR GUARDRAIL. SHEET 7 OF 12 ,9 Traffic Safety in ,Texas Department of Transportation StaDivndard BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(7)-21 FILE: bc-21.dgn DN: TxDOT cv: mDOT Dw: TxDOT cv: mD( ©TxDOT November 2002 CON7 SECT JOB HIGHWAY REVISIONS 9-07 8-14 DIST COUNTY SHEET NO. 7-13 5-21 oas GENERAL NOTES Q � 1.For long term stationary work zones on freeways, drums shallbe used as the primary channelizing device. 2. For intermediate term stationary work zones on freeways, drums should be used as the primary channelizing device but may be replaced in tangent sections by vertical panels, or 42'' two-piece cones. In tangent sections, one-piece cones may be used with the approvalof the Engineer but only if personnelare present on the project at alltimes to maintain the cones In proper position and location. 3. For short term stationary work zones on freeways, drums are the preferred channelizing device but may be replaced in tapers, transitions and tangent sections by vertical panels, two-piece cones or one-piece cones as approved by the Engineer. 4. Drums and all related items shall comply with the requirements of the current version of the ''Texas Manualon Uniform Traffic Control Devices'' (TMUTCD)and the ''Compliant Work Zone Traffic Control Devices List'' (CWZTCD). 5. Drums, bases, and related materials shall exhibit good workmanship and shallbe free from objectionable marks or defects that would adversely affect their appearance or serviceability. 6. The Contractor shallhave a maximum of 24 hours to replace any plastic drums Identified for replacement by the Engineer/Inspector. The replace- ment device must be an approved device. GENERAL DESIGN REQUIREMENTS Pre -qualified plastic drums shallmeet the following requirements: 1. Plastic drums shallbe a two-piece design; the ''body'' of the drum shall be the top portion and the ''base'' shallbe the bottom. 2. The body and base shall lock together in such a manner that the body separates from the base when impacted by a vehicle traveling at a speed of 20 MPH or greater but prevents accidental separat ion due to normal handling and/or air turbulence created by passing vehicles. 3. Plastic drums shall be constructed of lightweight flexible, and deformable materials. The Contractor shall NOT use metal drums or single piece plastic drums as channelizatlon devices or sign supports. 4. Drums shall present a profile that is a minimum of 18 inches in width at the 36 inch height when viewed from any direction. The height of drum unit (body installed on base) shallbe a minimum of 36 inches and a maximum of 42 inches. 5. The top of the drum shall have a built-in handle for easy pickup and shallbe designed to drain water and not collect debris. The handle shall have a minimum of two widely spaced 9/16 inch diameter holes to allow attachment of a warning light, warning reflector unit or approved compliant sign. 6. The exterior of the drum body shallhave a minimum of four alternating orange and white retroreflective circumferential stripes not less than 4 inches nor greater than 8 inches in width. Any non-reflectorized space between any two adjacent stripes shallnot exceed 2 inches In width. 7. Bases shall have a maximum width of 36 Inches, a maximum height of 4 inches, and a minimum of two footholds of sufficient size to allow base to be held down while separating the drum body from the base. 8. Plastic drums shall be constructed of ultra -violet stabilized, orange, high -density polyethylene (HDPE) or other approved material. 9. Drum body shall have a maximum unballosted weight of 11 lbs. 10.Drum and base shall be marked with manufacturer's name and model number. RETROREFLECTIVE SHEETING 1. The stripes used on drums shallbe constructed of sheeting meeting the color and retroreflectivity requirements of Departmental Materials Specification DMS-8300,''Sign Face Materials." Type A or Type B reflective sheeting shallbe supplied unless otherwise specified in the plans. 2. The sheeting shallbe suitable for use on and shalladhere to the drum surface such that, upon vehicular impact, the sheeting shall remain adhered in -place and exhibit no delaminating, cracking, or loss of retroreflectivity other than that loss due to abrasion of the sheeting surface. BALLAST 1. Unballasted bases shallbe large enough to hold up to 50 lbs. of sand. This base, when filled with the ballast material, should weigh between 35 Ibs (minimum) and 50 Ibs (maximum). The ballast may be sand in one to three sandbags separate from the base, sand in a sand -filled plastic base, or other ballasting devices as approved by the Engineer. Stacking of sandbags wlllbe allowed, however height of sandbags above pavement surface may not exceed 12 Inches. 2. Bases with built -In ballast shallweigh between 40 Ibs. and 50 Ibs. Built-in ballast can be constructed of an integral crumb rubber base or a solid rubber base. 3. Recycled truck the sidewalls may be used for ballast on drums approved for this type of ballast on the CWZTCD list. 4. The ballast shallnot be heavy objects, water, or any materialthat would become hazardous to motorists, pedestrians, or workers when the drum Is struck by a vehicle. 5. When used in regions susceptible to freezing, drums shall have drainage holes In the bottoms so that water wlllnot collect and freeze becoming a hazard when struck by a vehicle. 6. Ballast shall not be placed on top of drums. 7. Adhesives may be used to secure base of drums to pavement. Handle 18'' min Top should not 9/16'' dla. (typ) allow collection for mounting of water or signs and debris O warning lights 4" max 4'' min 8" max ttypl Each drum shallhave a minimum of 2 orange and 2 white stripes using Type A or Type B 18" x Sign Sign tic x 24" (Maximum Slgn Dimension) Vertical Panel 2'' ma retroreflective Chevron CW1-8, Opposing Traffic Lane mount with diagonals YP sheeting with the y g p g sloping down towards top stripe being Divider, Driveway sign D7Oa, Kee Right orange. R4 series or other signs as approved travelway x by Engineer E E m m Plywood, Aluminum or Metal sign substrates shall NOT be used on plastic drums -Taper to allow for stacking a minimum of 5 See Ballast drumsNote3SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED ON PLASTIC DRUMS This detail is not Intended for fabrication. See note 3 and the CWZTCD list for n 36'' Detectable Ed DETECTABLE PEDESTRIAN BARRICADES 1. When existing pedestrian facilities are disrupted, closed, or relocated In a FTC zone, the temporary facilities shallbe detectable and include accessibility features consistent with the features present in the existing pedestrian facility. Refer to WZ(BTS-2) for Pedestrian Control requirements for Sidewalk Diversions, Sidewalk Detours and Crosswalk Closures. 2. Where pedestrians with visual disabilities normally use the closed sidewalk, a Detectable Pedestrian Barricade shallbe placed across the fullwidth of the closed sidewalk Instead of a Type 3 Barricade. 3. Detectable pedestrian barricades similar to the one pictured above, longitudinal channelizing devices, some concrete barriers, and wood or chain link fencing with a continuous detectable edging can satisfactorily delineate a pedestrian path. 4. Tape, rope, or plastic chain strung between devices are not detectable, do not comply with the design standards In the ''Americans with Disabilities Act Accessibility Guidelines (ADAAG)" and should not be used as a control for pedestrian movements. 5. Warning lights shall not be attached to detectable pedestrian barricades. 6. Detectable pedestrian barricades should use 8'' nominal barricade rails as shown on BC(10) provided that the top rail provides a smooth continuous rail suitable for hand trailing with no splinters, burrs, or sharp edges. 1. Signs used on plastic drums shallbe manufactured using substrates listed on the CWZTCD. 2. Chevrons and other work zone signs with an orange background shallbe manufactured with Type B or TrApe C Oranggz sheeting meeting the color and retroreflectivity requirements of DMS-8300,''Sign Face Material,'' unless otherwise specified in the plans. 3. VerticalPanels shallbe manufactured with orange and white sheeting meeting the requirements of DMS-8300 Type A or Type B. Diagonalstripes on VerticalPanels shallslope down toward the intended traveled lane. 4. Other sign messages (text or symbolic) may be used as approved by the Engineer. Sign dimensions shall not exceed 18 Inches in width or 24 Inches In height, except for the R9 series signs discussed In note 8 below. 5. Signs shallbe installed using a 1/2 Inch bolt (nominal) and nut, two washers, and one locking washer for each connection. 6. Mounting bolts and nuts shallbe fully engaged and adequately torqued. Bolts should not extend more than 1/2 Inch beyond nuts. 7. Chevrons may be placed on drums on the outside of curves, on merging tapers or on shifting tapers. When used in these locations, they may be placed on every drum or spaced not more than on every third drum. A minimum of three (3) should be used at each location called for in the plans. 8. R9-9, R9-10, R9-11 and R9-11a Sidewalk Closed signs which are 24 inches wide may be mounted on plastic drums, with approval of the Engineer. SHEET 8 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(8)-21 FILE: bc-21.dgn DN: TxDOT cu: TxDOT ow: TxDOT cu: TxD( ©TXDOT November 2002 CONT SECT JOB HIGHWAY REVISIONS 4-03 8-14 9-07 5-21 DIST COUNTY SHEET NO. 7-IV D46 8'' to 12'' 8„ t� 1� 8�� to � 8�� tl "I q" 4" s See 24" 3 See E 45� 4" note 7 min' 450 4" note 7 o 4 o a 4" VP -IL AD o > w Ts Fixed Base Surface w/ Approved Mount Roadway M Rigid Adhesive /Base Surface W Support - o` z>� = W o 18" Self-righting 12'' minimum a oSupport on embedment a z depth 0 0 FIXED o- (Rigid or self-righting) DRIVEABLE �E o ° 1. VerticalPanels (VP's) are normally used to channelize o TV traffic or divide opposing lanes of traffic. 8" to 12" 2. VP's may be used in daytime or nighttime situations. C le They may be used at the edge of shoulder drop-offs and other areas such as lane transitions where positive daytime and nighttime delineation Is required. The s o ° Engineer/Inspector shall refer to the Roadway Design a 3,W Manual for additional requirements on the use VP's m m o 5 24° 4 See for drop-offs. a o o 3, VP's should be mounted back to back if used at the edge i m a min. note T 4'' 3b" of cuts adjacent to two-way two lane roadways. Stripes .w Ta min. are to be reflective orange and reflective white and should always slope downward toward the travellone. ° q^ 4. VP's used on expressways and freeways or other high speed roadways, may have more than 270 square inches o0 o of retroreflective area facing traffic. o wo 5. Self-righting supports are available with portable base. See ''Compliant Work Zone Traffic Control Devices List'' `o (CWZTCD). 6. Sheeting for the VP's shallbe retroreflective Type A or m sm a Type B conforming to Departmental Material Specification E to aw.W,s, DMS-8300, unless noted otherwise. (Rigid or self-righting) 7. Where the height of reflective material on the vertical panel Is 36 inches or greater, a panel stripe of cco 6 inches shallbe used. PORTARI F VERTICAL PANELS (VPs) 12^ CW6-4 Panels mounted back to back 18" Portable, 36'' Fixed or Driveable Base may be used, or may be mounted on drums. 1. Opposing Traffic Lane Dividers (OTLD) are delineation devices designed to convert a normalone-way roadway section to two-way operation. OTLD's are used on temporary centerlines. The upward and downward arrows on the slgn's face indicate the direction of traffic on either side of the divider. The base is secured to the pavement with an adhesive or rubber weight to minimize movement caused by a vehicle impact or wind gust. 2. The STIFF may be used In combination with 42'' cones or VPs. 3. Spacing between the OTLD shollnot exceed 500 feet. 42'' cones or VPs placed between the OTLD's should not exceed 100 foot spacing. 4. The OTLD shallbe orange with a black non - reflective legend. Sheeting for the OTLD shall be retroreflective Type B or Hype C confirming to Departmental MaterialSpeclfication DMS-8300, unless noted otherwise. The legend shallmeet the requirements of DMS-8300. OPPOSING TRAFFIC LANE DIVIDERS (OTLD) ww of o - 18' Min 36'' 1 1. The chevron shallbe a vertical ininches. rectangle with a minimum size of 12 by 18 inches. 2. Chevrons are intended to give notice of a sharp change of alignment with the direction of travel and provide additional emphasis and guidance for vehicle operators with regard to changes in horizontal alignment of the roadway. 3. Chevrons, when used, shallbe erected on the out- side of a sharp curve or turn, or on the for side of an Intersection. They shall be in line with and at right angles to approaching traffic. Spacing should be such that the motorist always has three in view, until the change in alignment eliminates Its need. Fixed Base w/ Approved Adhesive (Driveable Base, or Flexible Support can be used) 4. To be effective, the chevron should be visible for at least 500 feet. 5. Chevrons shallbe orange with a black nonreflec- tive legend. Sheeting for the chevron shall be retroreflective Type B or thype C conforming to Departmental Material Specification DMS-8300, unless noted otherwise. The legend shall meet the requirements of DMS-8300. 6. For Long Term Stationary use on tapers or transitions on freeways and divided highways, self-righting chevrons may be used to supplement plastic drums but not to replace plastic drums. CHEVRONS LONGITUDINAL CHANNELIZING DEVICES (LCD) LCDs are crashworthy, lightweight, deformable devices that are highly visible, have good target value and can be connected together. They are not designed to contain or redirect a vehicle on impact. 2. LCDs may be used Instead of a line of cones or drums. 3. LCDs shall be placed In accordance to application and installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. LCDs should not be used to provide positive protection for obstacles, pedestrians or workers. 5. LCDs shall be supplemented with retroreflective delineation as required for temporary barriers on BC(7) when placed roughly parallelto the travel lanes. 6. LCDs used as barricades placed perpendicular to traffic should have at least one row of reflective sheeting meeting the requirements for barricade rails as shown on BCHO). Place reflective sheeting near the top of the LCD along the full length of the device. WATER BALLASTED SYSTEMS USED AS BARRIERS 1. Water ballasted systems used as barriers shall not be used solely to channelize road users, but also to protect the work space per the appropriate Manual for Assessing Safety Hardware (MASH) crashworthiness requirements based on roadway speed and barrier application. 2. Water ballasted systems used to channelize vehicular traffic shallbe supplemented with retroreflective delineation or channelizing devices to improve daytime/nighttime visibility. They may also be supplemented with pavement markings. 3. Water ballasted systems used as barriers shallbe placed in accordance to application and Installation requirements specific to the device, and used only when shown on the CWZTCD list. 4. Water ballasted systems used as barriers should not be used for a merging taper except In low speed (less than 45 MPH) urban areas. When used on a taper in a low speed urban area, the taper shallbe delineated and the taper length should be designed to optimize road user operations considering the available geometric conditions. 5. When water ballasted systems used as barriers have blunt ends exposed to traffic, they should be attenuated as per manufacturer recommendations or flared to a point outside the clear zone. If used to channelize pedestrians, longitudinal channelizing devices or water ballasted systems must have a continuous detectable bottom for users of Tong canes and the top of the unit shall not be Tess than 32 inches in height. HOLLOW OR WATER BALLASTED SYSTEMS USED AS LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS GENERAL NOTES 1. Work Zone channelizing devices illustrated on this sheet may be installed in close proximity to traffic and are suitable for use on high or low speed roadways. The Engineer/Inspector shallensure that spacing and placement is uniform and in accordance with the ''Texas Manualon Uniform Traffic Control Devices'' (TMUTCD). 2. Channellzing devices shown on this sheet may have a driveable, fixed or portable base. The requirement for self-righting channelizing devices must be specified in the General Notes or other plan sheets. 3. Channellzing devices on self-righting supports should be used In work zone areas where channelizing devices are frequently impacted by errant vehicles or vehicle related wind gusts making alignment of the channelizing devices difficult to maintain. Locations of these devices shall be detailed else- where in the plans. These devices shall conform to the TMUTCD and the ''Compliant Work Zone Traffic ControlDevlces List'' (CWZTCD). 4. The Contractor shall maintain devices in a clean condition and replace damaged, nonreflective, faded, or broken devices and bases as required by the Engineer/Inspector. The Contractor shallbe required to maintain proper device spacing and alignment. 5. Portable bases shall be fabricated from virgin and/or recycled rubber. The portable bases shollweigh a minimum of 30 lbs. 5. Pavement surfaces shallbe prepared in a manner that ensures proper bonding between the adhesives, the fixed mount bases and the pavement surface. Adhesives shallbe prepared and applied according to the manufacturer's recommendations. 7. The installation and removal of channelizing devices shall not cause detrimental effects to the final pavement surfaces, including pavement surface discoloration or surface Integrity. Driveable bases shall not be permitted on finalpavement surfaces. The Engineer/Inspector shallapprove all application and removal procedures of fixed bases. Posted Speed Formula Minimum Desirable Toper Lengths Suggested Maximum Spacing of Channelizing Devices To' Offset 11' Offset 12' Offset On a Taper On a Tangent 30 2 L- WS 60 150' 165' 180' 30' 60' 35 205' 225' 245' 35' 70' 40 265' 295' 320' 40' 80' 45 L-WS 1 450' 495' 540' 45' 90' 50 500' 550' 600' 50' Too' 55 550 605' 560' 55' 110' 60 600' 660' 720' 60' 120' 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 1 800' 1 880' 1 960' 1 80' 1 160' Taper lengths have been rounded off. L-Length of Taper (FT.) W=Width of Offset (FT.) S-Posted Speed (MPH) SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS SHEET 9 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9) -21 FILE: bc-21.dgn Dip: TxDOT cv: TxDOT ow: TxDOT cv: TxD( ©TxDOT November 2002 CON7 SECT JOB HIGHWAY REVISIONS 9-07 8-14 ois7 couNTv sHEE7 No. 7-13 5-21 oaT a1 TYPE 3 BARRICADES 1. Refer to the Compliant Work Zone Traffic Control Devices List (CWZTCD) for details of the Type 3 Barricades and a list of all materials used in the construction of Type 3 Barricades. 2. Type 3 Barricades shallbe used at each end of construction projects closed to all traffic. J. Barricades extending across a roadway should have stripes that slope downward in the direction toward which traffic must turn in detouring. When both right and left turns are provided, the chevron striping may slope downward in both directions from the center of the barricade. Where no turns are provided at a closed road, striping should slope downward in both directions toward the center of roadway. 4. Striping of rails, for the right side of the roadway, should slope downward to the left. For the left side of the roadway, striping should slope downward to the right. 5. Identification markings may be shown only on the back of the barricade rails. The maximum height of letters and/or company logos used for identification shallbe 1'' 6. Barricades shallnot be placed parallelto traffic unless on adequate clear zone is provided. 7. Warning lights shall NOT be installed on barricades. 8. Where barricades require the use of weights to keep from turning over, the use of sandbags with dry, coheslonless sand is recommended. The sandbags willbe tied shut to keep the sand from spilling and to maintain a constant weight. Sand bags shallnot be stacked in a manner that covers any portion of a barricade rails reflective sheeting. Rock, concrete, iron, steel or other solid objects will NOT be permitted. Sandbags should weigh a minimum of 35 Ids and a maximum of 50 Ibs. Sandbags shall be made of a durable material that tears upon vehicular impact. Rubber (such as tire inner tubes) shall not be used for sandbags. Sandbags shall only be placed along or upon the base supports of the device and shallnot be suspended above ground level or hung with rope, wire, chains or other fasteners. 9.Sheeting for barricades shallbe retroreflective Type A or Type B conforming to Departmental Material Specification DMS-8300 unless otherwise noted. Barricades shall NOT be used as a sign support. Minimum 8" Widthof nominal Reflective 450 / Sheeting 6 g^ ?/ 7 inches. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 4' min., 8' max. ro o m Stiffener Flat rail Stiffener may be Inside or outside of support, but no more than 2 stiffeners shallbe allowed on one barricade. Each roadway of a divided highway shallbe N.eME barricaded In the some manner. R0,g0 ADORess R11-2 CL_OSED 57A7E G20-6T coNTRac7oR M4-10L 'nF x i / 30 feet PERSPECTIVE VIEW Detour \ Roadway The three rails on Type 3 barricades shallbe reflectorized orange and 10' reflective white stripes on one side facing one-way traffic and both sides for two-way traffic. Barricade striping should slant downward in the direction of detour. 1. Signs should be mounted on independent supports at a 7 foot 8' max. length Type 3 Barricades mounting height in center of roadway. The signs should be a minimum of 10 feet behind Type 3 Barricades. 2. Advance signing shallbe as specified elsewhere in the plans. PLAN VIEW TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION 3''-4'' CONES 4min. orange 2 min. T4" min. white 3''-4" 2 min. ;6" min. 4" min. orange 2" min. 2 min. '�, 4'' min. 4min. white 42" 28 min. an ln. o Typical Plastic Drum PERSPECTIVE VIEW These drums are not required on one-way roadway 1. Where positive redirectional capability is provided, drums may be omitted. 2. Plastic construction fencing may be used with drums for safety as required in the plans. 3. Vertical Panels on flexible support may be substituted for drums when the shoulder width Is less than 4 feet. 4. When the shoulder width is greater than 12 feet, steady -burn lights may be omitted if drums are used. 5. Drums must extend the length of the culvert widening. LEGEND Plastic drum Plastic drum with steady burn light or yellow warning reflector S B Steady burn warning light or yellow warning reflector E Increase number of plastic drums on the E side of approaching traffic If the crown Ewidth makes it necessary. (minimum of 2 Q - and maximum of 4 drums) PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS 3"-4�� t2'' max. 3" min. 6�� min. 2" nn 6" 2min. min. 3" min. 28" 28'' min. min. TYPICAL PANEL DETAIL I Two -Piece cones One -Piece cones Tubular Marker FOR SKID OR POST TYPE BARRICADES Alternate Approx. 50 Min.2 drums or 1 Type 3 barric\ade T y On one-way roads downstream drums or barricade may be omitted here Drums, vertical panels or 42'' cones at 50' maximum spacing Alternate T Approx. 50' Min.2 drums or 1 Type 3 STOCKPILE barricade ❑ ❑ ❑ ❑ ❑ Desirable stockpile location is outside Channellzing devices parallelto traffic clear zone. should be used when stockpile is within 30' from travel lane. `P TRAFFIC CONTROL FOR MATERIAL STOCKPILES 28" Cones shall have a minimum weight of 9 112 Ibs. 42" 2-piece cones shallhave a minimum weight of 30 Ibs. including base. 1. Traffic cones and tubular markers shall be predominantly orange, and meet the height and weight requirements shown above. 2. One-piece cones have the body and base of the cone molded in one consolidated unit. Two-piece cones have a cone shaped body and a separate rubber base, or ballast, that Is added to keep the device upright and In place. 3. Two-piece cones may have a handle or loop extending up to 8° above the minimum height shown, In order to aid In retrieving the device. 4. Cones or tubular markers shallhave white or white and orange reflective bands as shown above. The reflective bands shall have a smooth, sealed outer surface and meet the requirements of Departmental Material Specification DMS-8300 Type A or Type B. 5. 28'' cones and tubular markers are generally suitable for short duration and short-term stationary work as defined on BC(4). These should not be used for intermediate -term or long-term stationary work unless personnelis on -site to maintain them in their proper upright position. 6. 42'' two-piece cones, verticalpanels or drums are suitable for allwork zone durations. 7. Cones or tubular markers used on each project should be of the some size and shape. SHEET 10 OF 12 Traffic Safety ,Texas Department of Transportation Division d BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(10)-21 FILE: bc-21.dgn DN: TxDOT on: TXDOT Dw: TXDaT on: TXD( ©TXDOT November 2002 CON7 SECT JOB HIGHWAY 9-07 7-13 REVISIONS 8-14 5-21 DIS7 COUNTY svEE7 No. DCB Q1 WORK ZONE PAVEMENT MARKINGS GENERAL REMOVAL OF PAVEMENT MARKINGS 1. The Contractor shallbe responsible for maintaining work zone and 1. Pavement markings that are no longer applicable, could create confusion existing pavement markings, in accordance with the standard or direct a motorist toward or into the closed portion of the roadway specifications and special provisions, on all roadways open to traffic shallbe removed or obliterated before the roadway is opened to traffic. within the CST limits unless otherwise stated in the plans. 2. The above shall not apply to detours In place for less than three 2. Color, patterns and dimensions shall be in conformance with the days, where flaggers and/or sufficient channelizing devices are used ''Texas Manual on Uniform Traffic Control Devices'' (TM J1l in lieu of markings to outline the detour route. 3.Additional supplemental pavement marking details may be found in the plans or specifications. 4. Pavement markings shallbe Installed in accordance with the TMUTCD and as shown on the plans. 5. When short term markings are required on the plans, short term markings shallconform with the TMUTCD, the plans and details as shown on the Standard Plan Sheet WZ(S1l 6. When standard pavement markings are not in place and the roadway is opened to traffic, DO NOT PASS signs shallbe erected to mark the beginning of the sections where passing is prohibited and PASS WITH CARE signs at the beginning of sections where passing is permitted. 7. All work zone pavement markings shallbe Installed in accordance with Item 662,''Work Zone Pavement Markings.'' RAISED PAVEMENT MARKERS 1. Raised pavement markers are to be placed according to the patterns on BCO2). 2. All raised pavement markers used for work zone markings shall meet the requirements of Item 672,''RAISED PAVEMENT MARKERS'' and Departmental Material Specification DMS-4200 or DMS-4300. PREFABRICATED PAVEMENT MARKINGS 1. Removable prefabricated pavement markings shallmeet the requirements of DMS-8241. 2. Non -removable prefabricated pavement markings (foilback)shallmeet the requirements of DMS-8240. MAINTAINING WORK ZONE PAVEMENT MARKINGS 1. The Contractor willbe responsible for maintaining work zone pavement markings within the work limits. 2. Work zone pavement markings shallbe Inspected in accordance with the frequency and reporting requirements of work zone traffic control device inspections as required by Form 599. 3. The markings should provide a visible reference for a minimum distance of 300 feet during normaldaylight hours and 160 feet when illuminated by automobile low -beam headlights at night, unless sight distance is restricted by roadway geometrics. 4. Markings failing to meet this criteria within the first 30 days after placement shallbe replaced at the expense of the Contractor as per Specification Item 662. 3. Pavement markings shallbe removed to the fullest extent possible, so as not to leave a discernable marking. This shallbe by any method approved by TxDOT Specification Item 677 for''Eliminating Existing Pavement Markings and Markers'' 4. The removal of pavement markings may require resurfacing or seal coating portions of the roadway as described In Item 577. 5. Subject to the approvalof the Engineer, any method that proves to be successfulon a particular type pavement may be used. 6. Blast cleaning may be used but willnot be required unless specifically shown In the plans. 7.Over-painting of the markings SHALL NOT BE permitted. 8.Removal of raised pavement markers shallbe as directed by the Engineer. 9. Removalof existing pavement markings and markers willbe paid for directly in accordance with Item 677,''ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS," unless otherwise stated In the plans. IO.Black-out marking tape may be used to cover conflicting existing markings for periods less than two weeks when approved by the Engineer. Temporary Flexible -Reflective Roadway Marker Tabs TOP VIEW FRONT VIEW SIDE VIEW --------- 2' 4''+ %4'' T Adhesive pad Height of sheeting Is usually more than 1/4'' and less than 1" STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 1. Temporary flexible -reflective roadway marker tabs used as guidemarks shall meet the requirements of DMS-8242. 2. Tabs detailed on this sheet are to be Inspected and accepted by the Engineer or designated representative. Sampling and testing is not normally required, however at the option of the Engineer, either ''A'' or ''B'' below may be imposed to assure quality before placement on the roadway. A. Select five (5) or more tabs at random from each lot or shipment and submit to the Construction Division, Materials and Pavement Section to determine specification compliance. B. Select five (5) tabs and perform the following test. Affix five (5) tabs at 24 inch intervals on an asphaltic pavement in a straight line. Using a medium size passenger vehicle or pickup, run over the markers with the front and rear tires at a speed of 35 to 40 miles per hour, four (4) times in each direction. No more than one (1) out of the five (5) reflective surfaces shall be lost or displaced as a result of this test. 3.Smalldesign variances may be noted between tab manufacturers. 4. See Standard Sheet WZ(STPM) for tab placement on new pavements. See Standard Sheet TCP(7-1lfor tab placement on sealcoat work. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1. Raised pavement markers used as guidemarks shallbe from the approved product list, and meet the requirements of DMS-4200. 2. All temporary construction raised pavement markers provided on a project shallbe of the some manufacturer. 3. Adhesive for guidemarks shall be bituminous material hot applied or butyl rubber pad for all surfaces, or thermoplastic for concrete surfaces. Guidemorks shall be designated as: YELLOW - (two amber reflective surfaces with yellow body). WHITE - (one silver reflective surface with white body). DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS (REFLECTORIZED) DMS-4200 TRAFFIC BUTTONS DMS-4300 EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-6130 PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 TEMPORARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS DMS-8241 TEMPORARY FLEXIBLE, REFLECTIVE ROADWAY MARKER TABS DMS-8242 A list of prequalifled reflective raised pavement markers, non -reflective traffic buttons, roadway marker tabs and other pavement markings can be found at the Material Producer List web address shown on BC(1). SHEET 11 OF 12 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-21 FILE: bc-21.dgn DN: TxDOT CH: TxDOT ow: TxDOT CH: TxD( ©TXDOT February 1998 CON7 SECT JOB HIGHWAY REVISIONS 2-98 9-07 5-21 1-D2 7-13 DIST COUNTY svEET No. 11-n'J R-id 049 a STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS 60'' LF 3" Type II -A -A Type Y buttons RAISED �/ ❑ O O O ❑ O O O�❑ O O�O ❑ O DOUBLE PAVEMENT 4 to 12" �VV 10 to 12'' 10 to 12'' Type II -A -A MARKERS ❑ O O O ❑ O O O ❑ O O O ❑ O �❑ NO —PASSING 4" \� C Yellow Y� N Yellow o o❑ o 0 0 ❑o❑o❑ ❑o❑c❑ o❑o❑ ❑ 0 0 0 ❑ o /R oO❑ 0 0 0 ❑ 0 00 ❑ o❑ o 0 0 / / 0 0 0 ❑ o 0 0 0 ❑ o REFLECTORIZEo � �( PAVEMENT 4 to 12" LINE MARKINGS (/ Type II -A -A J� Type Y buttons Yellow REFLECTORIZED PAVEMENT MARKINGS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A Type I-C I -A or II -A -A Type W or Y buttons EDGE LINE SOLID RAISED PAVEMENT ❑ O O O ❑ O O O ❑ O O O ❑ O O I -A -A <� LINES OR SINGLE MARKERS �D �7 + W O O�Type 0❑ O O❑ O�o 00 0 0 00 0 0 00 0 0 00 O O O O O❑ 0 0 ❑ ❑O❑O ODOR ❑O O❑ NO -PASSING LINE REFLECTORIZED W PAVEMENT W MARKINcs T 7 Yellow Type Y T 4> 4" White or Yellow 4 to 8" buttons 6 to 8" Type II -A -A Type I-C Type W buttons REFLECTORIZED PAVEMENT MARKINGS -PATTERN B RAISED PAVEMENT MARKERS - PATTERN B WIDE RAISED �� Pattern A is the TXDOT Standard, however Pattern B may be used If approved by the Engineer. PAVEMENT 1-2" ❑�O O ❑ O O O ❑ O�O O El O O O O ❑ O O O ❑ O O O ❑ O Prefabricated markings may be substituted for reflectorized pavement markings. LINE MARKERS �❑ 8' F CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS (FOR LEFT TURN CHANNELIZING LINE OR CHANNELIZING LINE USED TO REFLECTORIZED ENT PAVEMMARKINGS DISCOURAGE LANE CHANGING.) White Type I-C 1 501''4- 5'' Type I-C or II -A -A 1 5 0' 1T-3�� 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 ❑ 0 0 0❑ 0 0 0❑ 0 0 6❑ 0 0 00 CENTER RAISED PAVEMENT ❑O❑O❑ ❑ ❑ ❑ ❑O❑O❑ White Type W buttons � Type I-C or II-C-R MARKERS LINE I � I I I 1�10' 30 Type W Or K ❑000❑ ❑000❑ ❑ ❑o ❑0❑0❑ ❑o❑o❑ Y buttons Yellow Type I -A Type Y buttons a OR � � 00 0 0 00 0 0 0 0 0 0❑ 0 0 0❑ 0 0 00 0 0 00 0 0 00 0 0 00 0 0 0❑ 0 0 00 49 + 1 LANE REFLECTORIZED PAVEMENT ® El® El , o❑ o 0 0❑ o 0 0 0 0 0 ❑ o 0 0❑ o 0 0❑ o 0 0❑ o o p❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ LINE MARKINGS � 10' �� 30' � White or Yellow Yellowy 4> Type I -A Type Y buttons _ BROKEN BROKEN Type I-C or II -A -A White � ❑o❑o❑ ❑000❑ �o� ❑000❑ Type W buttons Type I-C or I-C-R ❑000❑ LINES (when required) 0❑ 0 0 0❑ 0 0 00 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 ❑ 0 0 0 0 0 0❑ 0 0 0❑ 0 0 0❑ RAISED ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ p El 1-2 REFLECTORIZED PAVEMENT MARKINGS REFL PAVEMENT El El El El El El El ElElPrefabricated RAISED PAVEMENT MARKERS T e-C YP AUXILIARY MARKERS markings may be substituted for reflectorized pavement markings. L 3' L g' Type I-C or I I-C-R OR � EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP F8" REFPAVEMENTED LINE _ MARKINGS _ 3' g' _I�� Type W buttons Type I-C ❑o❑o❑ ❑o❑o❑ �o❑o❑ ❑o❑oE� ❑o❑o❑ ❑o❑❑� REMOVABLE MARKINGS 5' 6" White w Type II -A -A Type Y buttons oo❑ o 0 o rb o o❑ o 0 0❑ o 0 0❑ 0 0 0❑ 0 0 0Or ❑ 0 0 0❑ 0 0 0❑ 0 0 0❑ 0 0 WITH RAISED ® ® 00 ❑ 0 0 0 o o o ❑ o 0 0 ❑ o 0 0 ❑ o 0 0 ❑ o o❑ 0 0 0 ❑ 0 0 00 0 0 0 ❑ 4> 0 0 0 ❑ PAVEMENT MARKERS I 1� 10' �� 30' Yellow If raised pavement markers are used White 00000 00000 Y000 00000 00000 Type W buttons Type I-C 00000 to supplement REMOVABLE markings, the be to the Raised Pavement Markers markers shall applied top of the tape at the approximate mid length of tape used for broken _ REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS Prefabricated markings may be substituted for reflectorized g y pavement markings. Imes or at 20 foot spacing for solid lines. This allows an easier 20' + 1' LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS removal of raised pavement markers and tape. Centerline only not to be used on edge Imes SHEET 12 OF 12 C� White a Yellow White REFLECTORIZED PAVEMENT MARKINGS Prefabricated markings may be substituted for reflectorized pavement markings. Type W buttons Type I-C <z 00000 00000 X 00❑ (RXo❑ ❑0❑0❑ ❑0❑0❑ C� 0 0❑ o 0 0❑ ❑oo❑o00❑o00❑o00❑o00❑o00❑o00❑o00❑o❑000❑ ❑000❑❑000❑ �Toyope, Y buttons Type II -A -A ❑0❑0❑ O❑O❑❑0❑ ❑ ❑0❑0❑ ❑0❑0❑ ❑0❑0❑ O O❑ 0 0 0❑0 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 0 0 00 E�)> ❑000❑ ❑000❑ o,000 00000 ❑o❑O� ❑o❑O❑ Type W buttons Type-C TWO-WAY LEFT TURN LANE RAISED PAVEMENT MARKERS Raised pavement markers used as standard pavement markings shall be from the approved products list and meet the requirements of Item 672 "RAISED PAVEMENT MARKERS." ,9 Traffic Safety ,Texas Department of Transportation 5 anda d BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-21 FILE: bc-21.dgn PIP: TKDOT cn: TKDOT ow: mDOT I CK: mDOT ©TxDOT February 1998 CONT SECT JOB HIGHWAY REVISIONS 1-97 9-07 5-21 2-98 7YJ DIST CouNTr SHEET No. 11-02 8-14 050 a1 Yu of o I� REQUIREMENTS FOR RED BACKGROUND REGULATORY SIGNS (STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) STOPYIELD DO NOT WRONG ENTER WAY REQUIREMENTS FOR FOUR SPECIFIC SIGNS ONLY SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND RED TYPE B OR C SHEETING BACKGROUND WHITE TYPE B OR C SHEETING LEGEND & BORDERS WHITE TYPE B OR C SHEETING LEGEND RED TYPE B OR C SHEETING REQUIREMENTS FOR WARNING SIGNS REQUIREMENTS FOR WHITE BACKGROUND REGULATORY SIGNS (EXCLUDING STOP, YIELD, DO NOT ENTER AND WRONG WAY SIGNS) SPEED LIMIT 15511 TYPICAL EXAMPLES SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING BACKGROUND ALL OTHERS TYPE B OR C SHEETING LEGEND,BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND,BORDERS AND SYMBOLS ALL OTHER TYPE B OR C SHEETING REQUIREMENTS FOR SCHOOL SIGNS GENERAL NOTES 1. Signs to be furnished shall be as detailed elsewhere in the plans and/or as shown on sign tabulation sheet. Standard sign designs and arrow dimensions can be found in the "Standard Highway Sign Designs for Texas'' (SHSD). 2.Sign legend shall use the Federal Highway Administration (FHWA) Standard Highway Alphabets (B, C, D, E, Emod or F). 3. Lateral spacing between letters and numerals shall conform with the SHSD, and any approved changes thereto. Lateral spacing of legend shall provide a balanced appearance when spacing Is not shown. 4. Black legend and borders shall be applied by screening process or cut-out acrylic non -reflective black film to background sheeting, or combination thereof. 5. White legend and borders shall be applied by screening process with transparent colored ink, transparent colored overlay film to white background sheeting or cut-out white sheeting to colored background sheeting, or combination the, 5. Colored legend shall be applied by screening process with transparent colored ink, transparent colored overlay film or colored sheeting to background sheeting, or combination thereof. 7.Sign substrate shall be any material that meets the Departmental Material Specification requirements of DMS-7110 or approved alternative. 8. Mounting detalls for roadside mounted signs are shown In the "SMD series" Standard Plan Sheets. ALUMINUM SIGN BLANKS THICKNESS Square Feet Minimum Thickness Less than 7.5 0.080 7.5 to 15 0.100 Greater than 15 0.125 DEPARTMENTAL MATERIAL SPECIFICATIONS SCHOOL ALUMINUM SIGN BLANKS DMS-7110 �\\ It SPEED SIGN FACE MATERIALS DMS-8300 LIMIT < ee > 20 WHEN Ek] The Standard Highway Sign Designs for Texas (SHSD) FLASHING can be found at the following webslte. http://www.txdot.gov/ TYPICAL EXAMPLES SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND FLOURESCENT YELLOW TYPE B OR C SHEETING L FL LEGEND & BORDERS BLACK ACRYLIC NON -REFLECTIVE FILM LEGEND & SYMBOLS ALL OTHER TYPE B OR C SHEETING TYPICAL EXAMPLES SHEETING REQUIREMENTS USAGE COLOR SIGN FACE MATERIAL BACKGROUND WHITE TYPE A SHEETING BACKGROUND FLOURESCENT TYPE BFLOR GEL SHEETING YELLOW GREEN LEGEND,BORDERS AND SYMBOLS BLACK ACRYLIC NON -REFLECTIVE FILM SYMBOLS RED TYPE B OR C SHEETING Traffic Operations ,Texas Department of Transportation 5 anda d TYPICAL SIGN REQUIREMENTS TSRM-13 FILE: tsr4-13.dgn DN: TxDOT cu: TxDEH ow: TxDOT cu: TxD( ©TXDOT October 2003 CON7 SECT JOB HIGHWAY REVISIONS 03 7-13 9-08 DIST couNTv svEET No. 051 a1 448'' CW20-IDD 0 ur 48'' X (Flags - See note 1) 0 0 m o w 0 o ♦ 0X � M ♦ x Shadow Vehicle with TMA and • high intensity rotating, flashing, ®(/� oscillating or -tom ri strobe lights. (See notes 5 & 6) END ROAD WORKii w G20-2 -5 a 48'' X 24'' 0 o m TCP (2-4a) ONE LANE CLOSED END ROAD WORK G20-2 48'' X 24'' x LANE X CLOSED CW20-5TR 48'' X 48'' XXX FT CW16-3aP 30'' X 12'' x (See note 4) ROAD WORK AHEAD CW20-1D 48" X 48'' (F lags - See note 1) CW20-ID 48'' X 48'' (Flags - See note 1) CW20-5TL' 48'' X 48'' CW16-3aP — 30'' X 12'' (See note 4) CW1-6aT ` 36'' X 36'' Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe Ilghts.(See notes 5 & 6) TCP (2-4b) TWO LANES CLOSED CW1-4R 48'' X 48 LEGEND Type 3 Barricade ® ® Channelizing Devices Heavy Work Vehicle FirliIIJ Truck Mounted Attenuator (TMA) Trailer Mounted Flashing Arrow Board Ilk,Message Portable Changeable Sign (PCMS) i Sign <�3 Traffic Flow Flag 0-0 1 Flogger Minimum Suggested Maximum Minimum Formula Desirable Taper Lengths Cha �neligZ ing �19 d Longlgtgudlnal S ePosteedd p Devices S in p g X Buffer Space 10' 11' 12' On a On a Distance B�� Offset Offset Offset Taper Tangent 30 2 L- WS 60 150' 165' 180' 30' 60' 12 0' 90' 35 205' 225' 245' 35' 70' 160' 120' 40 265' 295' 320' 40' 80' 240' 155' 45 L-WS 450' 495' 540' 45' 90' 320' 195' 50 500 550' 600' 50' 100' 400' 240' 55 550' 605' 660' 55' 110' 500' 295' 60 600' 660' 720' 60' 120' 600' 350' 65 650' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 1 825' 90W 75 1 50' 900' 540' ER Conventional Roads Only Taper lengths have been rounded off. L-Length of Taper(FT) W=Width of Offset(FT) S-Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY CW13-1P GENERAL NOTES 24'' X 24" CW1-6aT 36'' X 36 1.Flcgs attached to signs where shown, are REQUIRED. 2. All traffic control devices Illustrated are REQUIRED, except those denoted with the triangle symbolmay be omitted when stated elsewhere in the plans, or for routine maintenance work, when approved by the Engineer. 3. The downstream taper is optional. When used, it should be 100 feet minimum length per lane. 4. For short term applications, when post mounted signs are not used, the distance legend may be shown on the sign face rather than on a CW16-3aP supplemental plaque. 5. A Shadow Vehicle with a TMA should be used anytime it can be positioned 30 to 100 feet in advance of the area of crew exposure without adversely affecting the performance or quality of the work. If workers are no longer present but road or work conditions require the traffic controlto remain in place, Type 3 Barricades or other channelizing devices may be substituted for the Shadow Vehicle and TMA. 6. Additional Shadow Vehicles with TMAe may be positioned In each closed lane, on the shoulder or off the paved surface, next to those shown in order to protect a wider work space. TCP (2-4a) 7. If this TCP Is used for a left lane closure, CW20-5TL ''LEFT LANE CLOSED'signs CW1-4L shallbe used and channelizing devices shallbe placed on the centerline to 48 X 48 protect the work space from opposing traffic with the arrow board placed In the closed lane near the end of the merging taper. CW13-1P TCP (2-4b) 24'' X 24° CW20-5TR 48 ' X 48' CW16-3aP 30'' X 12'' (See note 4) CW20-ID 48'' X 48'' (Flags - See note 1) 8. For shorter durations where traffic is directed over a yellow centerline, channelizing devices which separate two-way traffic should be spaced on tapers at 20' or 15' If posted speeds are 35 mph or slower, and for tangent sections, at 1/20 where S is the speed in mph. This tighter devices spacing is Intended for the area of conflicting markings, not the entire work zone. ,9 Traffic Operations ,Tin exas Department of Transportation StaDivndard TRAFFIC CONTROL PLAN LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP(2-4)-18 FILE: tcp2-4-18.dgn DN: CK: Dw: ON: © TxDOT December 1985 CONT SECT JOB BlcewAY R 8-95 3-03EVISIONS 1-97 2-12 4-98 2-18 DIST COUNTY SHEET NO. 052 IR4 Q C O ROAD WORK cw2o-HD AHEAD 48'' X 48" o 0 (Flags- m of See note 1) Shadow Vehicle with TMA and high intensity rotating, flashing, oscillating or strobe lights. (See notes 3 & 4) Pavement Markings LEND AD WORK C20-2 48'' X 24'' END ROAD WORK G20-2 48" X 24" of o ® 0 0 of Vyae^ m T, a Q o z cn M � 0 3 SO F ® rn x x S x o V V 4� 1 0 m � TCP (2-5a) ONE LANE CLOSED LANE LOSED CW20-5TR 48" X 48'' XXX FT CWf6-3aP 30'' X 12" ROAD WORK HEAD 20-1D C8" X 48" (Flags - See note 1) CW20-ID 48'' X 48'' (Flags - See note 1) CW20-5TL' 48'' X 48'' CW16-3aP 30'' X 12'' CW1-6aT 36'' X 36'' CW1-4R 48'' X 48' CW13-UP IMPH 24'' X 24'' Shadow Vehicle with TMA and high Intensity rotating, flashing, oscillating or strobe lighis.(See notes 3 & 4) TCP (2-5b) TWO LANES CLOSED CW1-6aT 36'' X 36' CW1-4L 48'' X 48' CW13-1P 24' X 24' CW20-5TR 48'' X 48' CW16-3aP 30'' X 12'' CW20-ID 48'' X 48'' (Flags - See note 1) LEGEND Type 3 Barricade ®® Channelizing Devices OTruck Heavy Work Vehicle Mounted Attenuator (TMA) Trailer Mounted Flashing Arrow Board Portable Changeable Message Sign (PCMS) i Sign <�3 Traffic Flow Flag 0-0 Flogger Minimum Suggested Maximum Minimum Posted Formula Desirable Taper Lengths Channneliizing Sign Sign g L ngitudlnold Speed Devices sp''X,�g Buffer Space to' 11' 12' On a On a Distance B" Offset Offset Offset Taper Tangent 30 2 L- WS 60 150' 165' 180' 30' 60' 12 0' 90' 35 205' 225' 245' 35' 70' 160' 120' 40 265' 295' 320' 40' 80' 1 240' 155' 45 L-WS 450' 495' 540' 45' 90' 320' 195' 50 500' 550' 600' 50' Too' 400' 240' 55 550 605' 660' 55' 110' 500' 295' 60 600' 660' 720' 60' 12 0' 600' 350' 65 550' 715' 780' 65' 130' 700' 410' 70 700' 770' 840' 70' 140' 800' 475' 75 750' 825' 900' 75' 150' 900' 540' VR� Convent ionoIRoads Only Taper lengths have been rounded off. L=Length of Taper(FT) W=Width of Offsei(FT) S-Posted Speed(MPH) TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY GENERAL NOTES 1. Flags attached to signs where shown, are REQUIRED. 2.All traffic control devices Illustrated are REQUIRED, except those denoted with the triangle symbol may be omitted when stated elsewhere In the plans, or for routine maintenance work, when approved by the Engineer. 3. A Shadow Vehicle with a TMA should be used anytime it can be positioned 30 to 100 feet in advance of the area of crew eposure without adversely affecting the performance or quality of the work. If workers are no longer present but road or work conditions require the traffic contralto remain in place, Type 3 Barricades or other channelizing devices may be substfutued for the Shadow Vehicle and TMA. 4. Additional Shadow Vehicles with TMAs may be positioned in each closed Zane, on the shoulder or off the paved surface, next to those shown in order to protect a wider work space. 5. The downstream taper is optional. When used, it should be 100 feet approximately per lane, with channellzing devices spaced at 20 feet. TCP (2-5o) 6. If this TCP is used for a left Zane closure, CW20-5TL "LEFT LANE CLOSED" signs shallbe used and channellzing devices shallbe placed on the centerline to protect the work space from opposing traffic, with the arrow board placed In the closed lane near the end of the merging taper. TCP (2-5b) 7. Conflict ing pavement markings shall be removed for long-term projects. Traffic Operations ,Texas Department of Transportation 5 anda d TRAFFIC CONTROL PLAN LONG TERM LANE CLOSURES ULTILANE CONVENTIONAL RDS. TCP(2-5)-18 FILE: tcp2-5-18.dgn ON: Sin: Dw: ICE: © TxDOT December 1985 CONT SECT JOB BICBwAv REVISIONS 8-95 2-12 1-97 3-03 DIST COUNTY SHEET NO. 4-98 2-18 053 165 a1 FLY of o c� NO PASSI SON SHORT PAVEME MARK IN( (TABS) NOTE Signing s direction 18" Standard pavement markings to be placed within 14 calendar days after temporary flexible -reflective roadway marker tabs 40',V ----- -- 0' 30' Temporary flexible -reflective Previous roadway marker tabs placed to existing Indicate beginning and end of markings no passing zones Type Y-2 temporary flexible -reflective roadway marker tabs ME - ----I ME -----I TABS ON CENTERLINES OF TWO—LANE TWO—WAY ROADS For seal coat, micro -surface or similar operations ..DO NOT PASS" SIGN (R4-1) and NO -PASSING ZONES AT EVERY A. Prior to the beginning of construction, all currently striped no -passing zones shall be signed with the MILES DO NOT PASS (R4-1) signs and PASS WITH CARE (R4-2) signs placed at the beginning and end of each zone for each direction of trovelexcept os otherwise provided herein. Signs marking these individual no -passing zones need not be covered prior to construction if the signs supplement the existing pavement markings. B. At the discretion of the Engineer, in areas of numerous no -passing zones, several zones may be combined as a single zone. If passing is to be prohibited over one or more lengthy sections, a DO NOT PASS sign and a NEXT XX MILES (R20-1TP) plaque may be used at the beginning of such zones. The DO NOT PASS sign and the NEXT XX MILES plaque should be repeated every mile to the end of the no -passing zone. In areas where there is considerable distance between no -passing zones, the end of the no -passing zone may be signed with a PASS WITH CARE sign and a NEXT XX MILES plaque. C. Depending on traffic volumes and length of sections, it may be desirable to prohibit passing throughout the project to prevent damage to windshield and lights. The DO NOT PASS sign and NEXT XX MILES plaque should be used and repeated as often as necessary for this purpose. Where severalexisting zones are to be combined into one Individual no -passing zone, the sign at the beginning of the zone should be covered until the surfacing operation has passed this location so as not to have the DO NOT PASS sign conflict with the existing pavement markings. Also, unless one days operation completes the entire length of such combined zones, appropriate DO NOT PASS and PASS WITH CARE signs should be placed at the beginning and end of the no -passing zones where the surfacing operation has stopped for the day. D. R4-1 and R4-2 are to remain in place until standard pavement markings are installed. g" "NO CENTER LINE" SIGN (CW8-12) A. Center Tine markings are yellow pavement markings that delineate the separation of travel lanes that have opposite directions of travelon a roadway. Divided highways do not typically have center Tine 5" markings. B. At the time construction activity obliterates the existing center Tine markingsdow volume roads may not have an existing centerline), a NO CENTER LINE (CW8-12) sign should be erected at the beginning 0„ of the work area, at approximately 2 mile intervals within the work area, beyond major Intersections and other locations deemed necessary by the Engineer. C. The NO CENTER LINE signs are to remain in place until standard pavement markings are installed. "LOOSE GRAVEL" SIGN (CW8-7) A. When construction begins, a LOOSE GRAVEL (CW8-7) sign should be erected at each end of the work area and repeated at Intervals of approximately 2 miles in rural areas and closer in urban areas. B. The LOOSE GRAVEL signs are to remain in place until the condition no longer exists. PAVEMENT MARKINGS A. Temporary markings for surfacing projects shall be Temporary Flexible -reflective Roadway Marker Tabs unless otherwise approved by the Engineer. Tabs are to be installed to provide true alignment for striping crews or as directed by the Engineer. Tabs will be placed at the spacing indicated. Tabs should be applied to the pavement no more than two (2) days before the surfacing is applied. After the surfacing is rolled and swept, 6" the cover over the reflective strip shallbe removed. EAT EVERY B. Tabs shall not be used to simulate edge lines. MILES C. Tab placement for overlay/inlay operations shall be as shown on the WZ(STPM)standard sheet. CW20-ID 48" X 48" NO PASSING ZONES ON TWO—LANE TWO—WAY ROADS COORDINATION OF SIGN LOCATIONS A. The location of warning signs at the beginning and end of a work area are to be coordinated with other signing typically shown on the Barricade and Construction Standards for project limits to ensure adequate sign spacing. B. Where possible the ROAD WORK AHEAD (CW20-1D), LOOSE GRAVEL (CW8-7), and NO CENTER LINE (CW8-12) signs should be placed in the sequence shown following the OBEY WARNING SIGNS STATE LAW (R2D-3T) and the TRAFFIC FINES DOUBLE (R20-5T) sign, and one ''X'' sign spacing prior to the CONTRACTOR (G20-6T)sign typically located at or near the limits of surfacing. LOOSE GRAVEL and NO CENTER LINE signs will then be repeated as described above. Posted Speed W Minimum Sign Spacing A11 Distance 30 120' 35 160' 40 240' 45 320' 50 400' 55 500' 60 600' 65 700' 70 800' 75 900' * Convent ionol Roads Only TYPICAL USAGE MOBILE SHORT SHORT TERM INTERMEDIATE LONG TERM DURATION STATIONARY TERM STATIONARY STATIONARY GENERAL NOTES 1. The traffic control devices detailed on this sheet will be furnished and erected as directed by the Engineer on sections of roadway where tabs must be placed prior to the surfacing operation which will cover or obliterate the existing pavement markings. 2. The devices shown on this sheet are to be used to supplement those required by the BC Standards or others required elsewhere in the plans. 3. Signs shallbe erected as detailed on the BC Standards or the Compliant Work Zone Traffic ControlDevlces List (CWZTCD) on supports approved for Long -Term / Intermediate -Term Work Zone Sign Supports. 4. When surfacing operations take place on divided highways, freeways or expressways, the size of diamond shaped construction warning signs shall be 48'' x 48'' 5. Signs on divided highways, freeways and expressways will be placed on both right and left sides of the roadway based on roadway conditions as directed by the Engineer. Traffic Operations ,Texas Department of Transportation 5 anda d TRAFFIC CONTROL DETAILS FOR SURFACING OPERATIONS TCP(7-1)-13 Face: tcp7-1.dgn DN: TxDOT v,: TxDOT No: TxDOT cv: TxD( ©TxDOT March 1991 CON7 SECT JOB HIGHWAY BEvisioNs 4-92 4-98 SS7 COUNTY SHEET No. 1-97 7-13 osa 2 3 4 PJ C 0 B A 1, F ° N 4 iT ' F o9 p20 x aFTF G'G-yL � !T pp � F F 2 � / e-o CFO / • E r 0 50 100 — — — HORIZONTAL 0 1.25 2.5 o m_aw w� a o / % I VERTICAL o I wa �w >o a wo y f a JNwao zoo o�z� zN aN y Ss I w- u p�� �ana rowz O0C % w N,Rzw I 16 A GENERAL NOTES:� wr o", nc ;9c, I r¢ Qo�7z I Qoo 1. REFER TO PROPOSED DRIVEWAY I w'i m0 o a000rt' ww "i':ZOCR I INFORMATION TABLE FOR DETAILS F �CZcr C I OF 14+00 EACH DRIVE (LABELED D1, D2, ETC.) 2. REFER TO INTERSECTION LAYOUT FOR 0 7 0 0 0 0 STFT F� I I CROSS STREET CURB RADIUS. `ros F F9L 2T I /. F �s9 I F2 3. SEE HORIZONTAL ALIGNMENT DATA 10 00 �S I F2�, I SHEET FOR ADDITIONAL ALIGNMENT /$ F s0'9 c-- I R 2'—' I INFORMATION. S�yL O SEE DETAIL A I NEW CONCRETE — 4. ALL PRINTS AND COPIES OF PLAN s %22�F CGT I AND PROFILE SHEETS ARE INTENDED I PAVEMENT LIMITS TO BE IN COLOR. SEE INTERSECTION — _ 0 LAYOUT 29TH DRIVE o 0 0 0 2 T FP I I EXIST CONCRETE I MEDIAN 5. ALL CURB & GUTTER ON 34TH ST AND 29TH FOR DETAIL �� ,� — — — — — — — — — — — — — — — — — — — DRIVE SHALL BE TY-A UNLESS DETAIL A OTHERWISE NOTED IN THE PLANS. z g g g / 6. LIMITS OF SIDEWALK ARE SHOWN j LL > LL w WITHOUT PATTERNS FOR CLARITY. p a a o a S_ �� g o REFER TO SIDEWALK LAYOUT SHEETS � F- O r F O > C + M - "r / FOR DETA,L. �~"wa oar oK ZUO oJZUO Kzm (/ aoc�z� ¢a�z� a$0a LEGEND H�wow H4L,Cw rNwt UH (�6 07 U] mr I I PROPOSED CONCRETE 3250 3250 STA 13+92.3 EL 3248.52 ( /-) 3249 PROP MATCH EXIS _ 3249 EL 247.00 — — _ — — — — — TIE O PROP 34TH ST E L 3,2 7.90 PROP L GUTTER — — — - 3248 - E IST LT GLITTER 3248 0.3�i _ — - - - - SETL k065' -_ --- - -- 'o-z2oz-- - — -- — — — -- 3247 TIE 00 20+SROP 34TH ST V 0/ — — +0.2�� — — — — — — — 5 A 13+92.30 3247 LTZUTTE + .20 — — — — M CH EXIST — — — PROP RT GU TER 3246 STA , +98.43 EXI 3T RT GUTTER 3246 EL 246.59 o MATC EXIST o N TIE O PROP 34TH ST �' �` o � LT GUTTER + N 3245 M r N I> 245 3 SEE INTERSECTION LAYOUT Q Q 29TH DRIVE FOR DETAIL 0 w cn w 3244 3244 3243 3243 3242 3242 3241 �00 �0C �00 -00 -0Ej�0 -0 3241 u [if� N CO CO 6� � 6) c0 O M N I� nv1 cn N 0� 0� c1 n O O O ` N N Ln `7 M c0 Ln (D O 1- o� C�C�K J m II JD'D 'D Co CoS of of m m , cc, co II co co oo 01 c w a a a � rn rn rn rn rn rn rn rn rn rn rn N rn rn rn rn N N N rn rn rn N rn N N N N rn rn rn rn N N N rn rn rn N N rn rn N rn N rn N rn N rn N rn N rn 9+00 10+00 11+00 12+00 13+00 14+00 15+00 16+00 2 1 3 14 Parkhill tH & COOP KYLE W. JACKS N 98310% ' 11 ss F N \\\ NA 05/21/23 HUGO REED AND ASSOCIATES, INC. 1 1 2 1 :1 1 4 Parkhill 71 AN A i i1 a � I i I of �1 O O STA 114+94.06 34TH O STA 115+50.06 34TH STA 10+63.50 (29TH) I STA 10+63.50 (29TH) 63.50 LT (34TH) 63.50 LT (34TH) 33.00 LT (29TH) / I 23.00 RT (29TH) END RADIUS i BEGIN RADIUS STA 114+64.56 '34TH I STA 1STA 10++6350 (29TH) \ 0+63.50 (29TH) 63.50 LT (34TH) W 63.50 LT (34TH) 62.50 LT (29TH) I 52.50 RT (29TH) CENTER OF RADIUS 3247.04 G �' 3246.63 G 56 CENTER OF RADIUS STA 1(-16+10 LT 3247.12 L 3246.71 L INSTALL (2) TY 1 BOXES SEE NOTE 3EA H WITH 4 CONDUIT STA 114+68 +/- � STA 115+79.56 34TH 38 LT ) a I STA 10+34.00 (29TH) INSTALL (2) TY 1 BOXES 34.00 LT (34TH) EACH WITH 4" CONDUIT I 52.50 RT (29TH) / SEE NOTE 3 <1 52' END RADIUS / 3247.08 L 3246.80 I 3246.67 L // / 1-7 STA 114+64.56 34TH ■ ( / X STA 10+34. T (29TH) \,1 34.00 LT (34TH) 3247.D0 F 3246.72 F 3246.59 F / BEG( LTADITH) BEGIN RADIUS 3247.27 G \ \ 3247.1fi G 3247.08 L 3246.80 I 3246.67 L 13246.58 G 3246.52 G / 3246.41 G 3247.35 L \ \ I 3246.60 L 3 / / 246.49 L y STA 114+64.5G 34TH) ¢ \ \ I N / / STA 116+60.00 34TH STA 10+00.00 (29TH)STA 10+00.00 (29TH) 0.00 LT/RT (34TH) I 4" CONDUIT 0.00 (34TH) 62.5DBEGIN CONCRETE PAVEMENT \\ \• 4" CONDUIT i % / EN1D CONCRETE PAVEMENT 114+50 \ \' 115+00 oI 115+50 116+00 116+50 \ f ...... ... -.-3248.28 I 324744 _C)324731 -.7/ --/ --.-.------ ------ ------ ------ - . 3247.491 \•\ \ \ 34TW STREET I / l I / X \ IN 3247.50 L, \ \ / / 3246.59 L, 3247.42 G� \, 3247.35 L I 3247.21 1-1 3247.11 L / 3246.96 L 3246.51 G� INSTALL (2) TY 1 BOXES EACH WITH 4" CONDUIT SEE NOTE 3 4" CONDUIT _. - . - . - . - . - . IT . INSTALL (2) TY 1 BOXES EACH WITH 4" CONDUIT SEE NOTE 3 N 0 10 20 LEGEND FLOW ARROW EXIST SPOT ELEVATION PROP SPOT ELEVATION 3200.00 F PROP FLOW LINE ELEVATION 3200.00 L PROP LIP ELEVATION 3200.00 G PROP GUTTER ELEVATION PROPOSED CONCRETE GENERAL NOTES 1. ALL DIMENSIONS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED. 2. ALL STA/OFFSET LABELS ARE BASED ON THE 34TH ST ALIGNMENT UNLESS OTHERWISE SHOWN. 3. COORDINATE BOX LOCATION, CONDUIT ROUTE, AND ITS TIE IN WITH CITY OF LUBBOCK TRAFFIC. I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- ■� �02 li�l 29TH DRIVE INTERSECTION LAYOUT n0 in 5 .. DI B 1 1 2 1 :1 1 4 1 5 CONSTRUCTION JOINT 117+50 118+00 + 0 .74711 S MEET N 0 10 20 LEGEND FLOW ARROW EXIST SPOT ELEVATION PROP SPOT ELEVATION 3200.00 F PROP FLOW LINE ELEVATION 3200.00 L PROP LIP ELEVATION 3200.00 G PROP GUTTER ELEVATION GENERAL NOTES 1. ALL DIMENSIONS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED. 2. ALL STA/OFFSET LABELS ARE BASED ON THE 34TH ST ALIGNMENT UNLESS OTHERWISE SHOWN. G7Ar IORI VE 1 2 3 4 1 5 Parkhill tH & COOP a j KVLE W.JAKS N 1 k' NA _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubbio ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 057 1 2 3 4 5 D N 0 10 20 C 3248.16 G 3248.06 G ii 3247.76 G LEGEND _ _ L 248.24 L y 3248.14 L 3247.84 L w FLOW ARROW EXIST SPOT ELEVATION CD cy `j? PROP SPOT ELEVATION 3200.00 F PROP FLOW LINE ELEVATION 112+00 112+50 STA 112+g2.62 34TH 113+00 113+50 114+00 T 3200.00 L PROP LIP ELEVATION ao z BEGIN CONCRETE PAVEMENT 3200.00G PROP GUTTER ELEVATION ..............................................-.-. W 3248 994 3248.77 3248.62 3248.60 Z J PROPOSED CONCRETE - - = GENERAL NOTES V 1. ALL DIMENSIONS ARE TO BACK OF CURB 34THSTREET 4 UNLESS OTHERWISE NOTED. F 2. ALL STA/OFFSET LABELS ARE BASED N ON THE 34TH ST ALIGNMENT UNLESS x Lu OTHERWISE SHOWN. F a 3. COORDINATE BOX LOCATION, CONDUIT 3248.31 L, � 3247.90 L ROUTE, AND ITS TIE IN WITH CITY OF - - LUBBOCK TRAFFIC. B 3247.90 G 3247.82 G � �ryb�ti 3`�R�O 3248.17 F 3248.00 F ST� 82.62 34TH STA 113+58.59 "34T a 34.00 RT (34TH) 34.00 RT (34TH) BEGIN RADIUS 32 98' END RADIUS Q- s STA 112+g262 '34TH STA 113+02.12 "34TH STA 113+39.09 34TH STA 113+58.59 34TH i 53.50 RT (34TH) 53.50 RT (34TH) 53.50 RT (34TH) 53.50 RT (34TH) CENTER OF RADIUS END RADIUS BEGIN RADIUS CENTER OF RADIUS z w STA 11 1+02.12 "34TH O STA 113+39.09 34TH i 56.31 RT (34TH) 56.31 RT (34TH) END PROP PAVEMENT v8 \Qs s END PROP PAVEMENT UI \ -� i \8; ��Oj c'! c� �IFrr 1yQ1 ))1 1 12 1 3 1 4 1 5 Parkhill tH & COOP a j KVLE W.JAKS N 11 k' N N _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. 4 Lubbio of TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 II 1 C� I<i 1 Parkhill I I � p N 6 0 20 STA 114+94.96 34T STA 115+50.06 34TH STA 10+63.50 (29TH) I STA 10+63.50 (29TH) 63.50 LT (34TH) 63.S0 LT (34TH) 33.0G LT (29TH) / 23.00 RT (29TH) END RADIUS i BEGIN RADIUS STA 114+64.56 '34TH STA 1 5+79.56 34TH STA 10+634T (29TH) I A.10+63.50 (29TH) \ 63.50 LT (34TH) 4 52.5 T " 4TH) fi2.50 LT (29TH) � � 52.50 ( TH) CENTER OF RADIUS 3247.04 G �' 3246.63 G 56 1 I- CENTE DIUS STA 116+10 3247.12 L 3246.71 L INSTALL (2) TY 1 BOXES /' o �EA H WITH SEE NOTE 34 CONDUIT LEGEND i STA 114+68 +/- STA 115+79.56 34TH) FLOW ARROW 38 LT (+/-) I STA 10+34.00 (29TH) INSTALL (2) TY 1 BOXES 34.00 LT (34TH)�� EACH WITH 4" CONDUIT I 52.50 RT (29TH) / �� EXIST SPOT ELEVATION SEE NOTE 3 52' END RADIUS / PROP SPOT ELEVATION 3247,08 L 3246.80 3246.67 L X / / ❑ 3200.00 F PROP FLOW LINE ELEVATION ST+64.56 / PROP LIP ELEVATION �w A 114 34TH e m STA 10+34.00 (29TH) '- 34.00 LT (34TH) 3247.00 F - 3246.72 F 3246.59 F / w 62.50 LT (29TH) o 3200.00 G PROP GUTTER ELEVATION '-.am BEGIN RADIUS PROPOSED CONCRETE \ \ / GENERAL NOTES 3247.27 G \ \ 3247.1fi G 3247.08 L 3246.80 I 3246.67 L 324ti.58 G 3246.52 G / 1. ALL DIMENSIONS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED. 3247.35 L \ \ I 3246.60 L 2. ALL STA/OFFSET LABELS ARE BASED ON THE 34TH ST ALIGNMENT UNLESS \ \ o I o OTHERWISE SHOWN. 3COORDINATE CD\ \ I N / / 117 ROUTE,,AND ITS TIE IN IT N WITH CITY OF + •\ •\ I 4" CONDUIT CID LUBBOCK TRAFFIC. B 4" CONDUIT N 114+50 \\ z 115+00 0 115+50 ��116+00 116+50 w-.-.-.-.--.-.-.-.-.-.-. .--.`.-.-.-.-.-.-.o.-.-7.-----.- .-.-.-.-.-.----.-.-.-.- .-.-. w 3247.44 3247.31 3247.24 / / Z o V H \ \ 34TH STREET I I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' gum ,r£ ■�ff 29TH DRIVE INTERSECTION LAYOUT ADDITIVE ALTERNATE SHEET 2 OF 4 1 1 1 2 1 3 1 4 Lq1 1 2 3 4 5 p5 26' STA 118+36.66 STA 118+02.79 9`1'� 5LT 66.30 LT END RADIUS END33 RADIUS STA 118+01.66 y9 _ ' STA 118+42.52 0 1 D 20 61.43 LT - _ _ ph-� 57.93 LT CENTER OF RADIUS BEGIN RADIUS STA 118+06.66 STA 118+41.56 1. 43 ITT _ _ BEGIN RADIUS STA 118+06.66 3245.91 STA 118+36.66 48.50 LT 48.50 LT END RADIUS R� BEGIN RADIUS ^p5 ..........STA 1T7+92.16 STA 118+51.18 48.50 LT 48.50 LT CENTER OF RADIUS 1 50 CENTER OF RADIUS STA 117+92.16 34.OD LT BEGIN RADIUS / / END RADIUS 1 � 3245.78 G 3245.49 G C PERMISSIBLE LEGEND CONSTRUCTION 3245.85 L JOINT 3245.57 L FLOW ARROW EXIST SPOT ELEVATION Ln CD w CD `j? PROP SPOT ELEVATION w Q) 3200.00 F PROP FLOW LINE ELEVATION r T 3200.00 L PROP LIP ELEVATION 117+00 117+50 118+00 118+50 11 w N U) 3200.00 G PROP GUTTER ELEVATION aW .-.-.-.-.-.-.-.-.-.................................-.-.-.-.-.-.-.-.-.-. w Z Z PROPOSED CONCRETE � 3246.49 3246.41 3246.29 3246.21 i _ = GENERAL NOTES V V 1. ALL DIMENSIONS ARE TO BACK OF CURB Q34THSTREET a UNLESS OTHERWISE NOTED. 2. ALL STA/OFFSET LABELS ARE BASED ON THE 34TH ST ALIGNMENT UNLESS OTHERWISE SHOWN. 3. COORDINATE BOX LOCATION, CONDUIT ROUTE, AND ITS TIE IN WITH CITY OF LUBBOCK TRAFFIC. 3245.85 L 3245.77 L 3245.65 L 3245.57 L B 777- v !20 o� 1 2 3 4 5 Parkhill tH & COOP p � �� a j KVLE 7. JACKS�N �'q.....98310% ' 11 \\k' N N \ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubbio ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 TTT 29TH DRIVE INTERSECTION LAYOUT ADDITIVE ALTERNATE SHEET 3 OF 4 060 1 2 3 4 5 D N a� 0 10 20 - - UTC 3245.02 G LEGEND = 3245.1 D LJ w eee�. FLOW ARROW x U EXIST SPOT ELEVATION O O `j? PROP SPOT ELEVATION N 3200.00 F PROP FLOW LINE ELEVATION w .. � < +00 119+50 STA 119+64.D6 34TH END CONCRETE PAVEMENT 120+QQ 120+50 121 +00 3200.00 L PROP LIP ELEVATION 21. U) 3200.00 G PROP GUTTER ELEVATION W------ ------ ------ ------ -.-.-.`.-.-.- iz�-.------ ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... � PROPOSED CONCRETE �3245.54 GENERAL NOTES = V ~ 1. ALL DIMENSIONS ARE TO BACK OF CURB 34Tf/STREET UNLESS OTHERWISE NOTED. �$ 2. ALL STA/OFFSET LABELS ARE BASED x O ON THE 34TH ST ALIGNMENT UNLESS x OTHERWISE SHOWN. U a 3. COORDINATE BOX LOCATION, CONDUIT 3245.08 L 3244.57 C ROUTE, AND ITS TIE IN WITH CITY OF - - J LUBBOCK TRAFFIC. B 3245.00 G 3245.02 G 3244.96 LJ 8244.75 L, 3244.56 G 3244.49 G 3244.88 F 3244.67 F STA' .56 34TH � 0 RT RT+ 34.0(3' 4TH) a -- -- BEGIN RADIUS N 5 _ 1b P R `9S STA 120+18.49 34TH 34.00 RT (34TH) END RADIUS STA 119+42.56 34TH STA 119+62.06 34TH i 53.50 RT (34TH) 53.50 RT (34TH) CENTER OF RADIUS END RADIUS STA 119+98.99 34TH STA 12D+18.49 34TH 53.50 RT (34TH 53.50 RT (34TH) z - BEGIN RADIUS CENTER OF RADIUS w STA 119+62.06 34TH 56.52 RT (34TH)<+ STA 119+98.99 34TH 56.52 RT (34TH) END PROP PAVEMENT END PROP PAVEMENT of 1 r�w V 1 2 3 4 5 Parkhill tH & COOP a j KVLE W.JAKS N \\� NA 05/21/23 30 REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 II C� I<i 7M Ism DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D1 D101-A 102+11.42 -35.65 15.99 34.32 75 D102-B 102+26.09 49.2 D103-C D104-D D105-E 102+60.44 49.2 D106-F 102+74.74 -34.77 D 107-G 102+11.62 -50.15 R = 15 D108-H 102+74.94 -49.27 R = 15 D2 D201-A 103+39.18 -34 11.92 31.48 54 D202-B 103+52.94 -43.92 D203-C D204-D D205-E 103+84.42 -43.92 D206-F 103+98.18 74 D207-G 103+39.18 48.5 R = 15 D208-H 103+98.18 48.5 R = 15 D3 D301-A 105+40.31 -34 17.41 30 72 D302-B 105+54.81 48.5 D303-C 105+54.81 -49.41 D304-D 105+84.81 -49.41 D305-E 105+84.81 -48.56 D306-F 105+9g.31 -34 D307-G 105+40.31 48.5 R = 15 D308-H 105+99.31 48.5 R = 15 D4 D401-A 108+66.20 -34 17.6 30 73 D402-B 108+80.70 48.5 D403-C 108+80.70 49.6 D404-D 109+10.70 49.6 D405-E 109+10.70 48.5 D406-F 109+25.20 -34 D407-G 108+66.20 48.5 R = 15 D408-H 109+25.20 48.5 R = 15 D5 D501-A 109+85.42 -34 17.59 40 75 D502-B 109+99.92 48.5 D503-C 109+99.92 -49.59 D504-D 110+30.92 -49.59 D505-E 110+30.92 48.5 D506-F 110+45.42 -34 D507-G 109+85.42 48.5 R = 15 D508-H 110+45.42 48.5 R = 15 D6 D601-A 111+37.97 -34 17.58 30 73 D602-B 111+52.47 48.5 D603-C 111+52.47 -49.58 D604-D 111+82.47 -49.58 D605-E 111+82.47 48.5 D606-F 111+96.97 -34 D607-G 111+37.97 48.5 R = 15 D608-H 111+96.97 48.5 R = 15 D7 SEE DETAIL D701-A 117+92.16 -34 * 32.15 40.52 123 D702-B 118+06.66 48.5 D703-C N/A N/A D704-D N/A N/A D705-E 118+36.66 48.5 D706-F 118+51.16 -34 D707-G 117+92.16 48.5 R = 15 D708-H 118+51.16 -48.5 R = 15 D709-1 118+06.66 -61.43 D710-J 118+02.79 -66.3 D711-K 118+42.52 -57.93 D712-M 118+36.66 -53.01 D713-N 118+01.66 -61.43 R = 5.5 D714-0 118+41.66 -53.01 R= 5.5 D8 D801-A 121+22.95 -34 17.82 30 74 D802-B 121+37.45 48.5 D803-C 121+37.45 -49.82 D804-D 121+67.45 -49.82 D805-E 121+67.45 48.5 D806-F 121+81.95 34 D807-G 121+22.95 -48.5 R = 15 D808-H 121+81.95 1 48.5 1 R = 15 C D G B E H G Fq Fe GAP � A F A TYPICAL NORTH SIDE DRIVEWAY 11 2 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D8A DA801-A 124+95.19 -34 17.94 20.55 55 DA802-B 125+09.69 -48.5 DA803-C 125+09.69 -49.94 DA804-D 125+30.24 -49.95 DA805-E 125+30.24 -48.5 DA806-F 125+44.74 -34 DA807-2 124+95.19 -48.5 R = 14.5 DA808-H 125+44.74 -48.5 R = 14.5 D9 D901-A 126+02.47 -34 17.98 37.51 98 D902-B 126+21.65 -49.98 D903-C N/A N/A D904-D N/A N/A D905-E 126+59.16 -49.98 D906-F 126+78.34 -34 D907-G 126+02.47 -53.5 R= 20 D908-H 126+78.34 -53.5 R 720 D 10 SEE DETAIL D1001-A 127+69.46 -34 40.56 45.55 162 D1002-B 127+83.96 -48.5 D1003-C N/A N/A D1004-D N/A N/A D1005-E 128+18.96 -48.5 D1006-F 128+33.46 -34 D 1007-G 127+69.46 -48.5 R= 15 D1008-H 128+33.46 -48.5 R= 15 D1009-1 127+83.96 -64.53 D1010-J 127+78.42 -70.1 D1011-K 128+23.98 -70.08 D1012-M 128+23.32 -70.08 D1013-N 128+18.96 -65.73 D 1014-0 127+78.40 -64.53 R = 6.07 D1015-P 128+23.32 -65.73 R = 4.85 D 11 D1101-A 130+19.35 -34 18.12 30.45 77 D1102-B 130+34.85 -49.5 D1103-C 130+34.85 -50.12 D 1104-D 130+65.30 -50.12 D1105-E 130+65.30 -49.51 D1106-F 130+80.80 -34.01 D 1107-G 130+19.35 -49.5 R= 16 D 1108-H 130+80.80 -49.51 R= 16 D 12 D1201-A 133+50.30 -34 18.23 18.77 43 D1202-B 133+58.30 -42 D1203-C 133+58.30 -50.23 D 1204-D 133+77.07 -50.23 D1205-E 133+77.07 -42 D1206-F 133+85.07 -34 D 1207-G 133+50.30 -42 R = 8.5 D 1208-H 133+85.07 -42 R = 8.5 D13 D1301-A 134+47.07 -34 18.27 30 75 D1302-B 134+61.57 -48.5 D1303-C 134+61.57 -50.27 D1304-D 134+91.57 -50.27 D1305-E 134+91.57 -48.5 D1306-F 135+06.07 -34 D 1307-G 134+47.07 -48.5 R- 15 D 1308-H 135+06.07 -48.5 R= 15 D14 D1401-A 135+07.07 -34 18.29 30 75 D1402-B 135+21.57 -48.5 D1403-C 135+21.57 -50.29 D1404-D 135+51.57 -50.29 D1405-E 135+51.57 -48.5 D1406-F 135+66.07 -34 D 1407-G 135+07.07 -48.5 R- 15 D 1408-H 135+66.07 -48.5 R= 15 D7 AND D10 DRIVEWAY DETAIL 3 1 GJ� o FP I INSET A H K` M 1 cL Y P /N F INSET B DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D15 D1501-A 136+00.58 -34 18.32 30 75 D1502-B 136+15.08 48.5 D1503-C 136+15.08 -50.32 D1504-D 136+45.08 -50.32 D1505-E 136+45.08 48.5 D1506-F 136+59.58 -34 D1507-G 136+00.58 48.5 R = 15 D1508-H 136+59.58 48.5 R = 15 D16 D1601-A 137+51.35 -34 16.24 30 68 D1602-B 137+65.85 48.24 D1603-C N/A N/A D1604-D N/A N/A D1605-E 137+95.85 48.24 D1606-F 138+10.34 -34 D1607-G 137+51.35 48.5 R = 15 D1608-H 138+10.34 48.5 R = 15 D17 D1701-A 139+11.53 -34 16.52 30 73 D1702-B 139+26.03 48.5 D1703-C 139+26.03 48.52 D1704-D 139+58.031 48.52 D1705-E 139+58.03 48.5 D1706-F 139+72.53 -34 D1707-G 139+11.53 48.5 R = 15 D1708-H 139+72.53 48.5 R = 15 D18 D1801-A 140+13.95 -34 16.7 30 70 D1802-B 140+28.45 48.46 D1803-C 140+28.46 48.7 D1804-D 140+58.461 48.7 D1805-E 140+58.45 48.54 D1806-F 140+72.95 -34 D1807-G 140+13.95 48.5 R = 15 D1808-H 140+72.95 48.5 R = 15 D19 D1901-A 140+72.95 -34 17.24 30 72 D1902-B 140+87.45 48.5 D1903-C 140+87.45 49.24 D1904-D 141+17.45 49.24 D1905-E 141+17.45 48.5 D1906-F 141+31.95 -34 D1907-G 140+72.95 48.5 R = 15 D1908-H 141+31.95 48.5 R = 15 D20 D2001-A 143+64.69 -34 18.24 40 95 D2002-B 143+79.19 48.5 D2003-C 143+79.19 -50.24 D2004-D 144+19.19 -50.24 D2005-E 144+19.19 48.5 D2006-F 144+33.69 1 -34 D2007-G 143+64.69 48.5 R = 15 D2008-H 144+33.69 48.5 R = 15 D21 D2101-A 145+92.58 -34 18.46 30 76 D2102-B 146+07.08 48.5 D2103-C 146+07.08 -50.46 D2104-D 146+37.08 -50.46 D2105-E 146+37.08 1 48.5 D2106-F 146+51.581 734 D2107-G 145+92.58 48.5 R = 15 D2108-H 146+51.58 48.5 R = 15 D22 D2201-A 148+23.12 -34.04 18.26 30 75 D2202-B 148+37.43 48.54 D2203-C 148+37.43 -50.68 D2204-D 148+67.43 -50.68 D2205-E 148+67.43 49.31 D2206-F 148+82.12 -34.81 D2207-G 148+22.93 48.54 R = 15 D2208-H 148+81.93 49.31 R = 15 D23 D2301-A 149+62.38 -35.86 16.52 40 88 D2302-B 149+76.69 -50.36 D2303-C 149+76.69 -50.83 D2304-D N/A N/A D2305-E 150+16.69 -50.83 D2306-F 150+31.38 -36.76 D2307-G 149+62.19 -50.36 R = 15 D2308-H 150+31.19 -51.26 R = 15 D24 D2401-A 101+19.25 36.98 15.99 40 68 D2402-B 101+33.84 50.82 D2403-C N/A N/A D2404-D N/A N/A D2405-E 101+63.73 50.82 D2406-F 101+77.94 36.88 D2407-G 101+19.35 51.47 R = 15 D2408-H 1 101+78.22 1 51.38 1 R = 15 GENERAL NOTES 1. LIMITS OF DRIVEWAY POINTS GIVEN ARE TO ROW. THESE LIMITS MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. 4 1 5 Parkhill tH & COOP q..... 98310% ' tITS FN - \'� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ �� 34TH STREET SECTION 1 DRIVEWAY POINTS TABLE SHEET 1 OF 3 062 II C� I<i 7 A = DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D25 D2501-A 102+61.31 35.3 17.99 30 74 D2502-B 102+76.09 49.8 D2503-C 102+76.09 50.73 D2504-D 103+06.09 50.73 D2505-E 103+06.09 48.68 D2506-F 103+20.31 34.18 D2507-G 102+61.59 49.8 R = 15 D2508-H 103+20.59 48.68 R = 15 D26 D2601-A 107+40.89 34 18.44 30 76 D2602-B 107+55.39 48.5 D2603-C 107+55.39 50.44 D2604-D 107+85.38 50.44 D2605-E 107+85.38 48.5 D2606-F 107+99.89 34 D2607-G 107+40.89 48.5 R = 15 D2608-H 107+99.88 48.5 R = 15 D27 D2701-A 108+65.52 34 18.43 30 75 D2702-B 108+80.02 48.5 D2703-C 108+80.03 50.43 D2704-D 109+10.03 50.43 D2705-E 109+10.02 48.52 D2706-F 109+24.52 34 D2707-G 108+65.52 48.5 R = 15 D2708-H 109+24.52 48.5 R = 15 D28 D2801-A 109+62.15 34 18.41 30 75 D2802-B 109+76.50 48.5 D2803-C 109+76.52 50.41 D2804-D 110+06.52 50.41 D2805-E 110+06.50 48.5 D2806-F 110+20.86 34 D2807-G 109+62.00 48.5 R = 15 D2808-H 110+21.00 48.5 R = 15 D29 D2901-A 110+33.97 34 18.4 30 75 D2902-B 110+48.47 48.5 D2903-C 110+48.47 50.4 D2904-D 110+78.47 50.4 D2905-E 110+78.47 48.5 D2906-F 110+92.97 34 D2907-G 110+33.97 48.5 R = 15 D2908-H 110+92.97 48.5 R = 15 D30 D3001-A 111+31.71 34 18.39 20 55 D3002-B 111+46.21 48.5 D3003-C 111+46.20 50.39 D3004-D 111+66.20 50.39 D3005-E 111+66.21 48.5 D3006-F 111+80.71 34 D3007-G 111+31.71 48.5 R = 15 D3008-H 111+80.71 48.5 R = 15 D31 D3101-A 111+97.10 34 18.38 30 75 D3102-B 112+11.60 48.5 D3103-C 112+11.59 50.38 D3104-D 112+41.59 50.38 D3105-E 112+41.60 48.5 D3106-F 112+56.10 34 D3107-G 111+97.10 48.5 R = 15 D3108-H 112+56.10 48.5 R = 15 D32 D3201-A 113+72.70 34 18.36 30 75 D3202-B 113+87.20 48.5 D3203-C 113+87.20 50.36 D3204-D 114+17.20 50.36 D3205-E 114+17.20 48.5 D3206-F 114+31.70 34 D3207-G 113+72.70 1 48.5 1 R = 15 D3208-H 114+31.70 1 48.5 1 R = 15 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D33 D3301-A 114+93.37 34 18.34 40 98 D3302-B 115+07.87 48.5 D3303-C 115+07.87 50.34 D3304-D 115+47.87 50.34 D3305-E 115+47.87 48.5 D3306-F 115+62.37 34 33 D07-G 114+93.37 48.5 R = 15 D3308-H 115+62.37 48.5 R = 15 D34 D3401-A 116+90.95 34 18.32 30 75 D3402-B 117+05.45 48.5 D3403-C 117+05.45 50.32 D3404-D 117+35.45 50.32 D3405-E 117+35.45 48.5 D3406-F 117+49.95 34 D3407-G 116+90.95 48.5 R = 15 D3408-H 117+49.95 48.5 R = 15 D35 D3501-A 118+46.86 34 18.30 30 75 D3502-B 118+61.36 48.5 D3503-C 118+61.36 50.3 D3504-D 118+91.36 50.3 D3505-E 118+91.36 48.5 D3506-F 119+05.86 34 D3507-G 118+46.86 48.5 R = 15 D3508-H 119+05.86 48.5 R = 15 D35A DA3501-A 120+18.49 34 18.28 30 77 DA3502-B 120+32.99 48.5 DA3503-C 120+32.99 50.28 DA3504-D 120+63.99 50.28 DA3505-E 120+63.99 48.5 DA3506-F 120+78.49 34 DA3507-G 120+18.49 48.5 R=15 DA3508-H 120+78.49 48.5 R=15 D36 D3601-A 121+05.82 34 18.27 30 80 D3602-B 121+20.32 48.5 D3603-C 121+20.32 50.27 D3604-D 121+51.32 50.27 D3605-E 121+51.32 48.5 D3606-F 121+65.82 34 D3607-G 121+05.82 48.5 R=15 D3608-H 121+65.82 48.5 R=15 D37 D3701-A 122+08.21 34 18.26 30 75 D3702-B 122+22.71 48.5 D3703-C 122+22.72 50.26 D3704-D 122+52.72 50.26 D3705-E 122+52.71 48.5 D3706-F 122+67.21 34 23707-2 122+08.21 48.5 R = 15 D3708-H 122+67.21 48.5 R = 15 D38 D3801-A 123+99.03 34 18.23 30 75 D3802-B 124+13.53 48.5 D3803-C 124+13.53 50.23 D3804-D 124+43.53 50.23 D3805-E 124+43.53 48.5 D3806-F 124+58.03 34 D3807-G 123+99.03 48.5 R = 15 D3808-H 124+58.03 48.5 R = 15 D39 D3901-A 125+10.32 34 18.22 20 55 D3902-B 125+24.82 48.5 D3903-C 125+24.82 50.22 D3904-D 125+44.82 1 50.22 D3905-E 125+44.82 48.5 D3906-F 125+59.32 34 D3907-G 125+10.32 48.5 R = 15 D39 88-H 125+59.32 48.5 R = 15 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D40 D4001-A 133+67.99 34 17.9 30 74 D4002-B 133+82.49 48.5 D4003-C 133+82.49 49.9 D4004-D 134+12.49 49.9 D4005-E 134+12.49 48.5 D4006-F 134+26.99 34 D4007-G 133+67.99 48.5 R = 15 D4008-H 134+26.99 48.5 R = 15 D41 D4101-A 134+62.60 34 17.93 30 74 D4102-B 134+77.10 48.5 D4103-C 134+77.10 49.92 D4104-D 135+07.10 49.93 D4105-E 135+07.10 48.5 D4106-F 135+21.60 34 D4107-G 134+62.60 48.5 R = 15 D4108-H 135+21.60 48.5 R = 15 D42 D4201-A 135+31.88 34 17.95 35 84 D4202-B 135+46.38 48.5 D4203-C 135+46.38 49.95 D4204-D 135+81.38 49.95 D4205-E 135+81.38 48.5 D4206-F 135+95.88 34 D4207-G 135+31.88 48.5 R = 15 D4208-H 135+95.88 48.5 R = 15 D43 D4301-A 136+64.13 34 17.98 35 84 D4302-B 136+78.63 48.5 D4303-C 136+78.63 49.98 D4304-D 137+13.63 49.98 D4305-E 137+13.63 48.5 D4306-F 137+28.13 34 D4307-G 136+64.13 48.5 R = 15 D4308-H 137+28.13 48.5 R = 15 D44 D4401-A 137+79.17 34 18.01 30 74 D4402-B 137+93.67 48.5 D4403-C 137+93.67 50.01 D4404-D 138+23.67 50.01 D4405-E 138+23.67 48.5 D4406-F 138+38.17 34 D4407-G 137+79.17 48.5 R = 15 D4408-H 138+38.17 48.5 R = 15 D45 D4501-A 140+54.01 34 18.17 20 55 D4502-B 140+68.51 48.5 D4503-C 140+68.51 50.17 D4504-D 140+88.51 50.17 D4505-E 140+88.51 48.5 D4506-F 141+03.01 34 D4507-G 140+54.01 48.5 R = 15 D4508-H 141+03.01 48.5 R=15 D46 D4601-A 141+03.01 34 18.09 25 64 D4602-B 141+17.51 48.5 D4603-C 141+17.51 50.09 D4604-D 141+42.51 50.09 D4605-E 141+42.51 48.5 D4606-F 141+57.01 34 D4607-G 141+03.01 48.5 R=15 D4608-H 141+57.01 48.5 R=15 D47 D4701-A 141+57.01 34 18.01 30 74 D4702-B 141+71.51 48.5 D4703-C 141+71.51 50.01 D4704-D 142+01.51 50.01 D4705-E 142+01.51 48.5 D4706-F 142+16.01 34 D4707-G 141+57.01 48.5 R=15 D4708-H 1 142+16.01 1 48.5 1 R = 15 A F GFP � Fq F F R2 G B J:E� H C TYPICAL SOUTH SIDE DRIVEWAY GENERAL NOTES 1. LIMITS OF DRIVEWAY POINTS GIVEN ARE TO ROW. THESE LIMITS MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. 1 2 3 4 5 Parkhill tH & COOP a j K LE W.JA KS N �'q.....98310% ' �iTS FN - \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r r1 - ■� ■ ` 'Y, M .: . imi 34TH STREET SECTION 1 DRIVEWAY POINTS TABLE SHEET 2 OF 3 063 1 1 2 4 1 5 7 A = 1 1 2 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY D48 D4801-A 142+28.01 34 17.92 30 74 D4802-B 142+42.51 48.5 D4803-C 142+42.51 49.92 D4804-D 142+72.51 49.92 D4805-E 142+72.51 48.5 D4806-F 142+87.01 34 D4807-G 142+28.01 48.5 R11 D4808-H 142+87.01 48.5 R = 15 D49 D4901-A 143+31.21 34 17.83 40 93 D4902-B 143+45.71 48.5 D4903-C 143+45.71 49.83 D4904-D 143+85.71 49.83 D4905-E 143+85.71 48.5 D4906-F 144+00.21 34 D4IR 143+31.21 48.5 R = 15 D4908-H 144+00.21 48.5 R = 15 D49A DA4901-A 146+02.14 101.15 13.46 26.15 39 DA4902-B 145+90.70 88.07 DA4903-C DA4904-D 145+90.67 61.92 DA4905-E 145+97.90 68.97 DA4906-F 146+02.14 67.18 DA4907-G 145+87.22 102.66 R=15.5 DA4908-H 145+99.64 67.18 R=3 D49B DB4901-A 146+39.20 102.66 8.47 25.22 27 DB4902-B 146+43.70 98.16 DB4903-C 146+45.63 98.16 DB4904-D 146+45.72 72.94 DB4905-E 146+43.70 72.94 DB4906-F 146+39.20 68.44 DB4907-G 146+43.70 102.66 R=5 DB4908-H 146+43.70 68.44 R=5 D50 D5001-A 146+79.70 34 17.44 30 72 D5002-B 146+94.20 48.5 D5003-C 146+94.20 49.44 D5004-D 147+24.20 49.44 D5005-E 147+24.20 48.5 D5006-F 147+38.70 34 D5007-G 146+79.70 48.5 R = 15 D5008-H 147+38.70 48.5 R = 15 D51 D5101-A 147+56.93 34 17.35 20 53 D5102-B 147+71.43 48.5 D5103-C 147+71.43 49.35 D5104-D 147+91.43 49.35 D5105-E 147+91.43 48.5 D5106-F 148+05.93 34 D5107-G 147+56.93 48.5 R = 15 D5108-H 148+05.93 48.5 R = 15 D52 D5201-A 148+47.53 34 17.24 20 53 D5202-B 148+62.03 48.5 D5203-C 148+62.03 49.24 D5204-D 148+82.03 49.24 D5205-E 148+82.03 48.5 D5206-F 148+96.53 34 D5207-G 148+47.53 48.5 R = 15 D5208-H 148+96.53 48.5 R = 15 D53 D5301-A 149+05.56 34 17.18 20 52 D5302-B 149+20.06 48.5 D5303-C 149+20.06 49.18 D5304-D 149+40.06 49.18 D5305-E 149+40.06 48.5 D5306-F 149+54.56 34 D5307-2 149+05.56 48.5 R = 15 D5308-H 149+54.56 48.5 R = 15 * D54 (29TH ST ALN) D5401-A 13+19.98 -37 14.35 30 62 D5402-B 13+34.32 49.35 D5403-C N/A N/A D5404-D N/A N/A D5405-E 13+64.32 49.35 D5406-F 13+78.66 -37 D5407-G 13+19.98 -51.5 R = 15 D5408-H 13+78.66 -51.5 R = 15 A F �0 rE G 6 H TYPICAL SOUTH SIDE DRIVEWAY 3 GENERAL NOTES 1. LIMITS OF DRIVEWAY POINTS GIVEN ARE TO ROW. THESE LIMITS MAY BE ADJUSTED IN THE FIELD TO SUIT CONDITIONS. 4 5 Parkhill tH & COOP OF a j KYLE W.JAACKS N �'q.....98310% ' �iTS FN - \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. . Of Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SECTION 1 DRIVEWAY POINTS TABLE SHEET 3 OF 3 064 11 2 1 3 4 5 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft D C oz B a E B C F 3 �''� F`ti c e A D a o� TYPICAL NORTH SIDE DRIVEWAY 1 2 3 4 5 ) LENGTH (i[) WIDTH (ft) SY D1 D101-A 305+75.36 -39.01 30 12.42 56 D 102-B 305+89.28 -49.43 D 103-C 306+19.28 -49.43 D104-D 306+33.19 -39.01 D 105-E 305+75.36 -53.51 R=15 D 106-F 306+33.19 -53.51 R=15 D2 D201-A 307+53.15 -32.5 30 16.5 71 D202-B 307+67.65 -47 D203-C 307+97.65 -47 D204-D 308+12.15 -32.5 D205-E 307+53.15 -47 R = 15 D206-F 308+12.15 -47 R = 15 D3 D301-A 309+79,61 -32.5 30 15.25 67 D302-B 309+94.06 -45.75 D303-C 310+24.06 -45.75 D304-D 310+38.50 -32.5 D305-E 309+79.61 -47 R=15 D306-F 310+38.50 -47 R = 15 D4 D401-A 311 +g0.31 -32.5 30 15.45 68 D402-B 312+04.77 -45.95 D403-C 312+34.77 -45.95 D404-D 312+49.23 -32.5 D405-E 311 +g0.31 -47 R=15 D406-F 312+49.23 -47 R = 15 D5 D501-A 312+52.20 -32.5 24 15.44 58 02-B 312+66.66 -45.94 3-C 312+90.66 -45.95 RD504-D 313+05.12 -32.505-E 312+5220 -47 R=1506-F 313+05.12 -47 R = 15 D6 D601-A 313+64.58 -32.5 30 15.42 68 D602-6 313+79.04 -45.93 D603-C 314+09.04 -45.92 D604-D 314+23.50 -32.5 D605-E 313+64.58 -47 R = 15 D606-F 314+23.50 -47 R = 15 D7 D701-A 314+74,87 -32.5 15.41 57 314+89,33 -45.92 315+13.33 -45.91 FD704-ED 315+27.79 -32.524 314+74.87 -47 R= 15706-F 315+27.79 -47 R = 15 D801-A 316+14.79 -32.5 30 15.39 68 D802-B 316+29.24 -45.9 D803-C 316+59.24 45.89DS �]- D804-D 316+73.7032.5 D805-E 316+14.79 -47 R = 15 D806-F 316+73.70 -47 R = 15 D9 D901-A 318+06.84 -32.5 15 15.38 42 D902-B 318+21.30 -45.88 D903-C 318+36.30 -45.87 D904-D 318+50.76 -32.5 D905-E 318+06.84 -47 R=15 D906-F 318+50.76 -47 R = 15 DiD DiDDi-A 318+65.27 -32.5 30 15.37 68 D1002-B 318+79.72 -45.87 D 1003-C 319+09.72 -45.87 D 1004-D 319+24.18 -32.5 D1D05-E 318+65.27 -47 R = 15 D 1006-F 319+24.18 -47 R=15 DRIVEWAY POINT # STATION OFFSET (f[) RADIUS (f[) LENGTH (ft) WIDTH (i[) SY D11 DI 101-A 319+34.98 -32.5 25 15.36 59 DO 1D2-B 319+49.44 -45.86 DO 103-C 319+74,44 -45.86 CH 104-D 319+88.89 -32.5 DO 1D5-E 319+34.98 -47 R = 15 D1106-F 319+gg,gg -47 R = 15 D12 D 1201-A 320+57.18 -32.5 25 15.34 59 D 1202-B 320+71.63 -45.85 D 1203-C 320+g6.63 -45.84 D 1204-D 321 +11.09 -32.5 D 1205-E 320+57.18 -47 R=15 D1206-F 321+11.09 -47 R=15 D13 D 1301-A 323+26.47 -32.5 20 15.2 49 D 13D2-6 323+40.91 -45.71 D 1303-C 323+60.g1 -45.69 D 1304-D 323+72.55 -32.77 D 13D5-E 323+26.47 -47 R=15 D1306-F 323+75.35 -47 R = 15 D14 DRIVEWAY REMOVED D15 DRIVEWAY REMOVED D16 DRIVEWAY REMOVED D17 D 1701-A 328+99.82 -32.5 24 15.91 59 D 17D2-B 329+14.31 -46.41 D 1703-C 329+38.31 -46.4 D 1704-D 329+52.80 -32.5 D 17D5-E 328+gg,g2 -47 R = 15 D1706-F 329+52.80 -47 R = 15 D18 D 1801-A 329+7g.76 -32.5 30 16 70 D 18D2-B 329+g3.25 -46.47 D 1803-C 330+2325 -46.52 D1804-D 330+37.74 -32.5 D 18D5-E 329+7g,76 -47 R = 15 D1806-F 330+37.74 -47 R=15 D 18A D18A01-A 330+76.89 -45.82 28.19 16.62 59 D 18A02-B 330+73.90 -48.68 D18A03-C 330+60.89 -48.68 D18A04-D 330+60.35 -77.49 D 18A05-E 330+69.54 -79.74 D 18A06-F 330+77.07 -83.86 D 18A07-G 330+73.90 -45.68 R = 3.5 D19 SEE D19 DRIVEWAY DETAIL BELOW Parkhill f-fq tH & COOP °«F r�kgsi�4'o a j KYLE W.J KS N % = 2'q.�....98310� OS/21/23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 o I� 34TH STREET SECTION 2 DRIVEWAY POINTS TABLE SHEET 1 OF 2 065 11 2 1 3 1 4 1 5 DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (R) LENGTH (ft) WIDTH D C A D oz R2 E B C F TYPICAL SOUTH SIDE DRIVEWAY B a v o� o� 1 (ft) SY DRIVEWAY POINT # STATION OFFSET (ft) RADIUS (ft) LENGTH (ft) WIDTH (ft) SY Parkhill f-fq tH & COOP a j KYLE W.J KS N % = f1TS N OS/21/23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SECTION 2 DRIVEWAY POINTS TABLE SHEET 2 OF 2 066 I TYPICAL 24" CURB AND GUTTER SECTIONS 6" 7 o , a � 'a GUTTER"PAN" o.�'a �� —LIP — DOWN CURB SECTION . 2 • `� 6" MIN o . v. 24" TYPE "A" NTS NOTE: REINFORCING SHALL CONSIST OF NO. 3 BARS EXTENDING THE FULL LENGTH OF GUTTER SECTION, AND SUPPORTED WITH ADEQUATE NUMBER OF CHAIRS FOR ACCURATE PLACEMENT. 9 11116" - N.. 3 bars — LIP C ro � I 6" MIN 3" 70�� ' a o 4 •. 03 _ 24" TYPE "C" z NTS TYPE "D" CURB CONSISTS OF TYPE "A" DIMENSIONS EXCEPT THAT GUTTER SLOPE SHALL MATCH ADJOINING PAVEMENT CROSS SLOPE p 4. a,a a o D a MATCH PAVEMENT CROSS SLOPE —LIP g — — 0 4 v4 6"MIN T•D.v 24" -� TYPE "D" NTS 2" 7" — R = 1 1/2" — SEE NOTE Y R=1„— SEAL JOINT R=21/2" (OMIT IF POURED w MONOLITHICALLY) ❑ — a #6 MULTI -PIECE TIE BARS AT 36" ON CENTERS (46 SINGLE -PIECE IF POURED MONOLITHICALLY) NOTE: �^ #6 DEFORMED BARS �i (EXTEND FULL LENGTH MOUNTABLE CURB OF MOUNTABLE CURB) NTS 1 1 1 4 INLET CURB AND GUTTER TRANSITION DETAILS TYPE A 10, INLET WIDTH AS SHOWN ON PLANS CURB & GUTTER TRANSITION CURB & GUTTER DEPRESSED GUTTER MATERIAL (TYP) PLAN NTS TO — BOTTOM OF CURB & GUTTER ELEVATION NTS I 10, TRANSITION CURB & GUTTER TYPE A CURB & GUTTER CURB & GUTTER P TRANSITION CURB & GUTTER DEPRESSED GUTTER TRANSITION CURB & GUTTER CURB & GUTTER PERMISSABLE CONSTRUCTION JOINT DEPRESSED GUTTER LINE PERMISSABLE CONSTRUCTION JOINT OF CURB — 1/2" PREF BITUM FIBER TOP OF INLET NORMAL GUTTER LINE — 112" PREF BITUM FIBER TOP OF Cl MATERIAL (TYP) MATERIAL (TYP) RB TOP FACE OF INLET — TOP OF INLET NORMAL GUTTER ELEVATION DEPRESSED GUTTER LINE A D - 12" 4" 24" � z 0 R = 1 1/2" (TYP) = w n � w o ❑ � 112" PREF BITUM — o 0 FIBER MATERIAL D 6 P a ° . CONSTRUCTION NOTES ALIGN TOP FACE OF CURB WITH INLET AS SHOWN. BOTTOM OF CURB &GUTTER MATERIAL NOTES PROVIDE 1/2" PREFORMED BITUMINOUS FIBER MATERIAL. SAWTOOTH CURB & GUTTER SECTION AT GUTTER AND INLET GENERAL NOTES NTS NTS SEE CURB INLET STANDARD FOR DETAILS AND NOTES REINFORCING STEEL NOT SHOWN FOR CLARITY NOT SHOWN. DEPRESSED GUTTER AND CURB AND GUTTER TRANSITIONS ARE MEASURED AND PAID FOR AS TYPE A OR B CURB AND GUTTER. 2 3 4 5 Parkhill tH & COOP OF T a j KYLE W. JACKS N �'q.....98310% ' 11TS FN \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 067 1 1 TYPICAL ALLEY RETURN NOTE: CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. 6" CONCRETE SLAB WITH #4 DEFORMED STEEL BARS 12" O.C.E W. CENTERED o ' IN SLAB D a. w m o 7xSIDEWALK \ / \ PROPERTY LINE V (TYPICAL) C \ \ 3- A 5' o p.a — DUMMY CONTRACTION JOINTS. —� aoo_ a.. w � � 2.5' ' 0.20' INVERT — B Qa a — 6" CONCRETE SLAB WITH z #4 DEFORMED STEEL BARS O 12" O.C. E.W. CENTERED m IN SLAB z F 4 J 4 . �.Daa DUMMY CONTRACTION JOINT 5' 10, 5' 2.5' 20' 10' I a / o. — 4 NO. 5 REBAR SPACED 6" FROM EDGE OF WIRE MESH SLAB AND 1 z" FROM BOTTOM OF SLAB. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). SECTION A -A NTS ?" BITUMINOUS — o 2" w EXPANSION JOINT. � e ��a' CONCRETE ALLEY SLAB. j EXISTING ALLEY RETURN, y ALLEY PAVING OR STREET — 6X6 10/10 WIRE MESH 11 — NOTE: W.R. MEADOWS #158, GUTTER. �J SEALTIGHT SAFE -SEAL 3405, mi 0 4 SONNEBORN SL-1 OR APPROVED EQUIVALENT. 6" 6X6 10/10WIRE MESH �i 12" O �. SECTION B-B TRANSVERSE DUMMY GROOVE NTS CONTRACTION JOINT SECTION C-C (REQUIRED AT COLD JOINTS AND �i EVERY 13 FEET OF PAVING.) NTS NTS %" BITUMINOUS PREMOLDED EXP JOINT. HEIGHT OF CURB AT THIS POINT IS Y. CURB HEIGHT TRANSITIONS FROM 6" AT STREET TO 0" AT THIS POINT. \— NOTE: THIS POINT OF ALLEY RETURN TO BE AT SAME ELEVATION AS TOP OF CURB ON HIGH SIDE E.R. AT STREET. (WHERE POSSIBLE) 1/2" BITUMINOUS EXPANSION JOINT. PLAN VIEW NTS �c TO BE USED WHEN ALLEY R.O.W. WIDTH IS 15'. s' L 2 NO. 6 REBAR SPACED 6" FROM EDGE OF SLAB AND 1 %" FROM BOTTOM OF SLAB. LOCATE BY MEANS OF CHAIRS OR PLASTIC STAKES (NOT METAL OR WOOD). 4 I 5 Y4" BITUMINOUS TIE 34TH STREET TRANSVERSE TYPICAL DRIVEWAY PREMOLDED EXP. STEEL ENSURING A MINIMUM JOINT. SPLICE LENGTH OF 25'. NOTE: CURB AND GUTTER, FILLETS AND SLAB TO BE POURED TOGETHER. HEIGHT OF CURB AT THIS POINT IS 6". moo'. SIDEWALK 6" CONCRETE SLAB WITH #4 DEFOREMED STEEL BARS 12" O.C.E.W. CENTERED IN SLAB #6 BARS @ 12" O.C.E.W. a o a a � � oQ" pia DUMMY CONTRACTION JOINTS. — a. N� w - aX a o '. w� SIDEWALK / — CURB HEIGHT TRANSITIONS FROM 6" AT STREET TO 0" AT THIS POINT. -- NOTE: THIS POINT OF DRIVEWAY TO BE AT SAME ELEVATION AS TOP OF CURB ON HIGH SIDE E.R. AT STREET. (WHERE POSSIBLE) 1" BITUMINOUS EXPANSION JOINT. TYPICAL STREET DETAIL AT INTERSECTION (STREET APRON LIMITS OF CURB AND CONCRETE PAVEMENT UNLESS OTHERWISE SHOWN ON PLANS NTS TIE 34TH STREET TRANSVERSE STEEL ENSURING A MINIMUM SPLICE LENGTH OF 25" C— o . o , C 4 9" CRCP O CONSTRUCT CURB RAMPS WHERE SHOWN ON PLANS REFER TO JUNCTION DETAILS Parkhill KYLE WJACKS N p 05121123 9831 11 f-fq HUGO REED AND ASSOCIATES, INC. Lubbio ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ^I I, I in in I 1 1 i 4 5 B A A PROPERTY LINE 4' SIDEWALK a O z SLOPE 2% o c ° o ° MAX VARIABLE 3' MIN @ 2% MAX SLOPE a D 3/4" EXPANSION p ° o JOINT - S EXPANSION JOINTS SPACED - ° c . d 36MAX ALONG SIDEWALK RUN von � v6 e-�yQ 6 INNER CURB #4 DEFORMED STEEL BARS AS REQUIRED 12" O.C.E.W. CENTERED DRIVEWAY GUTTER IN SLAB REINFORCED GUTTER SECTION TO BE POURED SEPARATE �a o v vFIRE FROM DRIVEWAY HYDRANT, POWER POLE, ETC. SECTION B-B B - MAINTAIN CONSTANT MUST HAVE EXPANSION JOINT NOTE: SEE CURB RAMP DETAILS NTS GUTTER FLOWLINE BLOCK -OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST w EDGE OF HYDRANT/POLE. z SEE NOTE 1 � PROPERTY LINE SIDEWALK CONSTRUCTION DETAILS VARIES a NTS 0 � 6' SIDEWALK 3' MIN @ 2% MAX SLOPE a D W VARIES PROPERTY LINE !�, 6' SIDEWALK i p9_ _ - - Da 0 z a 6" C G�Q� Q MAX. SLOPE 2% a �P� D. o 6„ 4" Q� LL A A G 44 DEFORMED STEEL BARS INNER CURB - AS REQUIRED 12' O.C.E.W. CENTERED • p Dv° OB GD. D IN SLAB v 3/4" EXPANSION -REINFORCE DRIVEWAY GUTTER GQ- JOINTS Q"yQ O C' - WITH #3 BARS ACROSS ENTIRE oac DRIVEWAY OPENING SECTION D—D NTS �z D. a DVD NOTE: SEE CURB RAMP DETAILS Dv D v D. D SEE FRONTAL VIEW ° D° NOTE 1: CONTRACTOR SHALL WORK AROUND D OBSTRUCTIONS TO MAINTAIN ADA 3' MINIMUM SIDEWALK WIDTH. EXPANSION JOINTS SPACED 36' MAX - FIRE HYDRANT, POWER POLE, ETC. MAINTAIN CONSTANT ALONG SIDEWALK RUN MUST HAVE EXPANSION JOINT GUTTER FLOWLINE BLOCK -OUT WHEN ENCLOSED IN CONCRETE. EXTEND 6" PAST EDGE OF HYDRANT/POLE. SEE NOTE 1 CURB BACK SIDEWALK CONSTRUCTION DETAILS NTS B ASPHALT PAVEMENT - MANHOLE FRAME AND COVER OR VALVE BOX - 3/4" EXPANSION -CONTRACTION JOINT 1/3 WAY JOINT THROUGH SLAB AT INTERVALS EQUAL TO SIDEWALK WIDTH z N ' 4 v �5" MIN THICKNESS a,D OF SIDEWALK #4 BARS - SECTION A —A NTS SAWCUT LIMITS- PROPERTY LINE NOTE: ASPHALT, CONCRETE AND INCIDENTALS PAID FOR AS CONCRETE COLLAR. LID ADJUSTMENT PAID FOR BY OTHER ITEMS. CONCRETE COLLAR AROUND MANHOLE RINGS IN HOTMIX SECTIONS NTS Parkhill ' OS/21/23 I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 FRONTAL VIEW NTS 1 2 1 n1 in I 11 - 9 II I 1 4 I 1 TOP OF CURB - D 5 4• � / S• 'LD s.. 19 i LIMITS OF PAY ADA RAMP �O / — CURB TO RAMP DOWN IN 6' ON BOTH SIDES C - BITUMINOUS 3/4" EXPANSION JOINT (FULL DEPTH) LOCATED AS SHOWN. TYPE 1 IN RADIUS RAMP NTS NOTES: 1. MAINTAIN GUTTER FLOWLINE 2. RAMPS SHALL BE CENTERED IN RADIUS TO THE MAX EXTENT PRACTICABLE TOP OF CURB S (TYP) 5'-6" MIN LIMITS OF PAY ADA RAMP s" cuR6 - ROW - z SECTION A 2% MAX I 8.3% MAX ' a I / SIDEWALK / RAMP NOTES: 1. CONCRETE PAVER UNITS SHALL MEET ALL REQUIREMENTS OF ASTM C-936, C-33 AND SHALL BE LAID IN A TWO BY TWO / UNIT BASKET WEAVE PATTERN, UNLESS SHOWN OTHERWISE IN THE PLANS. / 2. CONCRETE PAVER UNITS SHALL HAVE TRUNCATED DOMES ON THE TOP SURFACE FOR DETECTABLE WARNING TO / PEDESTRIANS. TRUNCATED DOMES MUST COMPLY WITH TEXAS ACCESSIBILITY STANDARDS. 3. DOMES SHALL BE ALIGNED IN THE DIRECTION OF PEDESTRIAN TRAVEL. CONCRETE PAVER UNIT COLOR FOR THE RAMP a SHALL BE A CONTRASTING COLOR THAT PROVIDES A LIGHT REFLECTIVE VALUE THAT SIGNIFICANTLY CONTRASTS WITH THE ADJACENT SURFACES. THE COLOR OF THE CONCRETE PAVER UNITS MAY BE SHOWN ELSEWHERE IN THE �i PLANS. (ADJACENT SURFACES INCLUDE SIDE FLARES). 4. CONCRETE PAVER UNITS SHALL BE SAW CUT ONLY AND ANY CUT UNIT SHALL NOT BE LESS THAN 25 % OF A FULL UNIT. 5. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WILL STILL DRAIN PROPERLY SHOULD BE USED. RAMP LENGTH OR GRADE OF APPROACH SIDEWALKS MAY BE ADJUSTED AS DIRECTED BY THE ENGINEER. 6. MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEWALK AND RAMP SURFACES IS 2%. TYPE 3 7. ALL CONCRETE SURFACES SHALL RECEIVE A LIGHT BROOM FINISH UNLESS NOTED OTHERWISE IN THE PLANS. `0 8. RAMP TEXTURES MUST CONSIST OF TRUNCATED DOME SURFACES. TEXTURES ARE REQUIRED TO BE DETECTABLE IN SIDEWALK RAMP UNDERFOOT. SURFACES THAT WOULD ALLOW WATER TO ACCUMULATE ARE PROHIBITED. of NTS 9, ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND - IN THE CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) PREPARED AND ADMINISTERED BY THE TEXAS DEPARTMENT OF LICENSING AND REGULATION (TDLR). 1 2 3 / / 8.3 % MAX _MAIN GUTTER FLOWLINE NTS 4' MIN 6' 5' TYP N� z a � � F v in _ LIMITS OF PAY ADA RAMP � 2 -CURB TO RAMP DOWN Z IN 6" ON BOTH SIDES O w -BITUMINOUS 3/4" EXPANSION w JOINT (FULL DEPTH) LOCATED AS SHOWN i LANDIN2'MIN 2' SEE INSET A =\3=�NO.3REBARMIN,PLACEDINCENTER OF SLAB AND SPACED18"ON CENTER EACH WAY -BITUMINOUS 3l4" EXPANSION JOINT AS REQUIRED BEHIND CURB 4" MINIMUM FINISHED THICKNESS1" SAND CUSHION (MAX) SECTION ANTS CONCRETE PAVERS WITH TRUNCATED DOME SURFACE, (RED IN COLOR) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4"4" MAXMAX 1 INSET A NTS (PLAN VIEW) Parkhill I 95/21 /23 I -Ft HUGO REED AND ASSOCIATES, INC. Lubbltoy ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 L LIMITS OF PAY FOR MEDIAN — EXTEND 6X6 10 / 10 WELDED VVIRE MESH INTO NOSE MEDIAN NOSE RAISED MEDIAN WHERE "W" IS GREATER THAN 2' — — L T pTYP E Lt I- -1- E rz LS- L-I 21 L-L-1- L r /11LLrt 43 OR #4 PERIMETER — — � -T (_ — 4 BAR IN NOSE. 7-1— __ — EXTEND 22" MINIMUM + 71— — INTO RAISED MEDIAN — PAINT ALL SURFACES OF — NOSE WITH YELLOW F PAVEMENT MARKING 22" MIN PAINT. SUBSIDIARY TO MEDIAN — FACE OF CONC MEDIAN — #4 PERIMETER BAR CONCRETE MEDIAN NTS 6X6 10l 10 WELDED WIRE MESH WHERE �W�� , 2' 3, WIDTH "W" C � —STEEL REINFORCEMENT — RAISED CONC MEDIAN CONCRETE — OR ASPHALT PAVING — #6 BARS 10" IN LENGTH (DRILL & EPDXY 6" INTO PAVING) 3w #3 OR *4 PERIMETER BAR SECTION E-E NTS B d SPACED ON 5' CENTERS SECTION F-F (DRILL & EPDXY 6" INTO PAVING) NTS 4 REF_..__......_ ... __.......__._.. 6" COMPACTED SUBGRADE (95% MODIFIED SECTION C-C PROCTOR) OR FLOWABLE FILL PARKING LOT REPAIR NTS NOTE: IF AND WHERE ANY UNSUITABLE BASE MATERIAL OR DAMAGED PARKING LOT 15 ENCOUNTERED WITHIN WORK LIMITS. REMOVE & REPLACE AS SHOWN. ENGINEER WILL DETERMINE LIMITS OF REPAIR. REMOVAL AND REPLACEMENT WILL BE PAID FOR AS PARKING LOT REPAIR. UNSUITABLE MATERIAL/PARKING LOT REPAIR NTS 5 REMOVE & REPLACE AS SHOWN Parkhill tH & COOP a j KVLE W. JACKS N 11 k' N N \\\ NA 05/21/23 IL IL 30 REED AND ASSOCIATES, INC. 34TH STREET ROADWAY DETAILS SHEET 5 OF 5 071 2 3 4 REAR -- ------ I�O I , I 3 O O ----------------- ----------------- FRONT 6" 51 0„ 6„ MAIN THROAT 6'-0" PLAN VIEW a Z� T � w REAR OReinforcing bar used only with extension(s). ONominal ring and cover size. OMatches inside face of wall of precast base or precast riser or precast slab lid (PSL) style "SI" below inlet. -- ------ I O o III J � - - - - - - - - - - - - - - - J - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -I FRONT 6" 5, 0„ 6„ PIAIN THROAT EXTENSION .7W,V,\MWAIJII1 Size (Y) N MH Dia 0 3' g„ 181, 4' 16" 32" 5' 16" 32" 6' 16" 32" REAR BI B2 r---- - ------ B3 1 O�0 C ] 3 L 1 Ra z LL �O O� n Lit � K U2 71 r- - - - - - - - - - - - - - L -II III - - - - - - - - - - - - - - - - ------------- I J I ------- - - - - ---I----------------�-F---------- - - --j FRONT 6„ 4' b„ 6„ 510„ 6„ 4'_1' 6„ EXTENSION MAIN THROAT EXTENSION 16--0" r71 Anr 1/FCIA/ (Shown without extensions.) (Showing one extension.) (Showing extension on each side) See SHEET 2 OF 4 for details. See SHEET 3 OF 4 for details. See SHEET 4 OF 4 for details. 4" Dia x 2" deep slot for temp 4" Dia x 2" deep slot for temp 4" Dia x 2" deep slot for temp a 0 a � drainage (If cast separately) ---,Top of rdwy surface - Corst Joint (Typ) drainage (If cast separately) Tap of rdwy surface — Const Joint (Typ) drainage (If cast separately) COnSt " o o Joint (Typ) ¢y_c ----------- -- ----J- -� ----------- ---------- --------- ----- L--------- -- -- ----J -a -- - - - -- )-------- -- - - - - --- - - ---- -- -- ---------- ------ L--- - - - - -- -- -- -----J o %" Chamfer- 3 3 6„ 5'-0" 6" Q 2 %" Chamfer- 3 6" 5'-0" %" Chamfer- 3 6" 4'-C' 6" Q T j4' Chamfer- 6" 4'-6" %" Chamfer- / " Chamfer- 3 3 6" 5'-0" 6" 4-6" 61, 6-0" FRONT VIEW ] ]'-0" FRONT VIEW 16'-0" FRONT VIEW (Shown without extensions.) (Showing one extension.) Slowing extension on each side.) See SHEET 2 OF 4 for details. See SHEET 3 OF 4 for details. See SHEET 4 OF 4 for details. CONSTRUCTION NOTES: Chamfer all vertical edges of inlet lid -/q' as shown in Front View, Sheet 1 of 4. Maintain 1 r/Z" clear cover to ends of all vertical reinforcing bars, unless otherwise noted. Detail "A"-� MATERIAL NOTES: Provio'e Class "S" concrete (f'c = 4,000 psi). P -ovine Grade 60 reinforcing steel or equivalent area of WW R. Provide cast iron solid cover, unless noted otherwise elsewhere in the plans. HL93 LOADING SHEET 1 OF 4 Const Joint ', � J � 2 F \ GENERAL NOTES: I Bridge 2 Designed according to AASHTO LRFD Bridge Design Specifications. The intent of this standard is to provide a cast -in -place lid to be used with precast base, ,Texas Department of Transportation Division Standa I precast riser or precast slab lid style "SI". Inlet throat and lid are not intended for direct traffic. Do not place in roadway. 117 p ^ /I C�_ i A1_� 1 Al /- CURB CAST -IN -PLACE 1, A 1 fV Lf-Il, 1. V RB i Lid and throat may be cast monolithically or separately. See Precast Base (PB) standard for details and notes not shown. � See Precast Slab Lid (PSL) standard for details and notes not shown. INLET OUTSIDE R O A D WA 3 ' See Curb & Gutter Transitions Details (CGT-PCO) standard for transition examples. 6„ y G„ \ Extensions may be right, left, both, or none. Provide extensions as specified elsewhere in the plans. Shop drawings for approval are not required. LEFT 510E VIEW DETAIL a Aru f-1 Payment for inlet is per Item 465, "Junction Boxes, Manholes, and Inlets" by type, size, and extension placement. Extensions are subsidiary to inlet. (Extensions not shown for clarity.) Open area of main throat = 360 sq in. C C O Open area of one extension throat = 324 sq in. Cover dimensions are clear- dimensions, unless noted otherwise. ccostds]-xa Jqn (DTxooT February 2020 - Tx�oOT � rxoar c 11 SECT HIG - Reinforcing bar- n'imensions shown are out -to -out of bar. w �w ¢U_ ow roc a Z� #4 as shown MH Dia + 4" A A 2° A] at 5"04 A2 at 8"04 REAR Max Spa Max Spa �— -- — — —� I � � � I � I I U-0 J 0_ 3 I I - FRONT 3 3 6" S O 6" MAIN THROAT LID PLAN VIEW (Shown without extensions) ❑io) 0 s 2 BI at 8" Max Spa L — JI 6" Y LID SECTION A -A 4 4 - Ra bars at B2 at 8" 3" Spa Max Spa J4 2" R Y=3' -]" J J Y=6' 6'-1" BARS B2 0 BARS G Showing one complete bar. Wvav m � Qv non n 3 o y 2„ � Matches inside face of wall of (Ty I precast base or precast riser or precast slab lid style '51" below inlet. Cast -in -Place Lid Cut reinforcing bars as needed to provide 112' clear to manhole. precastrbaseeintoor�ng bars from 5 J-----6-----------------/_ � � precast riser or recast slab lid style "S1" 7" O_ 1 — — — _ _---------------- _ Extend reinforcing bars from precast base or precast riser or 0 0 G Showing Precast G precast slab lid style 'S1" 1'-7 Slab Lid Style "S]" 4 �', o 6, 1 } THROAT PLAN VIEW (Shown without extensions) Ln Ni II r�� ___________________ l i w 0 Showing Precast Base or Precast Riser THROAT SECTION B-B (Showing reinforcing bar extended from pecast base or precast riser or precast slab lid style "S1".) HL93 LOADING SHEET 2 OF 4 w �w ¢U- ow 0 #4 as shown MH Dia + 4" C C REAR z 1 D 0 0 w p J cc 0 01-0 3 _;:v L ——------————————— — — — — ——— — — — — —- zo FRONT m a LID PLAN VIEW wo_ {Showing one extension.) a Z� w �w oU- Y=3' 3'-1„ =4, 4'_1�� Y-5' 5'-1" Y=6' 6'-1" 135, A BARS B2 OO 5'-0" BARS L THROAT PLAN VIEW (Showing one extension.) 135 a . BARS B3 BARS U1 BARS C CH 1'-6 q" BARS U2 5'-5" 0 N 5'-0" Min Lap J 10'-5" BARS G Showing one complete bar. 2" Al at 5" A2 at "'�4 A3 at 5" AS at 5" A4 at 8" N Max Spa Max Spa Max Spa Max Spa Max Spa 2" R 2" R B3 at 8" Max Spa B1 at 8" ¢ 4 - Ra �I Max Spa 4 4 - Ra ,hors at - - - I bars at Z 3" Spa 3" Spa SLID SECTION C-CSECTION C-CC LID SECTION D-D Cast -in -Place Lid 6. J O ] Cast -in -Place Lid 0 0 ° G Showing Precast C - - - - - _ Slab Lid Style "S1" C- ^ - ^ O ^ J 2 U l L uj a Showing Precast Base L4--L L or Precast Riser THROAT SECTION F-F THROAT SECTION E-E (Showing reinforcing bar extended from pecast base or precast riser or precast slab lid style "S1".) r r Lid Cast-rn-P ac 6Lr � - - 6 Cast-rn-P ac6, �- - 611 o U1 1 ��� o 02 J J G G 0 0 L o o L cz cc 2 2 ^ F- F- N N BARS U1 LOCATION BARS U2 LOCATION THROAT SECTION G-G OMatches inside face HL93 LOADING SHEET 3 OF 4 of wall of ,9 Bridge precast base or precast riser or Division precast slab lid style "S]" below ,Texas Department of Transportation Standar inlet. Cut reinforcing hags as needed CAST —IN —PLACE CURB to provide 1 ?2' clear to manhole. O INLET OUTSIDE ROADWA Extend reinforcing bars from precast base or precast riser or precast slab lid style "S1" 7". © Extend reinforcing bars from precast base or precast riser or precast slab lid style "S1" 1'-7 %". CCO Do not extend reinforcing bars cc olk]-20 Jgn TxDOT ,K TxooT TOOT trom precast base. #4 as shown 0 a Z� w �w ou- Y=3' 3'-1„ Y=4' 4'-1" Y-5' 5'-1" Y=6' 6'-1" 135°, a, BARS B2 U BARS L LID PLAN VIEW (Showing extension on each side.) THROAT PLAN VIEW (Showing extension on each side.) 135 cl 5-5" BARS B3 BARS C UUUU �UU 1'-6 %' 1'-6 %" BARS U1 BARS U2 5-0" 3'-1 P 3'-1 V Min Lap Min Lap BARS G Showing one complete bar. W N Al at 5" U Max Spa B1 at 8" Max Spa 4 B2 at 8" L — JMax Spa I6" Y A2 at 8--() A3 at 5"O Max Spa Max Spa i 2" R �I 4-Ra bars at 3" Spa L 6„ J LID SECTION H-H Cast -in -Place Lid 6. G 6- Showing Precast Slab Lid Style SP C --————————— — — — �-- O N L Showing Precast Base I �� or Precast Riser THROAT SECTION J-J (Showing reinforcing bar extended from pecast se or precast riser or precast slab lid style "S1".) Cast -in -Place Lid F- 6 o U1 6 cc 0 L cc BARS U1 LOCATION A3 at 5" A4 at 8" Max Spa Max Spa 2" R O a B3 at 8" Max Spa Q 4 -- Ra �I bars at — — — 3" Spa L—------1 6- 1'-01. 6" LID SECTION I-1 Cast -in -Place Lid -U o I� �\ � G Q m THROAT SECTION K-K Cast -in -Place Lid F6 - J2 J cc _ F- N THROAT SECTION L-L BARS U2 LOCATION UMatches inside face HL93 LOADING SHEET 4 OF 4 of wall of ,9 Bridge precast base or precast riser or Division precast slab lid style 'S1" below ,Texas Department of Transportation Standar inlet. OCut reinforcing bars as needed CAST —IN —PLACE CURB to provide 1 1_;" clear to manhole. O INLET OUTSIDE ROADWA Extend reinforcing bars from precast base or precast riser- or precast slab lid style "S1" 7" UExtend reinforcing bars from precast base or precast riser or precast slab lid style "S1" 1'-7 CCO UDo not extend reinforcing bars crostds]-20 Jgn TxoaT ,K TxDOT �h- TOOT cK j from precast base. 7M HE Am II I ON STREET PARKING INFORMATION POINT # STATION OFFSET (FT) 1 106+08.59 -34 2 106+08.59 -38.5 3 106+13.09 -38.5 4 106+13.00 -44 5 107+02.09 -44 6 107+02.09 -38.5 7 107+06.59 -38.5 8 107+06.59 -34 9 107+19.00 -34 10 107+19.00 -38.5 11 107+23.50 -38.5 12 107+23.50 -44 13 108+12.50 -44 14 108+12.50 -38.5 15 108+17.00 -38.5 16 108+17.00 -34 2 1 :5 1 4 5 TOMS TREE PLACE R O O O B9' 21.41' 89, \ \ � � N a 3 4 5 6 7 12 13 14 O O ❑ 0 5 4p 0 13 D3 Z 8 9 — 4" YELLOW STRIPE 6D4 D5 o (72 LF) 0 30 60 105+00 106+00 107+00 108+00 109+00 110+00 ............. — . — . L . — ....... — . r . — . — . — ............. — . — . L . — ............. — . — . L . — ............. — . — . L . — ....... 34THSTREET LEGEND j D26 D27 D28 DZ 4" YELLOW SOLID mz PARKING LOT STRIPE + EXISTING PARKING LOT STRIPE so I TO BE REMOVED r(200 ®CONCRETE REMOVAL AND/OR PARKING LOT PATCH REMOVE STRIPING(123 LF) D# PROPOSED DRIVEWAY 8'9.5' 2' 34TH STREET SIDEWALK ON STREET PARKING MAIN LANES pI 15% MAX_ jVACANT VARIES j GENERAL NOTES: O 2 = U p R O PAID FOR AS — 1. REMOVAL QUANTITIES FOR PARKING W O Q U Q I CONC DRIVEWAY LOT STRIPES ARE ESTIMATED. TYPE C 2 Q U y (231 SY) CURB & GUTTER PRIOR TO PLACEMENT OF PROPOSED O h h W `Z h0 j I SECTION A STRIPESREMOVE ALL CONFLICTING O V U _ ® I NTS STRIPES. W j W 2. CONCRETE AND ASPHALT REMOVAL TO BE PAID FOR UNDER THE J ROADWAY REMOVAL ITEMS. 3. PARKING LOT PATCH TO CONSIST OF 2" TYPE C HMAC OVER 6" COMPACTED SUBGRADE (95 % MODIFIED PROCTOR) OR FLOWABLW FILL. PAID FOR AS OVER EXCAVATION OR PARKING LOT REPAIR. Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 2 1 3 1 4 1 1 1 2 1 :1 1 4 71 A, A CORONADO HIGH SCHOOL % / ' ACE CHECKS CASHED LOANS HURR/CANEBEACH I Q I CAR__ O / ! REMOOVCONCRE A 14 Q II PARKING LOTa AID FOR AS RETE 0 30 60 I DP IVEWAY) (61 SY� � O I ® I ® LEGEND I D12 D13 D14 U D15 I 4" YELLOW SOLID � i I PARKING LOT STRIPE 131 +00 132+00 133+00 134+00 135+00 136+00 13p+00d EXISTING PARKING LOT STRIPE — . — . — . L . — . — . — . — . — . — . — . — . — . L . — . — . — . — . — . — . — . — . — . L . — . — . — . — . — . — . — . — . — . L . — . — . — . — . — . — . — . — . — . L . — . — . — . — . — . — . — . — . — .•L . — . — . TO BE REMOVED 34THSTREET ® CONCRETE REMOVAL AND/OR PARKING LOT PATCH I I 777 D40 D41 D42 D43 Da PROPOSED DRIVEWAY g '° �I �W I Q 4"YELLOW STRIPE — i (90LF) GENERAL NOTES: O V 1. REMOVAL QUANTITIES FOR PARKING LOT STRIPES ARE ESTIMATED. O PRIOR TO PLACEMENT OF PROPOSED STRIPES REMOVE ALL CONFLICTING i STRIPES. I 2. CONCRETE AND ASPHALT REMOVAL TO BE PAID FOR UNDER THE GLASSDOCTOR /SAE/NEKE SON/C ROADWAY REMOVAL ITEMS. 3. PARKING LOT PATCH TO CONSIST OF 2" TYPE C HMAC OVER 6" COMPACTED SUBGRADE (95 % MODIFIED PROCTOR) OR FLOWABLW FILL. PAID FOR AS OVER EXCAVATION OR PARKING LOT REPAIR. � I I I = S ®9C h o Q Q m R W V C& M CARPET • I Q v — HANDICAP SPACE SIGN m h Z NSERI//CE l yTO BE INSTALLED BY OTHERS y \ lVt Q 4" YELLOW STRIPE I Q \(464 LF) / D I I I O I REMOVE STRIPING — — REM VE STRIPING i(234 LF) ) i O D16 D17 D18 D19 I I� 13tr+00 138+00 139+00 140+00 141+00 142+00 I 14 ............iL.—.—.—.—.—.—.—.—.—.-L.—.—.—.—.—.—.—.—.—.-L.—.—.—.—.—.i.—.—.—.—.—.—.—.—.—.i.—.—.—.—.—.—.—.—.—.i.—.— ............—. 34THSTREET 0 D43 D44 D45 D46 D47 D48 Q Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■! - ■ 71 V i7 ■ -_ ■[ _ iii. 7h dot , PARKING LOT MODIFICATION LAYOUT 34TH STREET SECTION 1 SHEET 2 OF 3 1 1 2 1 3 1 4 077 1 1 2 1 :1 1 4 1 � I I N ® O D18 D19 j0 D20 D21 D j 140+00 141+00 142+00 j 143+00 144+00 145+00 146+00 0 30 60 —..—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.— ---- .—.—.—.—.—.—.—.—.—..—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.—.--- L.—.—.—.—.—.—.—.—.—.--- L.—.—.—.—. I 0 34THSTREET 4" YELLOW STRIPE D45 D46 D47 D48 D49 (141 LF) j LEGEND O O e e I 4" YELLOW SOLID jPARKING LOT STRIPE O O j EXISTING PARKING LOT STRIPE TO BE REMOVED CONCRETE REMOVAL AND/OR O I m ® PARKING LOT PATCH DRAINAGE FLUME (19 SY) - REMOVE CONCRETE REMOVE STRIPING V V D# PROPOSED DRIVEWAY SLOPE TO DRAIN AND PATCH PARKING LOT (100 LF) � Q SEE DETAIL A (24 SY) I �I ay II j� ✓AN'S Z p ALL STAR OR/ENT'S Q C LITTLE TYKES PARTS Q p LIQUOR PEARL m j W GENERAL NOTES: W 1. REMOVAL QUANTITIES FOR PARKING A1-AUTOMATIC I V LOT STRIPES ARE ESTIMATED. W U PRIOR TO PLACEMENT OF PROPOSED �AISED SIDEWALK 2' PARKING LOT I TRANSMISSON = J STRIPES REMOVE ALL CONFLICTING Oh '3NO TENANT STRIPES. 2. CONCRETE AND ASPHALT REMOVAL U J = 69 TO BE PAID FOR UNDER THE Q , I ROADWAY REMOVAL ITEMS. > I VARIES I � j z I 3. PARKING LOT PATCH TO CONSIST OF 2" TYPE C HMAC OVER 6" COMPACTED SUBGRADE (95 % MODIFIED PROCTOR) L - - - - - - - - - - - - - - - - - - I OR EL XC A FILL. PAID FOR AS E OVER EXCAVATION OR PARKING LOT REPAIR. DETAIL A a NTS O e e O D22 D23 B 147+00 148+00 149+00 150+00 151+00 152+00 153+ —.—.—.—.—..—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.—.---.—.—.—.—.—.—.—.—.—.--- L.—.—.—.—.—.—.—.—.—.--- L. 34THSTREET D50 D51 D52 D53 _ b PATCH PARKING LOT PATCH ARKING LOT PATCH PARKING LOT PATCH PARKING LOT (32 SY) (37 SY) (57 SY) (24 SY) CHURCHS ' CHICKEN 1 4z � I I Q N O U h UNIVERSAL AS/ANMART 6 R h U ? Z BRADY S U AUTOMOT/I/E 1 2 3 4 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ � 1 �, PARKING LOT MODIFICATION LAYOUT 34TH STREET SECTION 1 SHEET 3 OF 3 5 ■ 7= 1 1 :1 1 4 PARKING LOT MODIFICATIONS STA 312+25 (RIGHT) STA 314+00 (LEFT) Go D4 D5 0 D6 311+00 312+00 313+00 314+00 . — . _ . — . — . — . — . — . — . — .-L. — . — . — . — . — . — . — . — . — .-L. — . — . — . — . — . — . — . — . — . L ..... ro .74TH57REE7' D21 D22 D23 PARKING LOT MODIFICATIONS AT LUBBOCK ELECTRIC COMPANY Iv' HANDICAP SPACE SIGN ' I TO BE INSTALLED BY OTHERS W i I I 4" YELLOW STRIPE- (342 LF)W REMOVE EXISTING STRIPING (311 LF) I I * I I I 00 Ell 14I � o B I I 5 N 0 30 50 LEGEND 4" YELLOW SOLID PARKING LOT STRIPE EXISTING PARKING LOT STRIPE TO BE REMOVED ® CONCRETE REMOVAL AND/OR PARKING LOT PATCH D# PROPOSED DRIVEWAY GENERAL NOTES: 1. REMOVAL QUANTITIES FOR PARKING LOT STRIPES ARE ESTIMATED. PRIOR TO PLACEMENT OF PROPOSED STRIPES REMOVE ALL CONFLICTING STRIPES. 2. CONCRETE AND ASPHALT REMOVAL TO BE PAID FOR UNDER THE ROADWAY REMOVAL ITEMS. 3. PARKING LOT PATCH TO CONSIST OF 2" TYPE C HMAC OVER 6" COMPACTED SUBGRADE (95 % MODIFIED PROCTOR) i OR FLOWABLW FILL. PAID FOR AS OVER EXCAVATION OR PARKING LOT REPAIR. —4" YELLOW STRIPE U (92 LF) 4" YELLOW STRIPE 4" YELLOW STRIPE D1 7 D18 (491 LF) (67 LF) 325+00 326+00 327+00 328+00 329+00 330+00 331+00 _I. — . — . — . — . — . — . — . — . — . —I. — . — . — . — . — . — . — . — . — . —I. — . — . — . — . — . — . — . — . — . J . — . — . — . — . — . — . — . — . — . J . — . — . — . — . — . — . — . — . — . J . — . — . — . — . — . — . — . — . — . J . — . . — 34THSTREET D28 D29 D30 D31 D32 I Parkhill a KYLE W. JACKS N p 98310% 11TS FN \\� NA 05/21/23 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 o ■ 34TH STREET PARKING LOT MODIFICATIONS LAYOUT 079 1 1 2 3 4 1 1 2 1 :1 GENERALNOTES LEGEND 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 8. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. B ,A9 fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 984 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET / z 1 ss+sa cus 1 2 3 4 5 N 0 20 40 Parkhill tH & COOP a j KVLE1.JA�KS N �'q.....98310% ' SS _ \\ NA\ NA 05/21/23 30 REED AND ASSOCIATES, INC. City of Lubb o ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 � v 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 1 OF 13 080 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am CD B o o_ a U) w z J U Q I LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) rL�l I KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK (REINFORCED) -SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET b N 0 20 40 Parkhill KYLE V77CKS N 11T S T N _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r «rvrvic E/VE POINT LYNNOZKKERFOOSE UGK HOLLINGSWORTH L'ENTER Ol VINE THE MEETINv'PLACE M-PR/NT TR/LAITY TECHNOLOti'lES LUBBL7CKSM,9L_,9NlM9L ^'CIA APPLIANCES ,1AATT,4E55 SALE INVESTMENTS REALESTATE SALT&A,fORE 3ARSER SHOP BUDGCT_OANS I.ACANT VIDEO EXPRESS RENTAL OFFICE HAIRSACON EMERGENLVLL/N/L RLLL/STOMBOOTS 1 2 3 4 5 1 � ■ 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5% (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am I LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) * IF MANHOLE IS OUTSIDE OF 0 CURB AND GUTTER, NO a CONCRETE COLLAR IS NEEDED. '\ '\ ]' 10, 10, 10, 10, 10, 10, 10, 10, 10, 10, 10, 10, 10, 19, 19, 19, 19, 19, 11' 10, 11' 10, 10\ 10' 10 ,\ 1013.7' R W ROW r� I KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK (REINFORCED) -SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100% HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET ' 10' 10' 10' 10' 10' 10' 10' 9.6' 'J N 0 20 40 J10' 10_ 12' 11' 12.8' 11' ROW cq , * B OO ADJUST MANHOLE TO ON STREET PARKING -- D4 D5 4 CD + \-LANDSCAPE GRADE (PAID FOR AS MANHOLE ADJUSTMENT) LANDSCAPE SLOPE SIDEWALK TO ON STREET STA 108+37.00 STA 108+66.20 j CD CO BY OTHERS PARKING ELEVATION AT 5% MAX SLOPE LT BEGIN BEGIN MOUNTABLE CURB LT END END MOUNTABLE CURB � SLOPE SIDEWALK TO DRIVEWAY DRAINAGE FLUME FOR O ELEVATION AT 5% MAX SLOPE PROPOSED TRENCH GRATE BY OTHERS - CONSTRUCT AS COMMERICAL DRIVEWAY - CONSTRUCT AS COMMERCIAL DRIVEWAY Q Q 00 106+50 107+00 107+50 108+00 108+50 109+00 109+50 110+00 110+50 11 1- U) .-.-....... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ...... ....... ...... ...... ...... ...... ....... ...... ...... ...... ...... ...... C/) w w a z z STREET _ 0 (TYPE 1) 1 1 (TYPE 1) -74TIl L) 1 c c n D26 D27 D28 -- D29 10' 10' 10' 6.3 2 STA 106+44.54 W 61.59 RT END CONCRETE R CURB & GUTTER MATCH EXIST 16.6' 10' 14' 10' 18.6' 12.3' 10 19' 10' 19' 10' 10 10' 12.3' 2 8 2 F VACANT D/R GRILLS 3AR 2 13.4' 12.8' 14' in�i 16' 10' 16' z- 77::= r8 I 10, Parkhill KYLE V77CKS N 11TS FN _ \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 1 1 :5 1 4 5 GENERAL NOTES LEGEND KEY NOTES N 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. AS INDICATED BY: DECORATIVE SIDEWALK 1. ADA RAMP -SEE ROADWAY DETAILS 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST SEE SIDEWALK DETAILS SHEET 1 OF 3 2. CONCRETE LANDSCAPE CURB - SEE SIDEWALK DETAILS ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS D 5. DECORATIVE SIDEWALK(REINFORCED)-SEE SIDEWALK DETAILS 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO ' DECORATIVE SIDEWALK REINFORCED 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. SEE SIDEWALK DETAILS SHEET 1 OF 3 CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY OTHERWISE NOTED. 0 20 40 STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE LANDSCAPE OR OTHER NON -PANED AREA 7. EXISTING LANDSCAPE TO REMAIN 6.6115 RULES, DATED MARCH 15, 2012. 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). =� PROPOSED ILLUMINATION POLE 10. REMOVE CURB INLET (SHOWN FOR REFERENCE) 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. C P * IF MANHOLE IS OUTSIDE OF - CURB AND GUTTER, NO CONCRETE COLLAR IS NEEDED. W a 12.8' 11' 12' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10 10' 10' 10 10' s.6 I O `12' `.' 10' `. ` 12 ROW ROW I CD D5 4 p B + i o STA 112+35.00 - ADJUST MANHOLE TO SIDEWALK GRADE DRAINAGE FLUME FOR STA 114+75.09 1 (TYPE 1) 1 (TYPE 1) CO SLOPE SIDEWALK TO DRIVEWAY 6.5G LT (PAID FOR AS MANHOLE ADJUSTMENT) PROPOSED TRENCH GRATE 6.50 LT I r ELEVATION AT 5 % MAX SLOPE BEGIN V WIDE END "WIDE � CONCRETE MEDIAN CONCRETE MEDIAN I Q U) - - - - - - . 111+50 - - - - . 112+00 - - - - - . 112+50 - - - - . 113+00 - - - - - - 113+50 - . - - - - 114+00 - - - - - - 114+50 - - - - 115+0011 . - . - . �.�. - . - 115+50 - - U) w STA 114+64.5i STA 115+g5.00 w Z PAVEMENTBEGIN ' BEGINI'WIDE Z NEW BUS STRUCTURE - I CONCRETE ME-KI J (BY GTHTHERS) 34THSTREET U 0 (TYPE 1) 1 O 1 (TYPE 1) 1 TYPE 2 1 U 0 ( ) I (TYPE 2) D30 D31 - D32 I D33 m N ROW R W I 10' 10' 10' 10' 8.9' 15.7' 14' 15.7' 14.5t�l 0'�11 19' 21.6' 10' 16.6' 16.3' 10' 14' 10' 14' 10' 16.3' 16.3' 10' 13' 10' NJI i 8 AMlv05 `\ I 8 STA 113+04.12 �R STA 11I'll .09 UN END CONCRETE BEGIN CONCRETE CURB & GUTTER I CURB &GUTTER 'I MATCH EXIST � MATCH EXIST j of o� TREXRESTAURANT �' C'J SUPPL/ES HEALTHCARE �l {y�� OESIG'N6 CONSTR(1CT/ON �I MANILLA SU841/AV METRO PLS DOM/NOS UALANT CAFE vA�ANr 1 2 3 4 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ 7h 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 4 OF 13 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5% (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. VARIES SIDEWALK - EXISTING PARKING LOT CURB PROTECT IN PLACE AND REPAIR AS NECESSARY SLOPE Am CD g o a U) w z J U Q SECTION A Rpm NTS :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) r� I KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100% HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET b N 0 20 40 EXISTING FLUME 16.5' f SIDEWALK 2% MAX r 1 SECTION B NTS 0 0 CV a U) w z J U H a Parkhill KYLE V77CKS N p � 98310 ,1 S F N \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 2 1 3 1 4 1 5 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B o N_ a U) w z Q :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 Parkhill tH & COOP a j KYLE W.JACKS N �'q.....98310% ' 11TS FN _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ v 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 6 OF 13 085 5 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am Am 24.3 ' * IF MANHOLE IS OUTSIDE OF CURB AND GUTTER, NO CONCRETE COLLAR IS NEEDED. 10, 10, 10, 10, 10, 10, 10, 9.6' 10, 1 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) - 14.4' 1 r� 1 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100% HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 6' 4' SIDEWALK FLUME 2%MAX 1%MAX J o SECTION A NTS 10' 7.7' 10' 4.3' 12' 10, 12' 10' 12' 10' 12' 10' 12' 10' 4.9' 10' 7.1' b N 0 20 40 16.2' ID, 10, r* O CD 9 D10 PLANTER BOX PLANTER BOX D11 O O + SEE SIDEWALK DETAILS SEE SIDEWALK DETAILS O + N(TYPE 1) 1 1 (TYPE 1) 4 1 (TYPE 1) 1 (TYPE 3) Q a 00 126+50 127+00 127+59 128+09 128+50 129+00 129+50 130+00 130+50 131 U) .-.-.------ ------ ------ ------ ............................. ......................................................................................... U) w w z z 34T)V STREET U (TYPE 1) 1 O 1 (TYPE 1) SLOPE SIDEWALK TO LIP ELEVATION AT 5% MAX SLOPE o I SLOPE SIDEWALK TO LIP F ' AT 5 % MAX SLOPE U IELIEVATION :11011w _. 13.7 �17 6' 15.1' �10' 12' 10' 12' 10' 12' 10' 12' 10' 12' 10' 12' 10' 12' 10' 10' 20' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 12' 10' 12' 10' 12' 10, 10' 10' 10' 10' STA 126+56.95 68.54 RT BEGIN CONCRETE �1 CURB & GUTTER iMATCH EXIST Q STA 126+23.91 68.55 RT C V END CONCRETE V CURB & GUTTER `\ MATCH EXIST JI CORONROO H/GHSCHOOL VVVV 1 2 3 4 5 Parkhill ' 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUMOCK, TEXAS 79401 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B o c2 a U) w z Q :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 0 0 co c_h a U) w z J U H a Parkhill tH & COOP a j KYLE W.JACKS N �'q.....98310% ' 11TS FN _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ v 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 8 OF 13 087 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B o cc c2 a U) w z Q :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 0 0 v a U) w z J U H a Parkhill tH & COOP a j KYLE W.JACKS N �'q.....98310% ' 11TS FN _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ v 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 9 OF 13 088 2 3 4 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am CD B o v a U) w z J U Q :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) r� I KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET b N 0 20 40 ACCEPTANCE OM NAIL UN/FC)RM P,9RT5 EL RJIJ�rIITO ALL STAR ORIENT'S A> -AUTOMATIC GOf UN TON✓N CUTLOOSE BURRITOS AUTO INSUR�NLE SUPPLY IN MOTION L /QUDR PEARL T.�'ANSM/SSON NO TENANT 1 2 3 4 5 0 0 co v a U) w z J U H a Parkhill KYLE V77CKS N p � 98310 ,1 S T N \\� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 2 1 :1 GENERALNOTES LEGEND 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B o cc v a U) w z Q fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET WA TERMILL _____________________ EXPRESS ROW `i' MIN 5 N 0 20 40 0 0 a U) w z J U H a Parkhill tH & COOP a j KVLE1.JA�KS N �'q.....98310% ' SS _ \\ NA\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 �TI ■ v v 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 11 OF 13 090 C� I<i GENERALNOTES LEGEND 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. DECORATIVE SIDEWALK 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST SEE SIDEWALK DETAILS SHEET 1 OF 3 ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. D 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO ' DECORATIVE SIDEWALK REINFORCED THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. SEE SIDEWALK DETAILS SHEET 1 OF 3 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE LANDSCAPE OR OTHER NON -PANED AREA RULES, DATED MARCH 15, 2012. PROPOSED ILLUMINATION POLE 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). =------ (SHOWN FOR REFERENCE) 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. C I 144 j I I I 10, 10, 10' 10' 10' 10' w 10' 10, 10, 10' 7.2' Oo '' F, - - - - - - - - L ------------------------------ A 3m KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK (REINFORCED) -SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 CD 0 Ln o 0 0 0 0 0 0 00 151+50 152+00 152+59 153+09 153+50 154+00 154+50 155+00 155+50 156. U) .-.-.------ ------ ------ ------ ........................................................................................ ........................... w z J 34THSTREET '— — — — — — — — — • 34771S7REET CHURCH'S CH/CKEN 1 W Q W Q a Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 yw1' I, yw1, nl 1 1 1 1 1 :5 1 4 5 GENERAL NOTES LEGEND KEY NOTES N 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 2. CONCRETE LANDSCAPE CURB - SEE SIDEWALK DETAILS ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS D 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO ' DECORATIVE SIDEWALK REINFORCED 5. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. SEE SIDEWALK DETAILS SHEET 1 OF 3 CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY OTHERWISE NOTED. 0 20 40 STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE LANDSCAPE OR OTHER NON -PANED AREA 7. EXISTING LANDSCAPE TO REMAIN 6.6115 RULES, DATED MARCH 15, 2012. 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). =------ PROPOSED ILLUMINATION POLE 10. REMOVE CURB INLET (SHOWN FOR REFERENCE) 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am Parkhill tH & COOP KYLE W. JACKS N p 98310% 11TS FN \'� NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r it IN! �' ■ ' �� „r£, 34TH STREET SIDEWALK PLAN SECTION 1 SHEET 13 OF 13 092 1 1 2 1 :1 GENERALNOTES LEGEND 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. Am ROW ----------------------- 0 C) ROW 394+00 a 14 fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 CD CD Do CD f`) U) W Z J 2 U Q Parkhill tH & COOP a j KVLE1.JA�KS N �'q.....98310% ' SS _ \\ NA\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SIDEWALK PLAN SECTION 2 SHEET 1 OF 6 093 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B CD Do M U) W Z 2 a :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 CD CD M M U) W Z J 2 U Q Parkhill tH & COOP a j KYLE W.JACKS N �'q..••• 98310•% ' 11TS FN _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' 34TH STREET SIDEWALK PLAN SECTION 2 SHEET 2 OF 6 094 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. CD B CD M T M U) W Z 2 a :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 CD 0 Do M U) W Z J 2 U Q Parkhill tH & COOP a j KYLE W.JACKS N �'q..••• 98310•% ' IITS FN _ \\\ NA 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 4 it ■ ! �' 34TH STREET SIDEWALK PLAN SECTION 2 SHEET 3 OF 6 095 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. D 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. C ALL/EDCOLLIS/ON AA TRANSMISSIONS HOME KLANGLEY F__ I �c 1 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) FRANSAN/NSURANCE ROYALPACKAGE SOUTHPLA/NS SERI//CES STORE MONUMENTS r� 1 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 5. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET o III a o' K 44 l W III � b N 0 20 40 10' 12.2' 16.8' 10' 16.7' 14.9' ID, 14.9' 13.6' 10, 10, 10, 10, 10, 10, 10' 13.6' 16.7' 10, 10, 10, 10' 10' 10' 10' 22.9' 1 11 20.1' 10' 10' 10' 10' ROW _ _ ROW B C 8 D9 5 8 D 5 D11 8 9 D12 8 1 (Ty 1) 1 (Ty 1) 5 C+ r STA 318+06.84 STA 322+48.61 N p^J 30.50 LT SLOPE SIDEWALK TO DRIVEWAY SLOPE SIDEWALK TO DRIVEWAY 30.SI LT C7 BEGIN CONCRETE ELEVATION AT 5% MAX SLOPE ELEVATION AT 5 % MAX SLOPE BEGIN CONCRETE Q CURB & GUTTER CURB &GUTTER a 00 MATCH EXIST 318+50 319+00 319+50 320+00 320+50 321+00 321+50 322+00 322+50 MATCH EXIST 323 U) ........... ..1......... ...... ...... ...... ..1......... ...... ...... ...... ..1......... ...... -.............................i...... -.L..... ...... -.- .-. UJ STA 322+89.22 W Z STA 318+14.58 STA 318+66.55 30.50 LT Z 30.50 T 3D.50 FIT END CONCRETE J BEGIN CONCRETE END CONCRETE CURB & GUTTER J CURB & GUTTER CURB & GUTTER MATCH EXIST = MATCH EXIST MATCH EXIST CU U 2 8 2 8 8 8 1 (Ty 1) 1 (TY1) Q D24 D25 D26 D21 Q - ROW_ --- ROW 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 11' 10' 11' 16.1' 12' 16.1' 10.410' 10' 10' 10' 10' 10' 10' 13.8' v 6.2 ' 6.9 ' 13.4 ' N 7.2' STA 322+05.18 END CONCRETE NCRETE CURB &GUTTER w MATCH EXIST ? 1 � UACANTLOT o g p BELLIZ PROPER TIES h of CRAZYCOLORS WORLD FINANCE OI/ERTIME TATTOO METAL REMOVAL � a Z LOANS&TAXES COMPANY SPECIAL TIES ~ O Q Oil �' O 1 2 3 4 5 Parkhill ' OS/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 1 1 :5 1 4 5 GENERAL NOTES LEGEND KEY NOTES N 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. AS INDICATED BY: DECORATIVE SIDEWALK 1. ADA RAMP -SEE ROADWAY DETAILS 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST SEE SIDEWALK DETAILS SHEET 1 OF 3 2. CONCRETE LANDSCAPE CURB - SEE SIDEWALK DETAILS ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS D 5. DECORATIVE SIDEWALK(REINFORCED)-SEE SIDEWALK DETAILS 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO ' DECORATIVE SIDEWALK REINFORCED 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. SEE SIDEWALK DETAILS SHEET 1 OF 3 CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY OTHERWISE NOTED. 0 20 40 STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE LANDSCAPE OR OTHER NON -PANED AREA 7. EXISTING LANDSCAPE TO REMAIN 6.6115 RULES, DATED MARCH 15, 2012. 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). =� PROPOSED ILLUMINATION POLE 10. REMOVE CURB INLET (SHOWN FOR REFERENCE) 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. 6 STA 327+11 STA 327+24 ISLAND =P'.". 36.00 LT CENTER OF F ICURB RADIUS DENSIFIED BACK[ DENSIFIED BACKFILL 5" STANDARD SIDEWALK - ILLUMINATION POLE UTILITY POLE ILLUMINATION FOUNDATION POLE C SECTION A DETAIL A z p a NTS NTS CAMERON MOTOR CO V LUBSOCKELECTR/C CO LUBSOCKELECTR/C CO 7.5 5.9 Q - STA 323+90.79 55.88 LT 5.5' 10.4' 10' 10' 10' 10' 10' 9.6' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 1D' 10.1' 6' 18.3' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' 10' ENDCONCRETE ? CURB & GUTTER 10' 10' 10' 13.7' 20.4' MATCH EXIST ROW _A.._ ROW_ Y\STA323+26.47 M T]o3.2' B C D13 g 1 (SPECIAL RAMP) 1 (SPECIAL RAMP) 8 5 8 1 (Ty 3) a C + z + M STA 325+37.60 O OD N 30.50 LT 3D.50 LT CONSTRUCT AS COMMERCIAL SEE DETAIL A ;� ' CONSTRUCT AS COMMERCIAL N M BEGIN CONCRETE BEGIN CONCRETE DRIVEWAY DRIVEWAY Cl) CURB & GUTTER CURB & GUTTER Q MATCH EXIST MATCH EXIST a DO 323+50 324+00 324+50 325+p0 325+50 326+00 326+50 327+DO 327+50 328 U).............................`.....--.-.-.-.-.....-.-...........................................................................................-. N W STA 326+97.81 STA 327+55.51 W Z 30.50 RT 3INCRTE 0. D Z ENDJ GIN CONCRET STA 323+71.69 30. CURB & GUTTER CURB & GUTTER E J = BEGIN CONCRETE 50 RIMATCH EXIST MATCH EXIST = (,) CU& GUTTER () N MATCH EXIST 1 (TY 1) 1 (TY 1) 2 8 8 5 1 (Ty 1) 1 (TY 1) 5 L Q D28 D29 Q s m rn 10' 10' 10' 10' 10' 10' 10' ROVV m j _ 6'" 12' 12' 12' 12' 12 14.1 12.3' 10' 12.8' 16.7' 10' 16' 16.5' 10' 1p' 1p' m 6.6 - Ni MATCHLINE THIS SHEET S/S TER SOF/A PALMREADER FF84.00 STA 324+68.52 RT ENDPLEXBLE PAVEMENT REPAIR - 28.81 16.4' - STA 324+01.10 84.04 RT 11' �V END CONCRETE CURB & GUTTER - 5'S a AUTOZONE MATCH EXIST V n = CHR/STA 9 114 I O 5.S' `� �1 � of W STA 324+74.02 BEGIN RT BEGIN CONCRETE Q - 3', ` Q CURB & GUTTER MATCH MATCH EXIST 2 3 III 1 ( IOI \ ¢ STA 324+68.52 RT MATCHLINE THIS SHEET 2D5.79 BEGIN FLEXIBLE PAVEMENT REPAIR 1 2 3 4 5 Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 lI . 1 1 2 GENERALNOTES 1. INSTALL EXPANSION JOINTS AT ALL LOCATIONS ADJACENT TO NEW CONCRETE OR BUILDINGS. 2. FIELD VERIFY AND PROTECT ALL PUBLIC UTILITIES WITHIN THE CONSTRUCTION AREA. ADJUST ALL AFFECTED CLEAN OUTS, VALVE BOXES, ETC. TO THE PROPER GRADE FOR NO ADDITIONAL D COMPENSATION, UNLESS OTHERWISE SHOWN ON THE PLANS. 3. REPAIR OR REPLACE ALL EXISTING ITEMS DAMAGED OR ALTERED DURING CONSTRUCTION TO THE ENGINEER'S SATISFACTION FOR NO ADDITIONAL COMPENSATION. 4. ALL PEDESTRIAN -RELATED CONSTRUCTION SHALL COMPLY WITH THE TEXAS ACCESSIBILITY STANDARDS (2012) AND THE ELIMINATION OF ARCHITECTURAL BARRIERS ADMINISTRATIVE RULES, DATED MARCH 15, 2012. 5. SIDEWALK LONGITUDINAL SLOPE SHALL NOT EXCEED 5 % (1:20). 6. CHANGES IN LEVEL BETWEEN 1/4" AND 1/2" SHALL BE BEVELED WITH A SLOPE OF 1:2 OR FLATTER. CHANGES IN LEVEL GRATER THAN 1/2" SHALL BE REMOVED OR ADJUSTED TO THE SATISFACTION OF THE ENGINEER. 0 B 0 N M U) W Z 2 a :5 LEGEND fflo DECORATIVE SIDEWALK SEE SIDEWALK DETAILS SHEET 1 OF 3 DECORATIVE SIDEWALK REINFORCED SEE SIDEWALK DETAILS SHEET 1 OF 3 LANDSCAPE OR OTHER NON -PAVED AREA =� PROPOSED ILLUMINATION POLE (SHOWN FOR REFERENCE) 4 KEY NOTES AS INDICATED BY: 1. ADA RAMP -SEE ROADWAY DETAILS 2. CONCRETE LANDSCAPE CURB- SEE SIDEWALK DETAILS 3. 5" STANDARD SIDEWALK- SEE SIDEWALK DETAILS 4. 15" BOLTED TRENCH GRATE - SEE SIDEWALK DETAILS 5. DECORATIVE SIDEWALK(REINFORCED) - SEE SIDEWALK DETAILS 6. EXISTING IRRIGATION TO REMAIN. REPAIR ANY DAMAGES CAUSED BY CONSTRUCTION AND ENSURE 100 % HEAD TO HEAD COVERAGE FOR NO ADDITIONAL COMPENSATION UNLESS OTHERWISE NOTED. 7. EXISTING LANDSCAPE TO REMAIN 8. ROW BOUNDARY 9. RAISED SIDEWALK- SEE SIDEWALK DETAILS 10. REMOVE CURB INLET 5 N 0 20 40 Parkhill tH & COOP a j KYLE W.JACKS N �'q..••• 98310•% ' 11TS FN _ \\\ NA 05/21/23 1NN_fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .� it ■ ! �' pis f ' .£, , 34TH STREET SIDEWALK PLAN SECTION 2 SHEET 6 OF 6 098 1 2 3 4 5 D C z B a v o� 1 2 3 4 5 HARDSCAPE SUMMARY ITEM UNIT SHEET TOTAL SECTION 1 SECTION 2 1 2 3 4 5 6 7 8 9 10 11 12 13 1 2 3 4 5 6 BRICK PAVERS SY 0 290 247 181 430 390 248 265 274 372 235 53 85 203 199 205 169 100 97 4043 CONCRETE SIDEWALK (4") SY 0 25 36 0 0 0 0 38 0 0 0 0 0 0 30 0 50 49 0 228 CONCRETE SIDEWALK (5") SY 115 614 604 598 1041 1029 816 711 799 867 571 111 297 551 596 561 476 701 523 11581 CONCRETE SIDEWALK (6") SY 0 92 77 0 0 0 0 127 22 0 100 0 0 15 131 73 174 177 7 995 SIDEWALK CURB (6") LF 173 421 287 0 81 0 0 148 324 0 211 0 0 127 146 411 130 121 185 2765 SIDEWALK TRENCH GATE EA 0 0 12 6 0 24 14 0 0 32 0 0 0 0 0 0 0 0 0 88 ADA RAMP TY I EA 2 0 2 6 2 0 4 4 4 3 1 0 0 1 4 4 4 4 4 49 ADA RAMP TY II EA 0 0 0 2 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 3 ADA RAMP TY I II EA 0 0 0 0 2 0 1 0 0 5 0 0 0 0 0 0 0 1 5 14 ADA RAMP (SPECIAL) EA 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 3 1 5 IRRIGATION INSTALLATION LF 0 0 156 352 0 226 497 423 237 300 396 86 700 0 207 39 27 42 31 3719 CONCRETE PAVING (9") SY 0 0 0 975 420 0 0 0 0 0 0 0 2465 � 0 0 0 0 0 0 3860 CONCRETE CURB &GUTTER LF 170 665 443 759 742 632 798 632 523 631 524 0 766 385 349 180 353 341 205 9098 CONCRETE MEDIAN SY 0 0 0 26 40 0 0 0 0 0 0 0 120 0 0 0 0 0 0 186 ALLEY AND DRIVEWAY RETURNS SY 0 597 464 386 362 425 359 438 547 482 523 0 64 123 330 297 439 575 516 6927 CURB INLET EA 0 0 0 0 0 0 0 0 0 3 2 0 0 0 0 0 0 0 0 5 MOUNTABLE CURB &GUTTER LF 0 142 29 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 171 Parkhill tH & COOP a j KVLE W.]AC KS N % = llT s N OS/21 /23 f-fq HUGO REED AND ASSOCIATES, INC. Lubbock CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' 34TH STREET ROADWAY AND SIDEWALK SUMMARY 099 1 I DIMENSION "A" (SEE SIDEWALK PLAN) "A, _ 2' TYP a a Qa o ° o a a a D a° 4 I� I� 1'-0" DIMENSION "B" VARIES - BACK OF SIDEWALK -YP (SEE SIDEWALK PLAN) 112 "B" - CONTROL JOINT -HAND -TOOLED (WHERE SHOWN ON THE PLANS) Q � — CONCRETE BAND - CLASSA WITH FIBERMESH z N a (PAID FOR AS CONCRETE SIDEWALK) ) U SEE NOTE w Q ° - EXPANSION JOINT NOTE: PAVESTONE PAVER OR APPROVED EQUAL: 12"X12" GIANT VENETIAN 1 / 3 EQUAL COLOR PORTIONS (COLORS: TRAVERTINE, MILLSAP, PANHANDLE) INSTALLED IN A BRICK JOINT PATTERN WITH BRICK STAGGER RUNNING PARALLEL TO TRAFFIC DIRECTION IN RUNNING BOND PATTERN. BROOM JOINTS WITH TECHNISEAL POLYMERIC SAND OR APPROVED EQUAL. C PAID FOR AS CONCRETE PAVERS. DECORATIVE SIDEWALK TYPICAL PATTERN NTS FINISH GRADE (VARIES) SEE PLANS FOR ADJACENT MATERIAL 1 /2" BITUMINOUS EXPANSION MATERIAL - CURB & GUTTER x w a U Z U Q W o ul N 3 z wn O J � - U m a w w Z sz DIRECTIONS OF TRAFFIC a° �a a a ROADWAY CURB FACE � ROADWAY CURB BACK FINISH GRADE (VARIES) SEE PLANS FOR - 1/2" BITUMINOUS ADJACENT MATERIAL / EXPANSION MATERIAL CURB & GUTTER �!r!irrirrirrirri rirri�ri.✓ �rJ'�riTri,rTr�• 1"SAND BASE (MAX)'��!��Qi�r%Qi�r%%Qi�ri ( SUBSIDIARYTOV�r%V� %�r%�r%Q%��y' V\ry r�TJ!rLi ��rri✓r L 1" SAND BASE (MAX) (SUBSIDIARY TO PERTINENT ITEMS) PERTINENT ITEMS) 5" CONCRETE, CLASS 6" CONCRETE, CLASS C B WITH FBERMESH. WITH 6"X6" 10/10 WIRE MESH COMPACTED SUBGRADE SEE PLANS FOR LOCATIONS COMPACTED SUBGRADE SEE PLANS FOR LOCATIONS 95 % MODIFIED PROCTOR PAID FOR AS CONCRETE SIDEWALK (5") 95% MODIFIED PROCTOR PAID FOR AS CONCRETE SIDEWALK (6") (SUBSIDIARY TO (SUBSIDIARY TO PERTINENT ITEMS) PERTINENT ITEMS) 5" STANDARD SIDEWALK 6" STANDARD SIDEWALK (REINFORCED) NI NTS CONCRETE, IDEVIALK - TOOLED CONTROL JOINT 1 /4" RADIUS v N i LONGITUDINAL SLOPE CROSS SLOPE 1:20 MAX (5%) 1:50 MAX (2 % ) TOOLED CONTROL - JOINTS EVERY 8' MAX - EXPANSION JOINTS PLAN WHERE CONCRETE ABUTS ALL OTHER HARD N CONSTRUCTION AND �i EVERY 32' MAX STANDARD SIDEWALK NTS 1/2" - PAVEMENT SURFACE 1/4" R �1/4" R - 7 z w z _ Qa j U � a a r SELF -LEVELING - SEALANT EXPANSION JOINT NTS 2 T BOND BREAKER 112' NON -EXTRUDING PREMOLDED COMPRESSIBLE MATERIAL 4 I 5 0 o a o P Q P P PPo PP OAP PO00 00 P 0 Po P P oa P P° 0 . Po. P o. 0 �Po POoP P 0 P PPO� DP PP BRJP `QO P POo PO �PP �P P W P P 0 P - PROTECT EXISTING TREES P 0 DURING CONSTRUCTION - 5" THICK CONCRETE BAND 3500NPSI WITH FIBERMESH COCRETE PAVERS I I 1 >rr:rr;rr.`ir��rr, rr: rr:rrvivir EXISTING TREE IN SIDEWALK WITH PAVERS NTS 5" CONCRETE, CLASS A WITH FIBERMESH SEE PLAINS FOR LOCATIONS PAID FOR AS CONCRETE SIDEWALK (5'S - CONCRETE PAVER SEE PLANS FOR LOCATIONS PAID FOR AS CONCRETE PAVERS - 1"SAND BASE (MAX) ( SUBSIDIARY TO PERTINENT ITEMS) - 2" FLOWFILL UNDERLAYMENT CONCRETE CLASS A WITH FIBERMESH. COMPACTED SUBGRADE PAID FOR AS FLOWFILL 95% MODIFIED PROCTOR UNDERLAYMENT(2") (SUBSIDIARY TO PERTINENT ITEMS) DECORATIVE SIDEWALK NTS 10' O.C. 6„ TOP OF PAVEMENT CURB PLAN a - CONCRETE CURB, CLASS A SEE PLANS #3 REBAR CONTINUOUS 6,• (PAID FOR AS CONCRETE CURB LANDSCAPE) - EXPANSION JOINT - SIDEWALK SECTION CONCRETE LANDSCAPE CURB 6" CONCRETE, CLASS C WITH 10/10 WIRE MESH SEE PLAINS FOR LOCATIONS PAID FOR AS CONCRETE SIDEWALK (6") - CONCRETE PAVER SEE PLANS FOR LOCATIONS PAID FOR AS CONCRETE PAVERS - 1" SAND BASE (MAX) (SUBSIDIARY TO � ryrrrryrrr PERTINENT ITEMS ) rrrr�rrryirr��y�y�rr�r��y� r��irrr WITH 6 X6" 10/10 WIRE MESH rrrlr/ r� rr SEE PLAINS FOR LOCATIONS PAID FOR AS CONCRETE SIDEWALK (4") 1"SAND BASE (MAX) (SUBSIDIARY TO PERTINENT ITEMS) - COMPACTED SUBGRADE 95 % MODIFIED PROCTOR (SUBSIDIARY TO PERTINENT ITEMS) DECORATIVE SIDEWALK (REINFORCED) NTS VARIES (SEE SIDEWALK PLAN) PROPOSED - 5" SIDEWALK CURB & GUTTER 1 5% MAX - VARIES EXISTING PARKING SURFACE RAISED SIDEWALK Parkhill ' OS/21/23 I -Ft HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 qj NTS NTS 3 I NTS 5 100 2 :5 4 DI B 2 ADA COMPLIANT GRATE — COVER (SEE SECTION VIEW) 0 0 0 0 0 0 0 w 00000000 -SIDEWALK 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 DIRECTION OF TRAFFIC EXPANSION JOINT — — EXPANSION JOINT PLAN VIEW LIMITS OF PAY FOR TRENCH GRATE 15" 8.5" ADA COMPLIANT BOLTED TRENCH GRATE & FRAME (MODEL: EASAT JORDAN V-7364 OR APPROVED EQUAL) SIDEWALK — SEE DETAIL ADA COMPLIANT (TYP) "A" GRATE COVER D D #4 REBAR @ 12"SPACING 4" 12" 4" 6" �9r N1 — 5/8" STEEL HEX BOLTS WITH WASHER GRATE COVER O — ANCHOR LUGS FOR REBAR 12" SIDEWALK TRENCH DRAIN DETAIL NTS 3 4 Parkhill tH & COOP a j KVLE W.JA�KS �'q.....98310% ' 1 k' NA 05/21/23 HUGO REED AND ASSOCIATES, INC. Lubbio ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET SIDEWALK DETAILS SHEET 2 OF 3 101 1 2 3 4 5 D VARIES PROPOSED CONCRETE SIDEWALK PROPOSED ROADWAY EXISTING PARKING LOT 2 % MAXIMUM CROSS -SLOPE (CONCRETE OR ASPHALT) — PAVED TIE-IN 3: /��/��/��/ /X/X\/��/��/ — 2" FMAC — 5" CONCRETE RIPRAP ASPHALT TIE-IN CONCRETE TIE-IN — 4" FLOWABLE FILL c SIDEWALK TIE-IN CONCRETE / ASPHALT NTS o� VARIES PROPOSED CONCRETE SIDEWALK PROPOSED ROADWAY EXISTING VEGETATION — 2 % MAXIMUM CROSS -SLOPE B SOD 4. a SIDEWALK TIE-IN SOD NTS o� 1 2 3 4 5 Parkhill tH & COOP s, A.�E�F rEFas1�4'o a j KVLE W.JAKS N 1 k' NA _ \\\ NA 05/21/23 1NN_fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 m411- ■ 34TH STREET SIDEWALK DETAILS SHEET 3 OF 3 102 DI B d 4 1 z. o zo zo ZO 20 V V V V II \ TIE INTO EXISTING I IRRIGATION SYSTEM 11 �1 112' 12 z o .o \ 12 --13 -14 z 'v 13 2" 35.7 � 14 2" 35.7 \ —PROPOSED LOCATION OF IRRIGATION SYSTEM TO FOLLOW NEW SIDEWALK �V LIMITS rx 20 ,a `v zo —EXISTING IRRIGATION SYSTEM 20 2,0 PROPOSED LOCATION OF TIE INTO EXISTING IRRIGATION SYSTEM TO IRRIGATION SYSTEM ;. �- FOLLOW NEW SIDEWALK � 2 _. LIMITS �� 0 Li I\ T - z' 0 20 5 N 0 20 40 GENERAL NOTES: 1. PROPOSED IRRIGATION SYSTEM SHALL MATCH THE EXISTING IRRIGATION SYSTEM IN REGARD TO NUMBER OF HEADS PER STATION. 2. ENSURE THAT WATER TO STATIONS 11 AND 12 IS TURNED OFF WHEN MAKING TIE INS. 3. COORDINATE WITH CORONADO HIGH SCHOOL WHEN WORK IS TO BE PERFORMED. Parkhill tH & COOP a j KVLE 7.JA KS N �'q.....98310% ' 1 k' NA _ \\\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 34TH STREET IRRIGATION PLAN 103 II C� I<i 1 7■ No A e T o" 1 R7-10A 8x18 kl us J r L L V sT R7-107A LIMITFFL— Q 18x18 3 5 7 W R STOP g R2-1 Q 1-A 3pz3G ° R1-1 36x36 2-A Esss<_ K° 4 j w s o® F3-Al GENERAL NOTES: a 8 w s 1. ALL STRIPING AND RAISED PAVEMENT MARKERS WILL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. REFER TO PROPOSED TYPICAL SECTIONS FOR LANE WIDTHS. 3. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK TRAFFIC - - - ��:` - - - -.`.- -.-. O DEPT FOR STREET NAME SIGNS \ 3-B y.g AND NUMBERS. \ 4. SIGNS MAY BE ADJUSTED IN THE \ " SPEED STOP FIELD BY THE ENGINEER TO SUIT CONDITIONS. LIMIT R1-1 1 � 36x36 35 R2-1 30x36 KEYED NOTES: RI -Sr O 4" WHITE BROKEN — SEE 34TH STREET SIGN MD -PAVEMENT 3pz36 O v MARKING PLAN SHEET 3 OF 3 FOR ONLY I Y 2 4" WHITE SOLID 29TH DRIVE DETAILS N L 7 5 7 3 9 Q 4" YELLOW BROKEN O 4" YELLOW SOLID 77 04 OS 8" WHITE SOLID STA 117+70 � � t=15+pp11 +pp 11' 24" WHITE SOLID .`.—.—...— —.—. —.—. .—. —.—.— .—.—.—.—.i—...— y ARROW (SYMBOL) 6 W -?4THSTREET v v Z ® RRPM CL B (REFL) _ " J TY 1-C 2 Q L� L �9 490U 7 1 8 4 RRPM CL B (REFL) 4 I�1'1 TY 11-A-A Wa ne 3400 341h 480� �1 RR 1® TRAFFIC BUTTON nST R71p7A •4-IN TYW �� `V \ 11 3 WHITE DOTTED 4-g STOP 3 �v.r���a� R, STOP 3fix36 si-1 AHEAD SW1639P "i 24X12P36 i 51-1 _ STA 113+1p R1 1 36.36 R3-5r 36x36 8-B 5-g 30 x35 7-g 0 N LY 6-g 1 2 3 4 1 Parkhill I —Ft HUGO REED AND ASSOCIATES, INC. *Lubbockl TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ r ■�' 7h 34TH STREET SECTION 1 SIGN AND PAVEMENT MARKING PLAN SHEET 1 OF 3 104 7M Am Am 1-B 34'' 47ao J ICT/1D '.. R7-107A 18.18 ®�0 1. ALL STRIPING AND RAISED PAVEMENT MARKERS WILL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. REFER TO PROPOSED TYPICAL SECTIONS FOR LANE WIDTHS. 3. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPT FOR STREET NAME SIGNS AND NUMBERS. 4. SIGNS MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS. Q� STOP ST 9 1 ♦ S,, KEYED NOTES: 36x36 F 'x rvsrnv�cc �O R7-I107A R1-1 V o O 4" WHITE BROKEN R1-1 t U5 18.18 36x36 SW16-9P Q 36.36 24X12 �2 4" WHITE SOLID yy d d 36x36 � � y 3� 4" YELLOW BROKEN CD CD N_� y. ® 4 YELLOW SOLID 8" WHITE SOLID N _.. — — � — — — y © 24" WHITE SOLID `...........`...........`.......—.—.`.—.—.—.—.—.`. .—.—.—.i—.—.—.—.—.—. LU . — . — . . — . — . — . — . — . ` . — . — . — . . ` . — . — . — . — . . ` ..— . — . — . — W 7O ARROW (SYMBOL) 34711STi4EET — — — — — — — — — — — — ® RRPM CL B (REFL) .. - _ = TY1C RRPM CL B (REFL) T_ dL� 0 TY 11-A-A 144 34t° 4700 y 341h 4500 TRAFFIC BUTTON Q Toledo 3400 Y/` Salem 3400 I� 4-IN TY W Q,w,m.ec scenic � um nce me 11 3" WHITE DOTTED °9E END 0 Q STOP SCHOOL y STOP R7-107A S5-2 18x18 "� R1-1 ZONE 24x30 III us ® R1-1 r 36x36 36x36 F7-B-1 F8--B-1 OR D pi 10-B Parkhill ' 05/21123 f-fq HUGO REED AND ASSOCIATES, INC. *Lubbockl TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 2 1 3 1 4 I 105 7M Am Am I 1 1 R3—SR �• ONLY ONLY ONLY as�OD) y.v END PROPOSED STRIPING STA 1 +25 STA 12+35 TO TO EXIST STA 16+35 /.� �•\ o o o o o o e o 15+00 19THOR/VE (DOUBLE) STA 11+00 . 8 1 ' STA 12+68 2-B SPEEDi LIMIT 35,,2-, ,30x36 r� 1 I in b N 0 50 100 LEGEND TRAFFIC FLOW INDICATOR PRE —FABRICATED TRAFFIC SYMBOL TRAFFIC SIGN GENERAL NOTES: 1. ALL STRIPING AND RAISED PAVEMENT MARKERS WILL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. REFER TO PROPOSED TYPICAL SECTIONS FOR LANE WIDTHS. 3. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPT FOR STREET NAME SIGNS AND NUMBERS. 4. SIGNS MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS. KEYED NOTES: 1O 4" WHITE BROKEN OH 4" WHITE SOLID O3 4" YELLOW BROKEN ® 4" YELLOW SOLID OS 8" WHITE SOLID © 24" WHITE SOLID 7O ARROW (SYMBOL) ® RRPM CL B (REFL) TY 1-C 9� RRPM CL B (REFL) TY 11—A-A 1® TRAFFIC BUTTON 4-IN TY W 11 8" WHITE DOTTED Parkhill ' OS/21123 I -Ft HUGO REED AND ASSOCIATES, INC. 34TH STREET SECTION 1 SIGN AND PAVEMENT MARKING PLAN SHEET 3 OF 3 106 1 2 3 7■ No 7■ 1 1 i 4 5 i I I I I ,A 3-A RIGHT LANE 34t^ boo MUST 2 A *AvlT R7-,07ATURN RIGHT 8x16WR3-7R 0 50 100 30x30 4 us LEGEND CD x � � ® Ln + TRAFFIC FLOW INDICATOR PRE -FABRICATED r Cl) TRAFFIC SYMBOL au on 3na+nn 04+00 305+00 306+00 307+ a TRAFFIC SIGN _ _---- —.—.—.—.—.—.—.—.—.—.—.—.—r?—.—.—.—i.—...... —.—.`.—.—. U 34IHSrMCE7_ — — — — — — w — • J L U H a u�no�oanmosra oe R7-107A 34'^ 1500 SPEED ST 18z18 LIMIT �_ Ave P 3400 II W 3R2 1 35, STO 5S`y.W1 -1,6 6 _gP— R -1 • AHEAD 36x36 �412 i6-A 7-A GENERAL NOTES: 1. ALL STRIPING AND RAISED PAVEMENT MARKERS WILL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. REFER TO PROPOSED TYPICAL SECTIONS FOR LANE WIDTHS. 3. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPT FOR STREET NAME SIGNS B 3 g _ 7 B AND NUMBERS. 2 t^ St 4. SIGNS MAY BE ADJUSTED IN THE St 34'^ 1500 S1-1 ��s"mv -mrs 34 3aa FIELD BY THE ENGINEER TO SUIT 3300 36x36 4 CONDITIONS. • Ave � � 6-g Ave M 3300 5-g -.^ O R10.0 SPEED I 24z30 4-B • E D R7167A STOP • LIMIT _ KEYED NOTES: SC OOL STOP , I 3z16 HERE a�'STOP 51.1 1O 4" WHITE BROKEN R ' 36x36 3�5� III O ory - � vs 24x30 R1-1 SW16-7P \ I S o`N R2-1 Q - I R1-1 2 4" WHITE SOLID 36x36 24x12 t us ` 30x36 36x36 C I SW16-9P AHEAD O3 4" YELLOW BROKEN 24X12 N') ® 4" YELLOW SOLID .. Ari. ( • -o —� � � N SO 8" WHITE SOLID Cl) 24" WHITE SOLID + + y ARROW (SYMBOL) o Z ® RRPM CL B (REFL) • rv,-c 3 ' V 9O RRPM CL B (REFL) o I I �� a TY 1,-A-A 51-1 t^ St q 34t^ Slut TRAFFIC BUTTON vAcamr 36x36 1200 4-IN TY W • Ave N 3400 �����„� ��„�� Ave M 3400 STOP ?` END R7-107A 3"WHITE DOTTED ST HERE L44 I ZS 18x18 tlOS UH W SCHOOL 3B V STOP ZONE S12 STO 24x30 240SW16-7P 24x3D30 24x12 R1-1 11-B 14_B 36x36 > R1-1 g_g 36x36 10-B � 12-B Parkhill 4 Lubblo of TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 1 in 1 107 DI CD Ln N m a W Z J 2 U a B 2 :5 5 1u'V, O 4 a IR ` v Q 0 50 100 I h LEGEND TRAFFIC FLOW INDICATOR PRE -FABRICATED TRAFFIC SYMBOL h 334+`0 TRAFFIC SIGN e ®a HQ O QN yQ WZ Z GENERAL NOTES: 1. ALL STRIPING AND RAISED PAVEMENT MARKERS WILL CONFORM TO PAVEMENT MARKING STANDARD SHEETS. 2. REFER TO PROPOSED TYPICAL SECTIONS FOR LANE WIDTHS. 3. CONTRACTOR SHALL COORDINATE WITH CITY OF LUBBOCK TRAFFIC DEPT FOR STREET NAME SIGNS AND NUMBERS. 4. SIGNS MAY BE ADJUSTED IN THE FIELD BY THE ENGINEER TO SUIT CONDITIONS. KEYED NOTES: 0 4" WHITE BROKEN OH 4" WHITE SOLID O3 4" YELLOW BROKEN ® 4" YELLOW SOLID OS 8" WHITE SOLID © 24" WHITE SOLID O ARROW (SYMBOL) ® RRPM CL B (REFL) TY 1-C �9 RRPM CL B (REFL) TY 11-A-A 1® TRAFFIC BUTTON 4-IN TY W 11 8" WHITE DOTTED Parkhill tH & COOP s,�����F rE+asl�tio a j KVLE W. JACKS N 11TS FN - \kNA 05/21/23 4 Lubblo of TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 aIS 34TH STREET SECTION 2 SIGN AND PAVEMENT MARKING PLAN SHEET 2 OF 2 108 1 1 2 1 3 1 4 1 2 1 3 14 5 D C oz B o� 1 2 3 5 34TH STREET SUMMARY OF PAVEMENT MARKING QUANTITIES (SECTION 1) ITEM UNIT TOTAL 1 LF 1040 2 LF 0 3 LF 375 4 LF 1500 5 LF 340 6 LF 285 7 EA 2 8 EA 467 9 EA 150 10 EA 0 11 LF 0 34TH STREET SUMMARY OF PAVEMENT MARKING QUANTITIES (29TH DRIVE) ITEM UNIT TOTAL 1 LF 170 2 LF 0 3 LF 0 4 LF 0 5 LF 305 6 LF 100 7 EA 4 8 EA 17 9 EA 0 10 EA 0 11 LF 45 34TH STREET SUMMARY OF PAVEMENT MARKING QUANTITIES (TOTALS) ITEM UNIT TOTAL 1 LF 1210 2 LF 0 3 LF 375 4 LF 1500 5 LF 645 6 LF 385 7 EA 6 8 EA 484 9 EA 150 10 EA 0 11 LF 45 Parkhill tH & COOP a j KVLE W.J KS 1`"S FN OS/21/23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 109 1 2 3 4 5 D SHEET Parkhill tH & COOP OF r�asl�tio a j KVLE W. JACKS N % = llT s N OS/21 /23 f-fq HUGO REED AND ASSOCIATES, INC. 34TH STREET SECTION 1 SMALL SIGN SUMMARY 110 11 2 3 1 4 5 D C NOTE: o z OF SIGN POST (806-712-2000). 2. COORDINATE WITH CITY OF DEPARTMENT FOR STREET NAME AND SIGN DIMENSION. B a v N� o� 1 2 3 5 1. NOTIFY SCOTT DRAINVILLE AT 34TH ST 1200 (SEE NOTE 2) VAR X 9" C X CITIBUS UPON INSTALLATION 12-B 34TH 322+43 RT AVE M 3400 (SEE NOTE 2) VAR X 9" C X IDBWG LUBBOCK TRAFFIC 14-B 34TH 317+15 RT R10-6L STOP HERE ON RED 24"X30" C X IDBWG 4 SUMMARY OF PROPOSED SMALL SIGNS SM RD SGN ASSM TY XXXXX (X) XX (X - XXXX) POST TYPE ANCHOR TYPE MOUNTING DESIGNATION w m � � � FRP = FIBERGLASS UA =UNIVER-GONG TWT = THIN -WALL UB =UNIVER-BOLT 1EXT OR 2 EXT=' OF EXT 10BWG = 10 BWG WA = WEDGE -GONG p= PREFAB. "P" BM =EXTRUDED WIND BEAM PLAN SIGN SIGN m � 0 c c POSTS (1 ALIGN STATION RT I LT SIGN NOMENCLATURE SIGN TEXT SHEET NO. NO. DIMENSIONS SSU = SCH80 OR 2) SA =SLIP -GONG T= PREFAB. "T" WC=1.12'/FT WING CHAN. m m m SB =SLIP -BOLT U= PREFAB."U" EXAL=EXTENDED ALUM. SIGNS D D G7 1-A 34TH 306+30 LT R3-7R RIGHT LANE MUST TURN RIGHT 30" X 30" C X IDBWG 1 SA P 2-A 34TH 308+50 LT POST ONLY (SEE NOTE i) 18" X 18" C X IDBWG 1 SA P 34TH ST 1600 (SEE NOTE 2) VAR X 9" C X 3-A 34TH 310+95 LT AVE P 3300 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 4-A 34TH 306+50 RT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 5-A 34TH 308+10 RT POST ONLY (SEE NOTE 1) 18" X 18" C X IDBWG 1 SA P 34TH ST 1500 (SEE NOTE 2) VAR X 9" C X 8-A 34TH 311+38 RT AVE P 3400 (SEE NOTE 2) VAR X 9" C X 10 BWG 1 SA P Ri-1 STOP 36" X 36" C X 51-1 SCHOOL 36" X 36" C X IDBWG 1 SA P 7-A 34TH 312+40 RT SWiG-9P AHEAD 24"X 18" C X IDBWG 1 SA P 1-B 34TH 314+80 LT 55-2 END SCHOOL ZONE 24" X 30" C X IDBWG 1 SA P 34TH ST 1500 (SEE NOTE 2) VAR X 9" C X 2-B 34TH 317+22 LT AVE N 33D0 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 1 4-B 34TH 317+88 LT POST ONLY (SEE NOTE i) 18" X 18" C X IDBWG 1 SA P 5-B 34TH 321+47 LT 51-1 SCHOOL 36" X 36" C X IDBWG 1 SA P SW16-9P AHEAD 24" X 18" C X IDBWG 1 SA P 6-B 34TH 321+90 LT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 34TH ST 1300 (SEE NOTE 2) VAR X 9" C X 7-B 34TH 322+05 LT AVE M 3300 (SEE NOTE 2) VAR X 9" C X 10 BWG 1 SA P Ri-1 STOP 36" X 36" C X 8-B 34TH 316+60 RT POST ONLY (SEE NOTE 1) 18" X 18" C X IDBWG 1 SA P 34TH ST 1300 (SEE NOTE 2) VAR X 9" C X 10-B 34TH 317+96 RT AVE N 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 11-B 34TH 319+85 RT 55-2 END SCHOOL ZONE 24" X 30" C X IDBWG 1 SA P 1 SA P R1-1 STOP 36" X 36" C X 13-B 34TH 318+05 LT R10-6L STOP HERE ON RED 24"X30" C X IDBWG 1 SA P 1 SA P 1-A 34TH 329+80 LT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 34TH ST 1100 (SEE NOTE 2) VAR X 9" C X 2-A 34TH 330+74 LT AVE J 33D0 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 34TH ST 1100 (SEE NOTE 2) VAR X 9" C X 3-A 34TH 327+47 RT AVE K 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 2 M2-1 JUNCTION 21" X 15" C X M1-1 INTERSTATE 27 24" X 24" C X 4-A 34TH 329+58 RT IDBWG 1 SA P M2-1 JUNCTION 21" X 15" C X M1-4 US HIGHWAY 87 24"X24" C X 34TH ST 1000 (SEE NOTE 2) VAR X 9" C X 5-A 34TH 331+18 RT AVE J 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X Parkhill ANA C tH & COOP a j KVLE W.J KS �'q.�....98310� 11po IITS FN _ OS/21 /23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 0. lot 34TH STREET SECTION 2 SMALL SIGN SUMMARY 111 SUMMARY OF PROPOSED SMALL SIGNS SM RD SGN ASSM TY XXXXX (X) XX (X - XXXX) POST TYPE ANCHOR TYPE MOUNTING DESIGNATION w m � � � FRP = FIBERGLASS UA =UNIVER-GONG TWT = THIN -WALL UB =UNIVER-BOLT 1EXT OR 2 EXT=' OF EXT 10BWG = 10 BWG WA = WEDGE -GONG p= PREFAB. "P" BM =EXTRUDED WIND BEAM PLAN SIGN SIGN m � 0 c c POSTS (1 ALIGN STATION RT I LT SIGN NOMENCLATURE SIGN TEXT SHEET NO. NO. DIMENSIONS SSU = SCH80 OR 2) SA =SLIP -GONG T= PREFAB. "T" WC=1.12'/FT WING CHAN. m m m SB =SLIP -BOLT U= PREFAB."U" EXAL=EXTENDED ALUM. SIGNS D D G7 1-A 34TH 306+30 LT R3-7R RIGHT LANE MUST TURN RIGHT 30" X 30" C X IDBWG 1 SA P 2-A 34TH 308+50 LT POST ONLY (SEE NOTE i) 18" X 18" C X IDBWG 1 SA P 34TH ST 1600 (SEE NOTE 2) VAR X 9" C X 3-A 34TH 310+95 LT AVE P 3300 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 4-A 34TH 306+50 RT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 5-A 34TH 308+10 RT POST ONLY (SEE NOTE 1) 18" X 18" C X IDBWG 1 SA P 34TH ST 1500 (SEE NOTE 2) VAR X 9" C X 8-A 34TH 311+38 RT AVE P 3400 (SEE NOTE 2) VAR X 9" C X 10 BWG 1 SA P Ri-1 STOP 36" X 36" C X 51-1 SCHOOL 36" X 36" C X IDBWG 1 SA P 7-A 34TH 312+40 RT SWiG-9P AHEAD 24"X 18" C X IDBWG 1 SA P 1-B 34TH 314+80 LT 55-2 END SCHOOL ZONE 24" X 30" C X IDBWG 1 SA P 34TH ST 1500 (SEE NOTE 2) VAR X 9" C X 2-B 34TH 317+22 LT AVE N 33D0 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 1 4-B 34TH 317+88 LT POST ONLY (SEE NOTE i) 18" X 18" C X IDBWG 1 SA P 5-B 34TH 321+47 LT 51-1 SCHOOL 36" X 36" C X IDBWG 1 SA P SW16-9P AHEAD 24" X 18" C X IDBWG 1 SA P 6-B 34TH 321+90 LT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 34TH ST 1300 (SEE NOTE 2) VAR X 9" C X 7-B 34TH 322+05 LT AVE M 3300 (SEE NOTE 2) VAR X 9" C X 10 BWG 1 SA P Ri-1 STOP 36" X 36" C X 8-B 34TH 316+60 RT POST ONLY (SEE NOTE 1) 18" X 18" C X IDBWG 1 SA P 34TH ST 1300 (SEE NOTE 2) VAR X 9" C X 10-B 34TH 317+96 RT AVE N 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 11-B 34TH 319+85 RT 55-2 END SCHOOL ZONE 24" X 30" C X IDBWG 1 SA P 1 SA P R1-1 STOP 36" X 36" C X 13-B 34TH 318+05 LT R10-6L STOP HERE ON RED 24"X30" C X IDBWG 1 SA P 1 SA P 1-A 34TH 329+80 LT R2-1 SPEED LIMIT 35 30" X 36" C X IDBWG 1 SA P 34TH ST 1100 (SEE NOTE 2) VAR X 9" C X 2-A 34TH 330+74 LT AVE J 33D0 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 34TH ST 1100 (SEE NOTE 2) VAR X 9" C X 3-A 34TH 327+47 RT AVE K 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X 2 M2-1 JUNCTION 21" X 15" C X M1-1 INTERSTATE 27 24" X 24" C X 4-A 34TH 329+58 RT IDBWG 1 SA P M2-1 JUNCTION 21" X 15" C X M1-4 US HIGHWAY 87 24"X24" C X 34TH ST 1000 (SEE NOTE 2) VAR X 9" C X 5-A 34TH 331+18 RT AVE J 3400 (SEE NOTE 2) VAR X 9" C X IDBWG 1 SA P R1-1 STOP 36" X 36" C X Parkhill ANA C tH & COOP a j KVLE W.J KS �'q.�....98310� 11po IITS FN _ OS/21 /23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 0. lot 34TH STREET SECTION 2 SMALL SIGN SUMMARY 111 Parkhill ANA C tH & COOP a j KVLE W.J KS �'q.�....98310� 11po IITS FN _ OS/21 /23 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 0. lot 34TH STREET SECTION 2 SMALL SIGN SUMMARY 111 I REQUIRED CLEARANCE FOR BREAKAWAY SUPPORT D NON -BREAKAWAY PORTION OF SUPPORT (I.E., STUB) �I60' GROUND SURFACE TO AVOID VEHICLE UNDERCARRIAGE SNAGGING, ANY SUBSTANTIAL REMAINS OF A BREAKAWAY SUPPORT, WHEN IT IS BROKEN AWAY, SHOULD NOT PROJECT MORE THAN 4 INCHES ABOVE A 60-INCH CHORD (I.E., TYPICAL SPACE BETWEEN WHEEL PATHS). CI BI 2 1 CURB & GUTTER OR RAISED ISLAND 2' 2' MIN HIGHWAY MIN NTERSECTION AHEAD a FACE OF CURB -� n �- FACE OF CURB �C SIGNS SHALL BE MOUNTED USING THE FOLLOWING CONDITION THAT RESULTS IN THE GREATEST SIGN ELEVATION: (1) A MINIMUM OF 7 TO A MAXIMUM OF 7.5 FEET ABOVE THE EDGE OF THE TRAVELLANE OR (2) A MINIMUM OF 7 TO A MAXIMUM OF 7.5 FEET ABOVE THE GRADE AT THE BASE OF THE SUPPORT WHEN SIGN IS INSTALLED ON THE BACKSLOPE. THE MAXIMUM VALUES MAY BE INCREASED WHEN DIRECTED BY THE ENGINEER. SEE THE TRAFFIC OPERATIONS DIVISION WEBSITE FOR DETAILED DRAWINGS OF SIGN CLAMPS, TRIANGULAR SLIPBASE SYSTEM COMPONENTS AND WEDGE ANCHOR SYSTEM COMPONENTS. THE WEBSITE ADDRESS IS: HTTP://WWW.TXDOT.GOV/PUBLICATIONS/TRAFFIC.HTM NO MORE THAN 2 SIGN POSTS SHOULD BE LOCATED i WITHIN A 7 FT. CIRCLE. / / / 'ACCEPTABLE / A / ) 7FT. / V 7FT. / \ DIAMETER / DIAMETER / CIRCLE �\ CIRCLE / NOT ACCEPTABLE 1 ) V 7 FT. / A 7 FT. / V DIAMETER / DIAMETER / CIRCLE ,'NOT ACCEPTABLE CIRCLE �' NOT ACCEPTABLE U-BOLT TYPICAL SIGN ATTACHMENT DETAIL SINGLE SIGNS BACK-TO-BACK SIGNS NYLON WASHER, FLAT WASHER, - SIGN PANEL LOCK WASHER, NUT SIGN CLAMP NUT, LOCK WASHER SIGN CLAMP SIGN PANEL - - NYLON WASHER, FLAT WASHER, LOCK WASHER, NUT BOLTS USED TO MOUNT SIGN PANELS TO THE CLAMP ARE 5/16-18 UNC GALVANIZED SQUARE HEAD WITH NUT, NYLON WASHER, FLAT WASHER AND LOCK WASHER. THE BOLT LENGTH IS 1 INCH FOR ALUMINUM. WHEN TWO SIGN CLAMPS ARE USED TO MOUNT SIGNS BACK-TO-BACK, USE A 5/16-18 UNC GALVANIZED HEX HEAD PER ASTM A307 WITH NUT AND HELICAL -SPRING LOCK WASHER. THE APPROXIMATE BOLT LENGTHS FOR VARIOUS POST SIZES AND SIGN CLAMP TYPES ARE GIVEN IN THE TABLE AT RIGHT. THE BOLT LENGTH MAY NEED TO BE ADJUSTED DEPENDING UPON FIELD CONDITIONS. SIGN CLAMPS MAY BE EITHER THE SPECIFIC SIZE CLAMP OR THE UNIVERSAL CLAMP. CLAMP BOLT NUT. LOCK WASHER NYLON WASHER, FLAT WASHER, - - SIGN PANEL LOCK WASHER, NUT - SIGN BOLT PIPE DIAMETER APPROXIMATE BOLT LENGTH SPECIFIC CLAMP UNIVERSAL CLAMP 2" NOMINAL 3" 3 OR 3 112" 21/2'NOMINAL 3OR31/2' 31/2 OR 4" 3" NOMINAL 31/2 OR 4" 41/2" 1 4 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS SLIP BASE ROI T KFFP 5/8" STRUCTURAL BOLTS (3), NUTS ('3), AND WASHERS (6) PER ASTM A325 OR A449 AND GALVANIZED PER ITEM 445 "GALVANIZING." BOLT LENGTH IS 2 112" CONCRETE COLLAR -� STUB 3/4" DIAMETER HOLE. - PROVIDE A 7" X 1/2" DIAMTER ROD OR ° #4 REBAR CLASS A CONCRETE NON -REINFORCED CONCRETE--[ FOOTING (SHALL BE USED - UNLESS NOTED ELSEWHERE ° IN THE PLANS). FOUNDATION P SHOULD TAKE APPROX. 2.5 CF OF CONCRETE 12" DIAMETER POST: 10 BWG TUBING (SEE GENERAL NOTE 2) WASHERS IF REQUIRED BY MANUFACTURER GENERAL NOTES: 1. SLIP BASE SHALL BE PERMANENTLY MARKED TO INDICATE MANUFACTURER. 2. MATERIAL USED AS POST WITH THIS SYSTEM SHALL CONFORM TO THE FOLLOWING SPECIFICATIONS: 10 BWG TUBING (2.875" OUTSIDE DIAMETER): 0.134" NOMINAL WALL THICKNESS, SEAMLESS OR ELECTRIC -RESISTANCE WELDED STEEL TUBING OR PIPE STEEL SHALL BE HSLAS GR 55 PER ASTM A1011 OR ASTM A1008 OTHER STEELS MAY BE USED IF THEY MEET THE FOLLOWING: 55,000 PSI MINIMUM YIELD STRENGTH 70,000 PSI MINIMUM TENSILE STRENGTH 20 % MINIMUM ELONGATION IN 2" WALL THICKNESS (UNCOATED) SHALL BE WITHIN THE RANGE OF 0.122" TO 0.138" OUTSIDE DIAMETER (UNCOATED) SHALL BE WITHIN THE RANGE OF 2.867" TO 2.883" GALVANIZATION PER ASTM A123 OR ASTM A653 G210. FOR PRECOATED STEEL TUBING (ASTM A653), RECOAT TUBE OUTSIDE DIAMETER WELD SEAM BY METALLIZING WITH ZINC WIRE PER ASTM B833. 3. REFERENCE THE MATERIAL PRODUCER LIST FOR APPROVED SLIP BASE SYSTEMS. HTTP:/NVWW.TXDOT.GOV/BUSINESS/PRODUCER LIST.HTM. THE DEVICES SHALL BE INSTALLED PER MANUFACTURER'S RECOMMENDATIONS. ADJACENT TURF OR SIDEWALK ASSEMBLY PROCEDURE FOUNDATION 1. PREPARE 12-INCH DIAMETER BY 42-INCH DEEP HOLE. IF SOLID ROCK IS ENCOUNTERED, THE DEPTH OF THE FOUNDATION MAY BE REDUCED SUCH THAT IT IS EMBEDDED A MINIMUM OF 18 INCHES INTO THE SOLID ROCK. 2. PUSH THE PIPE END OF THE SLIP BASE STUB INTO THE CENTER OF THE CONCRETE. ROTATE THE STUB BACK AND FORTH WHILE PUSHING IT DOWN INTO THE CONCRETE TO ASSURE GOOD CONTACT BETWEEN THE CONCRETE AND STUB. CONTINUE TO WORK THE STUB INTO THE CONCRETE UNTIL IT IS BETWEEN 2 TO 4 INCHES ABOVE THE GROUND. 3. PLUMB THE STUB. ALLOW A MINIMUM OF 4 DAYS TO SET. UNLESS OTHERWISE DIRECTED BY THE ENGINEER. SUPPORT 1. CUT SUPPORT SO THAT THE BOTTOM OF THE SIGN WILL BE 7 TO 7.5 FEET ABOVE THE EDGE OF THE TRAVELWAY (I.E., EDGE OF THE CLOSEST LANE) WHEN SLIP PLATE IS BELOW THE EDGE OF PAVEMENT OR 7 TO 7.5 FEET ABOVE SLIP PLATE WHEN THE SLIP PLATE IS ABOVE THE EDGE OF THE TRAVELWAY. THE CUT SHALL BE PLUMB AND STRAIGHT. 2. ATTACH SIGN TO SUPPORT USING CONNECTIONS SHOWN. WHEN MULTIPLE SIGNS ARE INSTALLED ON THE SAME SUPPORT, ENSURE THE MINIMUM CLEARANCE BETWEEN EACH SIGN IS MAINTAINED. 5 SHEET DETAILS (NOT TO SCALE) ADAPTED FROM THE FOLLOWING TXDOT STANDARDS: SMD(GEN)E08 SMD(SLIP-1)-08 SMD(SLIP-2)-08 24" 5" THIC...,_...,., .. ,,.,..,,..�. COLLAR CENTERED ON SIGN MOUNT. PAID FOR AS CONCRETE SIDEWALK. PLAN VIEW ,,.,.,.BETE FOOTING FOR SIGN POST 1 T Li -- L L J /J 1. ALUMINUM SIGN BLANKS SHALL CONFORM TO TXDOT DEPARTMENTAL MATERIAL SPECIFICATIONS DMS-71100 AND SHALL HAVE THE FOLLOWING MINIMUM THICKNESSES: 0.080 FOR SIGNS < 7.5 SF, 0.100 FOR SIGNS 7.5 TO 15 SF, AND 0.125 FOR SIGNS > 15 SF. 2. EXESS PIPE, WING CHANNEL, OR WINDBEAM SHALL BE CUT OFF SO THAT IT DOES NOT EXTEND BEYOND THE SIGN PANEL (I.E., EXCESS SUPPORT SHALL NOT BE VISIBLE WHEN SIGN IS VIEWED FROM THE FRONT). REPAIR GALVANIZED COATING. 3. ADDITIONAL ROUTE MARKERS MAY BE ADDED VERTICALLY, PROVIDED THE TOTAL SIGN AREA DOES NOT EXCEED THE MAXIMUM ALLOWABLE AMOUNT PER NOTE 1. 4. SIGN BLANKS SHALL BE THE SIZES AND SHAPES SHOWN ON THE PLANS. 5. SIGN SUPPORT POSTS SHALL NOT BE SPLICED. FRICTION CAP DETAIL z Y O X PIPE OD-.025"E 0.10" z ul a _ fn wo - ROLLED CRIMP TO = ENGAGE PIPE OD 1. POST OPEN ENDS SHALL BE FITTED WITH FRICTION CAPS. 2. FRICTION CAPS MAY BE MANUFACTURED FROM HOT ROLLED OR COLD ROLLED STEEL SHEETS. THE MINIMUM SHEET METIAL THICNESS SHALL BE 24 GAUGE FOR ALL CAP SIZES. CAPS SHALL BE SIZED AND FORMED IN SUCH A MANNER AS TO PRODUCE A DRIVE -ON FRICTION FIT AND HAVE NO TENDENCY TO ROCK WHEN SEATED ON THE PIPE. THE DEPTH SHALL BE SUFFICIENT TO GIVE POSITIVE PROTECTION AGAINST ENTRANCE OF RAINWATER. 4. CAPS SHALL HAVE AN ELECTRODEPOSITED COATING OF ZINC IN ACCORDANCE WITH THE REQUIREMENTS OF ASTM B633 CLASS FE/ZN 8. Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. City of Lubbock 4 TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 KEV PLAN 1 W21W BID SET NO DATE DESCRIPTION ISSUING OFFICE: LUBBOCK PROJECT NO: 40474.22 34TH STREET SIGN MOUNTING DETAILS 112 i 3 1 4 5 II C� I<i 7011 BI Q r 0 50 100 LEGEND P2 P4 2 PS �i CD �— ■ ILLUMINATION POLE LPXX GROUND xrvc E E GE © PB-XX (ED (4(4}14)14) O Q S5> ELECTRICAL SERVICE — -- LP-2 — — — — _LP-4 — — {P_6 103+00__ 3 }9g+^^ — 400'^.,�:�-- 11 U) —UGE CONDUIT WITH CONDUCTORS . — . — . — . — . — . . — . — . — . — . — . . — . — . — . — . — . . — . — . — . — . — . . — . — . — . — . — . .. — . — . — ._ . — . — . — . — . — W L2_1 O L.23 3 LP-5 ® LP-7 ® Z PVC CONDUIT BORED — — — — — — — — — — — — J —UGE _ UNDER ROADWAY UCE PB-1 PB-2 U UGE UX RUN NO. P1 P3 2 PS P6 7 7p P9 Q 14 GENERAL NOTES A. ROADWAY ILLUMINATION ASSEMBLY: PROVIDE A KING LUMINAIRE FIXTURE (A.1), Q rc MOUNTED ON A VALMONT POLE WITH AN 8' UPSWEEP DECORATIVE MAST ARM (A.2). WITH A DECORATIVE BASE (A.3), AND A THOMAS RESEARCH PRODUCT LIGHTNING ARRESTOR (A.4). SEE PRE -APPROVED PRODUCTS LIST FOR MODEL NUMBERS. THE POLE SHALL •� MEET BREAKAWAY CAPABILTIES AND AASHTO x V 4 @ o SPECIFICATIONS. B. UTILITIES SHOWN ARE REPRESENTATIONAL e ONLY. FIELD VERIFY EXISTING OVERHEAD m w J AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. ILLUMINATION ASSEMBLY C. COORDINATE THE EXACT LOCATION OF PRE -APPROVED PRODUCTS LIST POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUNCTION BOXES WITH REFER TO SHEET 061 FOR A,1. KING LUMINAAIRE MODEL ROADWAY AND SIDEWALK PLANS. RESTORE CKT INFORMATION 4KB03-P4SH-III-150-SSL-8084-480V-KPL20-4K-BK ANY AREAS DISTURBED DURING A.2. VAL"ONT MODEL INSTALLATION. #DS50-R750A270-8S-BL-HH-SPECIAL WELLINGTON \'\\ A.3. AA, VALMONT MODEL #WA24AC-FP THOMAS RESEARCH MODEL #FSP3-277-20KA D. NOT ALL JUNCTION BOXES ARE SHOWN. ADDITIONAL JUNCTION BOXES SHALL BE I INSTALLED AS NECESSARY TD ENSURE ALL \ * OTHER PRODUCTS MAY BE USED WITH ENGINEERS APPROVAL. CONDUCTOR PULLING TENSIONS ARE LESS �\ THAN THE MAXIMUM ALLOWED BY THE WIRE MANUFACTURER. P20� P22 I E. CONTRACTOR HAS THE OPTION OF S \ INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT \ FEASIBLE. F. PLACE CONDUIT AT A MINIMUM OF 361NCHES DEEP UNLESS OTHERWISE APPROVED BY THE / \ ENGINEER. BACKFILL TRENCH LINE TO 95 MAXIMUM DENSITY (ASTM D698). P199 0 G. COORDINATE THE PROGRAMMING OF SOLID STATE PROGRAMMABLE TIMER WITH OWNER O 1 Q \ �_ \ O AND ROADWAY FIXTURE MANUFACTURER CD P10 ❑ • P12 2 I P14 P18 ,% P23P24 I P26 P28 N KEYED NOTES 0 o T PB-5 PB-6 1. COORDINATE WITH UTILITY COMPANY Q `\ ♦L `\ Q FOR THE DELIVERY OF A 480V, 10, N LP-10— — — — LP — — — LP-44 -.. I P21 — LP_ — — — — LP -'re- — — LP-29 ELECTRICAL SERVICE POINT. in — — — — — ..115+00 0 118+00 — �19-0^.^� — — .—.—.—.—.—.—.—.—.—. —.—.—. .— —.—.—. . W — — — — — — llJ 2.ELECTRICAL CONDUCTORS FOR ROADWAY — LP-17 — — — J3-19 LIGHTING EXTEND (2) 46 AWG + #8 GND Z LP-9— — — —ALP-1L — � — 1P-13 — — — L215 — T STREET � Z � P8_3 Pg-4 PB_7 P8_8 = IN 2" CONDUIT. ROUTE WIRE THROUGH CONTACT SET OF LIGHTING UGE UCE UCE UCE UCE __ UCE U _ P P (,) CONTACTOR O TRANSITION TO #10 U J� o, �J AWG AT THE LIGHT FIXTURE. J P11 P13 ns I P15 P16 2 P17 I I P25 P27 P29 P30 P31 Q Q m a >R..R.,r....Nr Efl J w I I I I Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 f-fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 .mac � ■i�' �� �■ 34TH STREET ILLUMINATION LAYOUT SECTION 1 SHEET 1 OF 5 2 3 4 5 193 1 1 2 1 :5 1 4 4 7 C BI O O N r a U) W Z J 2 U H Q O O N M H U) W Z J U a PRE -APPROVED PRODUCTS LIST A.1. KING LUMINAAIRE MODEL 4KB03-P4S H-1II-150-SSL-8084-48OV-KPL20-4 K-B K A.2. VAL"ONT MODEL #DS50-R750A270-8S-BL-HH-SPECIAL WELLINGTON A.3. VALMONT MODEL #WA24AC-FP A.4. THOMAS RESEARCH MODEL #FSP3-277-20KA * OTHER PRODUCTS MAY BE USED WITH ENG7ERS APPROVAL r ®go' O ILLUMINATION POLE �— ■ LPXX N © GROUND BOX TYC M (4 PB-XX (ED (4}14)14) r a S5> ELECTRICAL SERVICE U) —UGE CONDUIT WITH CONDUCTORS W Z -UGE PVC CONDUIT BORED J _ UNDER ROADWAY 2 A RUN NO. Q GENERAL NOTES A. ROADWAY ILLUMINATION ASSEMBLY: PROVIDE A KING LUMINAIRE FIXTURE (A.1), MOUNTED ON A VALMONT POLE WITH AN 8' UPSWEEP DECORATIVE MAST ARM (A.2). WITH A DECORATIVE BASE (A.3), AND A THOMAS RESEARCH PRODUCT LIGHTNING ARRESTOR (A.4). SEE PRE -APPROVED PRODUCTS LIST FOR MODEL NUMBERS. THE POLE SHALL MEET BREAKAWAY CAPABILTIES AND AASHTO SPECIFICATIONS. B. UTILITIES SHOWN ARE REPRESENTATIONAL ONLY. FIELD VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. C. COORDINATE THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUNCTION BOXES WITH ROADWAY AND SIDEWALK PLANS. RESTORE ANY AREAS DISTURBED DURING INSTALLATION. D. NOT ALL JUNCTION BOXES ARE SHOWN. ADDITIONAL JUNCTION BOXES SHALL BE INSTALLED AS NECESSARY TO ENSURE ALL . CONDUCTOR PULLING TENSIONS ARE LESS THAN THE MAXIMUM ALLOWED BY THE WIRE MANUFACTURER. E. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. F. PLACE CONDUIT AT A MINIMUM OF 38 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95 MAXIMUM DENSITY (ASTM D698). G. COORDINATE THE PROGRAMMING OF SOLID STATE PROGRAMMABLE TIMER WITH OWNER O AND ROADWAY FIXTURE MANUFACTURER v KEYED NOTES 1. COORDINATE WITH UTILITY COMPANY Q FOR THE DELIVERY OF A 48OV, 10, ELECTRICAL SERVICE POINT. U) W 2. UNDERGROUND ELECTRICAL Z CONDUCTORS FOR ROADWAY LIGHTING EXTEND (2) #6 AWG + #6 GND J IN 2" CONDUIT. ROUTE WIRE THROUGH 2 CONTACT SET OF LIGHTING u CONTACTOR "A". TRANSITION TO 410 AWG AT THE LIGHT FIXTURE. a Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ r 1 y DATE DESCRIPTION 34TH STREET ILLUMINATION LAYOUT SECTION 1 SHEET 2 OF 5 1 1 2 1 3 1 4 5 194 1 1 i 4 5 J o � D a s 0 50 100 LEGEND O P 0 ® ®®® 4 ~� LPXX ILLUMINATION POLE O P68 P70 P72 P76 2 78 6 (h _ -_3 P GROUND BOX TYC U_ UGE UGE , U Moo UGE UGE o o PB-xx (ED (4}14) SO ELECTRICAL SERVICE LP-44 — — — — — LP-46 — — —® — LP-48- — ` -- LP-50 LP-52 U) — — — — — - 146+00 — 14 448- -- 149+00 - 151+0 152 153+[e 154 W . — . — . — . — . — . ` . — . — . — . — . — . ` . — .. . — . — . — . ` . — . — . — . — . — . ` . — . — . — . — . — . ` CONDUIT ORS WITH /� `.—.—.—.—.—.`.—.—. _ — — — — ��.—.—.—. .—.—. .—.—.—.—.— .�.—.—.—.—.i —UGE CONDUCTORS Z �P-45 — o LP-49 LPY ZPS3 PVC CONDUIT BORED � — — — — — — — — 34THsIrRIEET _ — - _ UGE UNDER ROADWAY PB-21 PB-22 �. V H G `'9"-;ff__ UG ___ UGE U IIIIIIIIIIIII RUN NO. P69 P71 P73 P74 P75 P77 2 °F° a P79 7 �� I� t l t '� I GENERAL NOTES Q A. ROADWAY ILLUMINATION ASSEMBLY: ° 1444 PROVIDE A KING LUMINAIRE FIXTURE (A.1 ), ` cNuacrs �`V MOUNTED ON A VALMONT POLE WITH AN 8' Q 1 UPSWEEP DECORATIVE MAST ARM (A.2). WITH C aeemrs crcr;em A DECORATIVE BASE (A.3), AND A THOMAS aee RESEARCH PRODUCT LIGHTNING ARRESTOR 11' Z (A.4). SEE PRE -APPROVED PRODUCTS LIST ao.aurwea re W h FOR MODEL NUMBERS. THE POLE SHALL rR.w.,mv.,om '4MEET BREAKAWAY CAPABILTIES AND AASHTO ni�a ae a un. nrner SPECIFICATIONS. r..... e m B. UTILITIES SHOWN ARE REPRESENTATIONAL ONLY. FIELD VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. T ILLUMINATION ASSEMBLY C. COORDINATE THE EXACT LOCATION OF em PRE -APPROVED PRODUCTS LIST POLES, ROUTING OF CONDUITS, AND z INSTALLATION OF JUNCTION BOXES WITH A.1. KING LUMINAAIRE MODEL ROADWAY AND SIDEWALK PLANS. RESTORE 4KB03-P4SH-III-150-SSL-8084-48OV-KPL20-4K-BK ANY AREAS DISTURBED DURING A.2. VAL"ONT MODEL INSTALLATION. #DS50-R750A270-8S-BL-HH-SPECIAL WELLINGTON A.3. VALMONT MODEL #WA24A L # D. NOT ALL JUNCTION BOXES ARE SHOWN. A.4. THOMAS RESEARCH MODEL #FSP3-277-ZOKA ADDITIONAL JUNCTION BOXES SHALL BE INSTALLED AS NECESSARY TD ENSURE ALL / * OTHER PRODUCTS MAY BE USED WITH ENGINEERS APPROVAL. CONDUCTOR PULLING TENSIONS ARE LESS THAN THE MAXIMUM ALLOWED BY THE WIRE MANUFACTURER. E. CONTRACTOR HAS THE OPTION OF WAYNEAVE I I w o g'� INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. B F. PLACE CONDUIT AT A MINIMUM OF 38 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95 P16 �PI\4 a-o Qh / / MAXIMUM DENSITY (ASTM D698). G. COORDINATE THE PROGRAMMING OF SOLID STATE PROGRAMMABLE TIMER WITH OWNER m P20 /'/ AND ROADWAY FIXTURE MANUFACTURER. O KEYED NOTES P18 / 1. COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF A 48OV, 10, m _ a ELECTRICAL SERVICE POINT. _ 1 A rni _O pp >b 2. UNDERGROUND ELECTRICAL -� g5 1z / �Q" CONDUCTORS FOR ROADWAY VIP y LIGHTING EXTEND (2) 46 AWG + #8 GND 9+0D 10+IDO IN 2" CONDUIT. ROUTE WIRE THROUGH _ .—. CONTACT SET OF LIGHTING P21 LP-54 - CONTACTOR "A". TRANSITION TO #10 s , �o� AWG AT THE LIGHT FIXTURE. v — � P22 el P23 3 E. Im + P25 = P24 z n Io 1 2 3 4 5 Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 f-fq HUGO REED AND ASSOCIATES, INC. Ci of Lubb o ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 E r ■' 1� ■ �` ?�lei A.; 34TH STREET ILLUMINATION LAYOUT SECTION 1 SHEET 3 OF 5 696 71 A. 71 II 1 C� I<i 0 II I 5 N 41 0 50 100 Q LEGEND n P81 2 P82 P83 P84, 85 e oaP86 °° ILLUMINATION POLE LPXX GROUND BOX TY C ©nB UG N xx (ED (4}14) Q ELECTRICAL SERVICE LP-59 — LP-6S ••• — — — LP-61 — — ALP-62 — — LP-63 Q CONDUIT WITH 307+00 _ _ 3D8+nn _ xnoann _ _ _ 31Dann _ ® 311+00 _ 332+nn _ _ � —UGE CONDUCTORS .U7)V JT EE/ — — — — — — — O — — — LU —UGE PVC CONDUIT BORED _ UNDER ROADWAY n J RUN NO. U H a GENERAL NOTES ur,.aue na,. rn�c.avosraR.a..e it riEs "P`"sn A. ROADWAY ILLUMINATION ASSEMBLY: PROVIDE A KING LUMINAIRE FIXTURE (A.1), MOUNTED ON A VALMONT POLE WITH AN 8' 11' '.i, UPSWEEP DECORATIVE MAST ARM (A.2). WITH urrav�uouv��.amosrceac= A DECORATIVE BASE (A.3), AND A THOMAS .l e Ili RESEARCH PRODUCT LIGHTNING ARRESTOR (A.4). SEE PRE -APPROVED PRODUCTS LIST FOR MODEL NUMBERS, THE POLE SHALL Q MEET BREAKAWAY CAPABILTIES AND AASHTO SPEC,FICATIONS. B. UTILITIES SHOWN ARE REPRESENTATIONAL ONLY. FIELD VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. ILLUMINATION ASSEMBLY C. COORDINATE THE EXACT LOCATION OF PRE -APPROVED PRODUCTS LIST POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUNCTION BOXES WITH A.1. KING LUMINAAIRE MODEL ROADWAY AND SIDEWALK PLANS. RESTORE 4KB03-P4SH-III-150-SSL-8084-480V-KPL20-4K-BK ANY AREAS DISTURBED DURING A.2. VALMONT MODEL INSTALLATION. #DS50-R750A270-8S-BL-HH-SPECIAL WELLINGTON A.3. VALMONT MODEL #WA24AC-FP D. NOT ALL JUNCTION BOXES ARE SHOWN. A.4. THOMAS RESEARCH MODEL #FSP3-277-20KA ADDITIONAL JUNCTION BOXES SHALL BE * OTHER PRODUCTS IwAY BE SED WITH ENGINEERS APPROVAL. INSTALLED AS NECESSARY TO ENSURE ALL CONDUCTOR PULLING TENSIONS ARE LESS THAN THE MAXIMUM ALLOWED BY THE WIRE '�"s` r. rRiFrsrraa y"v" MANUFACTURER. i ,O E. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT y LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. \W �. w g LJ4\ I .,uumn�nim.,,i.r„J F. PLACE CONDUIT AT A MINIMUM OF 38 INCHES \ 2 DEEP UNLESS OTHERWISE APPROVED BY THE i W ENGINEER. BACKFILL TRENCH LINE TO 95 % rv,�Fuiee,x:K s«.00ccsiom w mae+sm�_io ���11 - uRou.v-,ro - MAXIMUM DENSITY (ASTM D698). G. COORDINATE THE PROGRAMMING OF SOLID IL STATE PROGRAMMABLE TIMER WITH OWNER AND ROADWAY FIXTURE MANUFACTURER. ivn rceoMv LL 'I P� 88 2 P89 90 P91 ICI P92 93 94 P95 96 �9 98 N M KEYED NOTES T �GE P P UC �y PB-25 PB-26 PB-27 PB-28 M 1 FOR THE DELIVERY OF A 8 V M0, Q —EP-64 LP-65 ZP-67 LP-68 ZP-59 LP-70 Q ELECTRICAL SERVICE POINT. — — — — — LP-66 318 — — — — .—.—.—.—.—. y 2. UNDERGROUND ELECTRICAL W _ _ _ _ _ _ _ _ _ _ _ _ CONDUCTORS FOR ROADWAY .7W7) REST-� W LIGHTING EXTEND (2) 46 AWG + #6 GND ? Z IN 2" CONDUIT. ROUTE WIRE THROUGH J J CONTACT SET OF LIGHTING ------------ = CONTACTOR "A". TRANSITION TO#10 8 0 ) AWG AT THE LIGHT FIXTURE. O wEOrze resiovice vnca,vr or1_as,.crr P ar�keko. r.riirs �i ,+urozoii Rt g e J � Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 k1 I in 1 Lq 1 1 2 1 :1 1 4 ■ Parkhill 71 CD Ni N Cl) H U) W Z J 2 L) H a A, 71 N 0 50 100 LEGEND ILLUMINATION POLE LPXX ® \ ©PB-XX GROUND BOX TY C (ED(4}14) SQ ELECTRICAL SERVICE LF74 334+`0 - —UGE CONDUIT WITH i h CONDUCTORS V PV C CONDUIT BORED — —UGE UNDER ROADWAY RUN NO. GENERAL NOTES n�' O A. ROADWAY ILLUMINATION ASSEMBLY: ' v Q PROVIDE A KING LUMINAIRE FIXTURE (A.1 ), 1;,�I MOUNTED DE A DECORATIVE T POLE WITH AN 8' 1� � UPSWEEP DECORATIVE MAST ARM (A.2), WITH ,L A DECORATIVE BASE (A.3), AND A THOMAS 1r�w RESEARCH PRODUCT LIGHTNING ARRESTOR _J lT (A.4). SEE PRE -APPROVED PRODUCTS LIST I� FOR MODEL NUMBERS. THE POLE SHALL MEET BREAKAWAY CAPABILTIES AND AASHTO � O SPECIFICATIONS. sim. ee.,;vamy vizz� ` B. UTILITIES SHOWN ARE REPRESENTATIONAL \\\ ONLY. FIELD VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. ILLUMINATION ASSEMBLY C. COORDINATE THE EXACT LOCATION OF PRE -APPROVED PRODUCTS LIST POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUNCTION BOXES WITH A.1. KING LUMINAAIRE MODEL ROADWAY AND SIDEWALK PLANS. RESTORE 4KB03-P4SH-III-150-SSL-8084-48OV-KPL20-4K-BK ANY AREAS DISTURBED DURING A.2. VAL"ONT MODEL INSTALLATION. #DS50-R750A270-8S-BL-HH-SPECIAL WELLINGTON A.3. VALMONT MODEL #WA24AC-FP D. NOT ALL JUNCTION BOXES ARE SHOWN. A.4. THOMAS RESEARCH MODEL #FSP3-277-20KA ADDITIONAL JUNCTION BOXES SHALL BE INSTALLED AS NECESSARY TO ENSURE ALL * OTHER PRODUCTS MAY BE USED WITH ENGINEERS APPROVAL. CONDUCTOR PULLING TENSIONS ARE LESS THAN THE MAXIMUM ALLOWED BY THE WIRE MANUFACTURER. E. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. F. PLACE CONDUIT AT A MINIMUM OF 38 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95 MAXIMUM DENSITY (ASTM D698). G. COORDINATE THE PROGRAMMING OF SOLID STATE PROGRAMMABLE TIMER WITH OWNER AND ROADWAY FIXTURE MANUFACTURER. KEYED NOTES 1. COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF A 48OV, 10, ELECTRICAL SERVICE POINT. 2. UNDERGROUND ELECTRICAL CONDUCTORS FOR ROADWAY LIGHTING EXTEND (2) 46 AWG + #6 GND IN 2" CONDUIT. ROUTE WIRE THROUGH CONTACT SET OF LIGHTING CONTACTOR "A". TRANSITION TO #10 AWG AT THE LIGHT FIXTURE. THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■ ■ ■ in ■ SSE DI B N 1 1 2 1 :1 1 4 zz0 'LL P-s6 a� �'o G.y a 18D' LR55 I- LU LU CIRCUIT 1 30' 127' LP-54 CIRCUIT 1 80' 210' 200' 210' 1913' 180' 175' 155' 80' 210' 215' 230' 210' 200' END OF CIRCUIT 1 PP8-5 PB-6 2 LP-1 LP-3 LP-5 LP-7 LP-9 LP-11 LP-13 LP-15 LP-17 LP-19 LP-21 LP-23 LP-25 LP-2 LP4 LP-5 LP-8 LP-10 LP-12 LP-14 LP-16 LP-1 LP-20 LP-22 LP-24 LP-26 W ENDOFCIRCUIT3 PB-1 PB-2 = PB-3 PB-0 P P PB-7 PIS = PB-9 PB-10 = Z 210' 210' 80, 110, 235' 170' 105' 85' 245' 185' TOO' 88' 170' 230' 200' CIRCUIT 3 20' CIRCUIT 3 5' T iU a POWER POLE (BY LP&D NE ELECTRICAL SERVICE A 1 2 3 4 LOCATED 188- LT ON TOLEDO AVE LU LU CIRCUIT 190, CIRCUIT CIRCUIT PB-15 Ln 180' 235' 130• 90' 110• 225' 85' 110' 170' 195' 80' 110' 210' 185' 190' 185' END OF CIRCUIT 2 PPB-11 P­PS-12 PB-15 PPB-19 PB-20 LP-27 LP-29 LP-31 LP33 LP-35 LP-37 LP-39 LPd1 LPd3 L115 LPd7 LPd9 LP-51 LP-53 LU LP-28 LP-39 LP32 90' LP-3 4 LP36 LP-38 LP19 LPd2 LPd4 LP-46 LP-48 LP-50 LP52 Z PB-13 PB-14 a PS-17 PB-18 a PB-21 PB-22 a END OF CIRCUIT 4 J 104' 175' 210' 133' 87' 195' 230' 185' 80 120' 190' 180' 135' 85' 170' 200' 185' CIRC UIT3 CIRCUIT CIRCUIT U H a ELECTRICAL SERVICE :"A" ELEC SERVICE NO. ELEC SERVICE DESCRIPTION (SEE ED (4) A (5)-03) SERVICE CONDUIT SIZE SERVICE CONDUCTOR NO./ SIZE SAFETY SWITCH AMPS MAIN CKT BKR POLEIAMPS TWO -POLE CONTRACTOR PANEL BD LOAD CENTER RATING CIRCUIT No. BRANCH CKT. BKR POLE I AMPS BRANCH CIRCUIT AMPS KVA LOAD COMMENTS 346 N/A 2P/30 60 100 1 20/2P 10.0 25.0 ROADWAY CIRCUIT 2 20/2P 5.0 ROADWAY CIRCUIT A ELEC SRV TY A 240/4801 On (NS)GSUUTP(OI EXISTING - LOCATED 2" 3 20/2P 8.0 ROADWAY CIRCUIT 4 20/2P 5.5 ON TDLEDO AVE. ROADWAY CIRCUIT 20/1P SPARE 6 20/1P SPARE NOTES: 1' ALL LIGHTING CIRCUITS ARE TO BE CONTROLLED BY PHOTOCELL AND CONTACTOR. 2` ALL IRRIGATION CIRCUITS ARE TO PROVIDE CONSTANT POWER. 3' AT THE CONTRACTORS OPTION, ONE 3QA CONTACTOR PER CIRCUIT MAY BE PROVIDED. 4' PROVIDE 20A SPARE BREAKERS ON ALL UNUSED CIRCUITS. 5' ALL SERVICES REQUIRE METERING IN ACCORDANCE WITH UTILITY PROVIDER STANDARDS. ' REFER TO TRAFFIC SIGNAL DRAWINGS FOR ADDITIONAL POWER REQUIREMENTS. NOTE: COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF ELECTRICAL SERVICE POINT AT EACH LOCATION AS INDICATED ON DRAWINGS. VOLTAGE DROP SUMMARY - 34th STREET SERVICE A CIRCUIT 1 NUMBEROF POLES 20 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5% 24.00 V WIRE SIZE 6 RESISTANCE(OHMS/FOOT) 0.000403 CIRCUIT CONDUIT ID LIGHT POLE ID DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP (%) A-1 P2 LP-2 210 0.50 0.04 OXI-% A-1 P4 LP-4 200 1.00 0.08 0.02% A-1 P8 LP-6 210 1.50 0.13 0.03% A-1 Pi0 LP-8 190 2.00 0.15 0.03% A-1 P12 LP-10 180 2.50 9.18 0.04'% A-1 P14 LP-12 175 3.00 0.21 0.04'% A-1 P18 LP-14 30 3.50 0.04 0.01 % A-1 P21 PB-5 155 4.50 0.28 0.05% A-1 P24 PB-6 80 5.50 0.18 0.04% A-1 P26 LP-16 210 6.90 9.51 ID. 11% A-1 P28 LP-13 215 6.50 0.56 0.12% A-1 P32 LP-2D 230 7.00 0.65 0.14% A-1 P34 LP-22 211) 7.50 0.63 0.13'% A-1 P35 LP-24 200 8.00 0.64 0.13 % A-1 P40 LP-26 180 8.50 0.62 0.13 % A-1 P42 LP-28 235 0.00 0.85 0.18 A-1 P44 1 LP-30 180 9.50 0.69 0.14 % A-1 P45 LP-3 2 20 10.00 0.08 OX2% A-1 P47 PB-11 190 10.OD 0.77 0.16 TOTAL 7.30 V 1.52% VOLTAGE DROP SUMMARY - 34th STREET SERVICE A CIRCUIT 2 NUMBER OF POLES 10 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5% 24.00 V WIRE SIZE RESISTANCE OHMSTODT 0.0004W CIRCUIT CONDUIT RUN NO. LIGHT POLE ID DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP A-2 P47 PB-11 190 5.00 0.38 0.08% A-2 P49 PB-12 90 5.00 0.18 0.04% A-2 P52 LP34 110 5.00 0.22 0.05% A-2 P54 LP35 225 4.50 0.41 0.09 % A-2 P56 PB-15 15 4.50 0.03 0.01% A-2 P57 PB-16 85 4.50 OAS 0.03% A-2 P58 LP38 110 4.00 0.18 0.04% A-2 P50 LP-40 170 3.50 0.24 0.05'% A-2 P64 LP-42 195 3.00 0.24 0.05'% A-2 P66 PB-19 20 3.00 OA2 0.01 A-2 P67 PB-20 80 3.00 0.10 0.02 A-2 P68 LP44 110 2.50 0.11 0.02 A-2 P79 LP-46 210 2.00 0.77 0.04% A-2 P72 LP48 185 1.50 0.11 0.02 A-2 P75 LP50 19D 1.00 A-2 P78 LP52 185 0.50 TOTAL VOLTAGE DROP SUMMARY - 34th STREET SERVICE A CIRCUIT 3 NUMBER OF POLES 15 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5% 24.00V WIRE SIZE 5 RESISTANCE OHMSIFOOT D.00D403 CIRCUIT CONDUIT RUN NO. LIGHT POLE ID DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP A-3 P1 LP-1 210 0.50 0.04 0.01% A-3 P3 UP-3 210 1.00 0.08 0.02 % A-3 P5 UP-C 15 1.50 0.01 0.00 A-3 P6 PB-1 80 2.00 0.06 C.01'/ A-3 P7 PB-2 110 2.00 0.00 C.02'A A-3 P9 LP-7 235 2.DD OAS 0.04'/ A-3 P11 LP-9 170 2.5D 0.17 UX4% A-3 P13 LP-11 105 3.00 0.13 0.03'% A-3 P15 PB3 85 3.50 0.12 0.02'% A-3 P16 PB-4 15 3.50 0.02 0.00% A-3 P17 LP-13 245 3.50 0.35 0.07% A-3 P25 LP-15 185 4.00 0.30 1 0.06% A-3 P27 LP-17 160 4.50 0.29 0.06% A-3 P29 LP-19 20 S.DD 0.04 0.0 % A-3 P30 PB-7 88 5.5D 0.20 UUAN A-3 P31 PB-8 170 5.5D 0.38 0.08'% A-3 P33 LP-21 230 5.50 0.51 0.11% A-3 P34 LP-23 200 6.00 OAS C.10% A-3 P37 LP-25 26 5.50 0.07 0.01% A-3 P38 PB-9 85 7.00 0.24 0.05% A-3 P39 PB-10 104 7.00 0.29 0.06% A-3 P41 LP-27 175 7.DD 0.49 U.19% A-3 P43 LP-29 210 7.5D 0.63 0.131% A-3 P46 LP31 133 8.00 0.43 0.09% A-3 P48 PE-13 90 S.DD 0.29 0.06% A-3 P47 PEEL 190 8.00 0.61 0.13% TOTAL 5.52 V 1.36°A VOLTAGE DROP SUMMARY - 34th STREET SERVICE A CIRCUIT 4 NUMBER OF POLES 11 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5 % 24.00 V WIRE SIZE 6 RESISTANCE OHMSIFOOT 0.000403 CIRCUIT CONDUIT RUN NO. LIGHT POLE ID DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP A4 P47 PB-11 190 5.50 0.42 0.09% A-4 P48 PB-13 90 5.50 0.20 0.04'/ A4 P50 PB-14 87 5.50 0.19 0.04'A A4 PM LP 33 15 5.50 0.03 0.011A Ad P53 LP35 105 5.00 0.39 0.081A Ad Pas LP37 230 4.50 D.42 D.091A A4 P59 LP-39 185 4.00 D.30 D.06 / A4 FBI PB-17 15 4A0 0.02 DAN A A4 P62 PB-16 80 4.00 0.13 0.03% A-4 P63 LP-41 120 3.50 0.17 0.04'A A4 P65 LPd3 190 3.00 0.23 0.051A Ad P60 LP15 ISO 2.50 0.18 0.04'A Ad P71 PB-21 135 2.50 0.14 D.03'/0 Ad P73 PB-22 85 2.50 0.09 0.02'A Ad P74 LPd7 15 2.00 0.01 D.00% A4 P75 LP-49 170 1.50 0.10 D.02% A-0 P77 LP-51 200 1!DO 0.08 0.02'A A-0 P79 LP-53 ISO 0.50 0.04 0.01'A TOTAL 3.14V 0.65% Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO BE USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH & COOPER, INC. F-550 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 r ■ ■mmli B 34TH STREET ELECTRICAL SERVICE SCHEDULE AND CIRCUIT DIAGRAM SECTION 1 SHEET 1 OF 1 SSE 1 1 2 1 3 4 DI B a 2 :5 4 PCWER POLE (BY LP&L) .I NEW ELECTRICAL SERVICE B 1 2 LOCATED 105LT ON AVENUE L PB-33 CIRCUIT 1 105' CIRCUIT 2 END OF CIRCUIT 1 160' 160' 1.55' 135' 70' 100' 135' 205' 158' 70' 92' 1]8' 160' fib' 85' 55' 112' 35' 234' PG -23 PB-24 PS-2' PB-25 PR-27 PB-28 PB-29 PB-30 LP-58 LP-59 LP-60 LP-61 LP-62 LP-63 LP-64 LP-65 LP-66 LP-67 LP-58 LP-69 LP.70 LP-71 LP-72 ELECTRICAL SERVICE :"B" ELEC SERVICE ELEC SERVICE DESCRIPTION (SEE ED (4) & SERVICE CONDUIT SERVICE CONDUCTOR SAFETY SWITCH MAIN CKT BKR TNO-POLE PANEL BD LOAD CIRCUIT No. BRANCH OFT. BKR BRANCH CIRCUIT KVA LOAD COMMENTS NO. (5)-03) SIZE NO.ISIZE AMPS POLEIAMPS CONTRACTOR CENTER RATING POLEIAMPS AMPS 3/46 NIA 2PI60 60 100 1 2012P 6.5 8.0 ROADWA/ CIRCUIT 1 2 2012P 2.0 ROADWAY CIRCUIT A FLED SRVTYA2401480100((NS)GS(T)TP(0) LOCATEDONAVEtJ USE. 2. 3 2011P SPARE 4 2011P SPARE NOTES: 1' ALL LIGHTING CIRCUITS ARE TO BE CONTROLLED BY PHOTOCELL AND CONTACTOR. 2' ALL IRRIGATION CIRCUITS ARE TO PROVIDE CONSTANT POWER. 3' AT THE CONTRACTORS OPTION, ONE 30A CONTACTOR PER CIRCUIT MAY BE PROVIDED. 4' PROVIDE 20A SPARE BREAKERS ON ALL UNUSED CIRCUITS. 5. ALL SERVICES REQUIRE METERING IN ACCORDANCE WITH UTILITY PROVIDER STANDARDS. ' REFER TO TRAFFIC SIGNAL DRAWINGS FOR ADDITIONAL POWER REQUIREMENTS. NOTE: COORDINATE WITH UTILITY COMPANY FOR THE DELIVERY OF ELECTRICAL SERVICE POINT AT EACH LOCATION AS INDICATED ON DRAWINGS. VOLTAGE DROP SUMMARY - 34th STREET SERVICE B CIRCUIT 1 NUMBER OF POLES 13 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5% 24.00 V WIRE S12E 5 RESISTANCE (OHMS/FOOT) 0.000403 CIRCUIT CONDUIT ID LIGHT POLE ID DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP (%) B-1 P80 LP-58 160 0.5D 0.D3 001'% B-1 P81 LP-59 160 1.00 0.06 0011% B-1 P82 LP-50 155 1.50 0.09 0.02% B-1 P83 LP-61 135 2.00 0.11 0.02% B-1 P64 LP-62 1s 2.50 OA2 000% B-1 P85 PB-23 70 2.50 0.07 001°/ B-1 P63 PB-24 100 2.50 0.10 002/0 B-1 P87 LP-63 135 19D 0.16 0031/. B-1 P88 LP-54 205 3.5D 0.29 0.0EP B-1 P69 LP-55 158 4.00 0.25 0.051% B-1 P90 LP-66 15 4.50 0.03 0.01% B-1 P91 PB-25 70 4.50 0.13 0.03% B-1 P92 PB-26 92 4.50 0.17 0.03% B-1 P93 LP-67 178 5.00 0.36 0.07% B-1 P94 LP-68 160 5.50 0.35 0.07% B-1 P95 LP-69 28 6.9D 0.07 0.01% B-1 P93 PB-27 66 5.00 0.16 0.031/. B-1 P97 PB-28 35 3.00 0.21 0.0411. B-1 P98 LP-70 55 5.50 0.14 0.03% B-1 P99 PB-29 105 5.50 0.28 0.0v/ TOTAL 3.08 V 0.64% VOLTAGE DROP SUMMARY - 34th STREET CIRCUIT 2 NUMBER OF POLES 4 LINE VOLTAGE 480 MAXIMUM ALLOWABLE VOLTAGE DROP 5% 24.DDV WIRE SIZE 6 RESISTANCE OHIAS/FOOT 0.000403 CIRCUIT CONDUIT RUN NO. LIGHT POLE 10 DISTANCE AMPERAGE ON CABLE VOLTAGE DROP PERCENT DROP B-2 P99 PB-29 105 2.00 0.08 0.02% B-2 P100 PBJO 112 2.0) 0.09 0.02% B-2 P101 LP-71 35 2.0) 0.03 0.01 % B-2 P102 LP-72 234 1.5D 0.14 0.03% B-2 P103 LP-73 265 1.00 0.11 0.02% B-2 P104 PB-31 92 0.50 002 0.00% B-2 P105 PB�2 70 0.50 0.01 0.00% B-2 P106 LP-74 1s 0.50 000 0.00% TOTAL 0.49V U.10% 5' 265' 92' 70 END OF CIRCUIT 2 P1 PB-32 LP-73 LP-74 I Parkhill HIS DOCUMENT IS RELEASED ON 05/08/2023 FOR 'HE PURPOSE OF INTERIM REVIEW UNDER THE ,UTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS ICENSE #106911. IT IS NOT TO BE USED FOR :EGULATORY APPROVAL, CONSTRUCTION, IDDING OR PERMIT PURPOSES. 'ARKHILL SMITH & COOPER, INC. F-550 f-fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 *.:.i U. L 2 1ti 115 34TH STREET ELECTRICAL SERVICE SCHEDULE AND CIRCUIT DIAGRAM SECTION 2 SHEET 1 OF 1 099 2 3 4 DI B 1 1 2 CONDUIT AND CONDUCTOR SUMMARY RUN NO. LENGTH OF RUN (FT) PVC TRENCH PVC BORE NO 6INSUL NO 5INSUL SCH,40-2. SCH. 40-2" GROUND POWER NO OF PVC USED TOTAL RUN (FT) NO OF PVC USED TOTAL RUN (FT) NO OF CONDUCTORS (EA) TOTAL RUN (FT) NO OF CONDUCTORS (EA) TOTAL RUN (FT) P1 210 1 210 0 1 210 2 420 P2 210 1 210 0 1 210 2 420 P3 210 1 210 0 1 210 2 420 P4 200 1 200 0 1 200 2 400 P5 15 1 15 0 1 15 2 30 P6 80 1 80 1 80 1 80 2 160 P7 110 1 110 0 1 110 2 220 PS 210 1 210 0 1 210 2 420 P9 235 1 235 0 1 235 2 470 P10 190 1 190 0 1 190 2 380 P11 170 1 170 0 1 170 2 340 P12 180 1 180 0 1 180 2 360 P13 105 1 105 0 1 105 2 210 wLL P14 175 1 175 0 1 175 2 350 wov P15 85 1 85 1 85 1 85 2 170 yF': P16 15 1 15 0 1 15 2 30 FwN P17 245 1 245 0 1 245 2 490 My P18 30 1 30 0 1 30 2 60 P19 127 1 127 0 1 127 2 254 P20 220 1 220 0 1 220 2 440 P21 155 1 155 0 1 155 2 310 P22 180 1 180 0 1 180 2 360 P23 80 1 80 0 1 80 2 160 P24 80 1 80 0 1 80 2 160 P25 185 1 185 0 1 185 2 370 P26 210 1 210 0 1 210 2 420 P27 160 1 160 0 1 160 2 320 P28 215 1 215 0 1 215 2 430 P29 20 1 20 0 1 20 2 40 P30 88 1 88 1 88 1 88 2 176 P31 170 1 170 0 1 170 2 340 TOTAL 4565 4565 253 4565 9130 P32 230 1 230 0 1 230 2 460 P33 230 1 230 0 1 230 2 460 P34 210 1 210 0 1 210 2 420 P35 200 1 200 0 1 200 2 400 P36 200 1 200 0 1 200 2 400 P37 26 1 26 0 1 26 2 52 P38 85 1 85 1 85 1 85 2 170 P39 104 1 104 0 1 104 2 298 P40 180 1 180 0 1 180 2 360 P41 175 1 175 0 1 175 2 350 P42 235 1 235 0 1 235 2 470 P43 210 1 210 0 1 210 2 420 P44 180 1 180 0 1 i8D 2 360 P45 20 1 20 0 1 20 2 40 P46 133 1 133 0 1 133 2 266 t-m P47 190 4 760 0 4 760 8 1520 Os w On P48 90 2 180 1 90 2 i8D 4 360 �Nco P49 90 1 90 1 90 1 90 2 180 P50 87 1 87 1 87 1 87 2 174 =N P51 15 1 15 0 1 15 2 30 P52 110 1 110 0 1 110 2 220 P53 195 1 195 0 1 195 2 390 P54 225 1 225 0 1 225 2 450 P55 230 1 230 0 1 230 2 460 P56 15 1 15 0 1 15 2 30 P57 85 1 85 1 65 1 85 2 170 P58 110 1 110 0 1 110 2 220 P59 185 1 185 0 1 185 2 370 P60 170 1 170 0 1 170 2 340 P61 15 1 15 0 1 15 2 30 P62 80 1 80 1 80 1 80 2 160 P63 120 1 120 0 1 120 2 240 P64 195 1 195 0 1 195 2 390 P65 190 1 190 0 1 190 2 380 P66 20 1 20 0 1 20 2 40 P67 80 1 80 1 80 1 80 2 160 TOTAL 4915 5575 577 5575 11159 P68 110 1 110 0 1 110 2 220 P69 180 1 180 0 1 180 2 360 P70 210 1 210 0 1 210 2 420 F,n P71 135 1 135 0 1 135 2 270 w0� P72 185 1 185 1 185 1 185 2 370 Fmm P73 85 1 85 0 1 65 2 170 =wy P74 15 1 15 0 1 15 2 30 �x P75 170 1 170 0 1 170 2 340 P76 190 1 190 0 1 190 2 380 P77 200 1 200 0 1 200 2 400 P78 185 1 185 0 1 185 2 370 P79 135 1 185 0 1 185 2 370 TOTAL 1850 1850 185 1859 3700 * CABLE QUANTITIES ALLOW FOR AN ADDITIONAL 5 FEET OF SLACK TO BE LEFT AT PULL LOCATIONS WITHIN THE SYSTEM 1 4 ILLUMINATION POLE SUMMARY LIGHT NO BL/CL STATION OFFSET (FROM CL CIRCUIT NOTE LP-1 34th STREET 102+20 39' RT 3 LP-2 34th STREET 103+30 42' LT 1 LP-3 34th STREET 104+20 39' RT 3 LP-4 34th STREET 105+30 42' LT 1 LP-5 34th STREET 106+20 39' RT 3 LP-6 34th STREET 107+25 42' LT 1 LP-7 34th STREET 108+00 39' RT 3 F,n LP-8 34th STREET 109+25 42' LT 1 LP-9 34th STREET 110+25 39' RT 3 F�m LP-10 34th STREET 111+05 42' LT 1 ~� w LP -II 34th STREET 111+90 39' RT 3 LP-12 34th STREET 112+75 42' LT 1 A. LP-13 34th STREET 113+65 39' RT 3 LP-14 34th STREET 114+38 42' LT 1 LP-15 34th STREET 116+00 39' RT 3 LP-16 34th STREET 116+68 42' LT 1 LP-17 34th STREET 117+75 39' RT 3 LP-1") 34[h STREET 118+70 42' LT 1 LP-19 34[h STREET 119+45 39' RT 3 LP-20 34th STREET 120+75 39' RT 3 LP-21 34th STREET 121+80 39' RT 3 LP-22 34th STREET 122+95 42' LT 1 LP-23 34th STREET 124+00 39' RT 3 LP-24 34th STREET 124+95 42' LT 1 LP-25 34th STREET 125+90 39' RT 3 LP-26 34th STREET 125+90 42 LT 1 LP-27 34th STREET 127+75 39' RT 3 LP-28 34th STREET 128+60 42' LT 1 LP-29 34th STREET 129+40 39' RT 3 wLL LP-30 34th STREET 130+85 42' LT 1 �Om LP-31 34th STREET 131+40 39' RT 3 F LP-32 34th STREET 132+55 42' LT 1 Fw� LP-33 34[h STREET 133+45 39' RT 4 vN LP-34 34th STREET 134+45 42' LT 2 LP-35 34th STREET 135+28 39' RT 4 LP-36 34th STREET 136+60 42' LT 2 LP-37 34th STREET 137+50 39' RT 4 LP-38 34th STREET 138+35 42' LT 2 LP-39 34th STREET 139+25 39' RT 4 LP-40 34th STREET 139+95 42' LT 2 1 LP-41 34th STREET 141+05 39' RT 4 1 LP-42 34th STREET 141+80 42' LT 2 LP-43 34th STREET 142+85 39RT 4 1 LP-44 34th STREET 143+60 42' LT 2 LP-45 34th STREET 144+55 39' RT 4 LP-46 34th STREET 145+60 42' LT 2 LP-47 34th STREET 146+63 39' RT 4 LP-48 34th STREET 147+35 42' LT 2 ww —LP -49 34th STREET 148+25 39' RT 4 F�m LP-50 34th STREET 149+15 42' LT 2 LP-51 34th STREET 150+15 39' RT 4 Fw`? LP-52 34th STREET 159+90 42' LT 2 = MN LP-53 34th STREET 151+90 39' RT 4 LP-54 29th STREET 10+88 45' RT 1 LP-55 29th STREET 11+67 45' LT 1 LP-56 29th STREET 12+40 45' RT 1 LP-57 29th STREET 13+85 45' LT 1 NOTE 1: FOUNDATION IS WITHIN EXISTING DRIVEWAY. COORDINATE WITH TRAFFIC CONTROL PLANS FOR INSTALLATION. SUMMARY OF ILLUMINATION QUANTITIES DESCRIPTION UNIT QUANTITY ILLUMINATION POLE ASSEMBLY EA 20 w O JUNCTION BOX (TY A) EA 18' ELECTRICAL SERVICE EA 0 w =w 2" PVC CONDUIT LF 4565 � s 46 BARE CONDUCTOR LF 4565 46 INSULATED CONDUCTOR LF 9130 ILLUMINATION POLE ASSEMBLY EA 23 w wO JUNCTION BOX (TY A) EA 232 � N ELECTRICAL SERVICE EA 1 x w 2" PVC CONDUIT LF 5575 T 46 BARE CONDUCTOR LF 5575 46 INSULATED CONDUCTOR LF 11150 ILLUMINATION POLE ASSEMBLY EA 14 .0 JUNCTION BOX (TY A) EA 9 z M ELECTRICAL SERVICE EA 0 = w 2" PVC CONDUIT LF 185D _ #6 BARE CONDUCTOR LF 1850 46 INSULATED CONDUCTOR LF 3700 ILLUMINATION POLE ASSEMBLY EA 57 r JUNCTION BOX (TY A) EA 54` � ELECTRICAL SERVICE EA 1 00 2" PVC CONDUIT LF 11999 m #6 BARE CONDUCTOR LF 11999 46 INSULATED CONDUCTOR LF 23989 NOTE 2: JUNCTION BOXES ARE NOT SHOWN ON THE ILLUMINATION LAYOUT BUT SHALL BE INSTALLED AT LOCATIONS TO ENSURE MANUFACTURER'S MAXIMUM RECOMMENDED PULLING TENSION IS NOT EXCEEDED. QUANTITY IS BASED ON 1 BOX BETWEEN EACH POLE. Parkhill HIS DOCUMENT IS RELEASED ON 05/08/2023 FOR 'HE PURPOSE OF INTERIM REVIEW UNDER THE ,UTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS ICENSE 4106911. IT IS NOT TO BE USED FOR :EGULATORY APPROVAL, CONSTRUCTION, IDDING OR PERMIT PURPOSES. 'ARKHILL SMITH & COOPER, INC. F-550 1NN-fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 o 34TH STREET ILLUMINATION SECTION 1 QUANTITIES 099 1 1 2 1 3 1 4 1 5 34TH STREET ILLUMINATION SECTION 1 QUANTITIES 099 1 1 2 1 3 1 4 1 5 11 2 3 41 5 CONDUIT AND CONDUCTOR SUMMARY ILLUMINATION POLE SUMMARY LIGHT NO BLICL STATION OFFSET (FROM CL CIRCUIT NOTE LP 58 34th STREET 305+13 42' LT 1 LP 59 34th STREET 306+63 42' LT 1 LP-60 34th STREET 308+13 36' LT 1 LP-61 34th STREET 309+58 36' LT 1 wLL LP-62 34th STREET 310+g1 36' LT 1 ��m LP-53 34th STREET 312+39 36' LT 1 1 LP-54 34th STREET 313+63 36' LT 1 FwN LP-65 34th STREET 315+58 36' LT 1 M= N LP-66 34th STREET 317+06 36' LT 1 LP-67 34th STREET 318+58 36' LT 1 1 LP-68 34th STREET 320+27 36' LT 1 LP-69 34th STREET 321+77 36' LT 1 LP-70 34th STREET 323+27 36' LT 1 LP-71 34th STREET 325+DO 36' LT 2 �wwLL LP-72 34th STREET 327+24 36' LT 2 1 n�=0� LP-73 34th STREET 329+g0 36' LT 2 1 LP-74 34th STREET 331+30 3T LT 2 SUMMARY OF ILLUMINATION QUANTITIES Parkhill THIS DOCUMENT IS RELEASED ON 05/08/2023 FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF SHAUN R. TIDWELL, P.E., TEXAS LICENSE 4106911. IT IS NOT TO 6E USED FOR REGULATORY APPROVAL, CONSTRUCTION, BIDDING OR PERMIT PURPOSES. PARKHILL SMITH &COOPER, INC. F-560 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- it ■ ! �' �02 li�l 34TH STREET ILLUMINATION SECTION 2 QUANTITIES 1 Qd II I C� 1 I<i 1 1 1 Parkhill 7■ No A ! N I�a�Nr i — TIE CONDUIT INTO EXISTING IrsGRouNDBox LEGEND ITS TYPE 1 BOX r (ED(10)-14 MOD) r O ' Q 00 100+00 101+00 0 a 102+00 103+00 104+00 105+00 106+00 107+00 108+00 109+00 lif ITS CONDUIT O 34Tf/STREET w z GENERAL NOTES: 1. UTILITIES SHOWN ARE REPRESENTATIONAL ONLY. FIELD a VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK, 2. COORDINATE THE EXACT LOCATION OF \ Q m POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUCTION BOXES WITH ROADWAY AND SIDEWALK PLANS. I W RESTORE ANY AREAS DISTRUBED DURING INSTALLATION. O •i 3. CONTRACTOR HAS THE OPTION OF iurra... .. i " z INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS li, o S W j s NOT FEASIBLE. V 4. PROVIDE JUNCTION BOXES AT SPACING J TO ACCOMODATE WIRE MANUFACTURER'S �J MAXIMUM TENSION RECOMMENDATIONS, OR AT 800' MAXIMUM, WHICHEVER IS LOWER. 5. JUNCTION BOXES AND ITS LINES ARE REPRESENTATIONAL AND MAY BE ADJUSTED IN THE FIELD. 6. INSTALL ALL ITS LINES BETWEEN BACK OF CURB AND ROW LINE AT A MINIMUM OF 36 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95% MAXIMUM DENSITY (ASTM D693). I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- �02 li�l 34TH STREET ITS PLAN SECTION 1 SHEET 1 OF 3 1 1 2 1 3 1 4 1 122 7M Am Am 1 1 2 1 :1 1 4 1 CD 0 N r a H N W Z J 2 U a 5 N 0 50 100 o LEGEND 0 N II ITS TYPE 1 BOX Cl) (ED(10)-14 MOD) r Q ITS CONDUIT H to W Z GENERAL NOTES: J 1. UTILITIES SHOWN ARE L) REPRESENTATIONAL ONLY. FIELD a VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. 2. COORDINATE THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUCTION BOXES WITH ROADWAY AND SIDEWALK PLANS. RESTORE ANY AREAS DISTRUBED DURING INSTALLATION. 3. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. 4. PROVIDE JUNCTION BOXES AT SPACING TO ACCOMODATE WIRE MANUFACTURER'S MAXIMUM TENSION RECOMMENDATIONS, OR AT 800' MAXIMUM, WHICHEVER IS LOWER. 5. JUNCTION BOXES AND ITS LINES ARE REPRESENTATIONAL AND MAY BE ADJUSTED IN THE FIELD. 6. INSTALL ALL ITS LINES BETWEEN BACK OF CURB AND ROW LINE AT A MINIMUM OF 36 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95% MAXIMUM DENSITY (ASTM D693). 1 ®444 '4 ELI ®a•�c� V \ y CD 0 CD CD --- CD------ N ® II M M � � a o a 00 133+00 134+00 135+00 136+00 137+00 138+00 139+00 140+00 141+00 142+00 14 Z ® 34THSTREET ® z U ® C) H H a I i e O 1�4 � � W «Es a o 14 F, V o 0 Q y Parkhill A A��T KYLE WJACKS N 11TS FN 05/21/23 f-fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 1 1 2 1 3 123 7M c 0 M T a H W Z J 2 U a Am I 5 N 1111'' 1 W QI 0 50 100 h V LEGEND S ITS TYPE 1 BOX _.... (ED(10)-14 MOD) - ITS CONDUIT 153+00 154 GENERAL NOTES: 1. UTILITIES SHOWN ARE REPRESENTATIONAL ONLY. FIELD VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. 2. COORDINATE THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUCTION BOXES WITH ROADWAY AND SIDEWALK PLANS. RESTORE ANY AREAS DISTRUBED DURING INSTALLATION. 3. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. 4. PROVIDE JUNCTION BOXES AT SPACING TO ACCOMODATE WIRE MANUFACTURER'S MAXIMUM TENSION RECOMMENDATIONS, OR AT 800' MAXIMUM, WHICHEVER IS LOWER. 5. JUNCTION BOXES AND ITS LINES ARE REPRESENTATIONAL AND MAY BE ADJUSTED IN THE FIELD. 6. INSTALL ALL ITS LINES BETWEEN BACK OF CURB AND ROW LINE AT A MINIMUM OF 36 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95% MAXIMUM DENSITY (ASTM D693). Parkhill tH & COOP ��� 011l// a a j KVLE 7. JACKS N �'q.....983,10 l k' NA \\\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■o + �TFal it ■ ! �' 34TH STREET ITS PLAN SECTION 1 SHEET 3 OF 3 124 1 1 2 1 3 1 4 7_ A= 1 1 2 1 :1 1 4 1 5 N 0 50 100 c LEGEND u� N S ITS TYPE 1 BOX r (ED(10)-14 MOD) M a ITS CONDUIT H V) W Z GENERAL NOTES: J 1. UTILITIES SHOWN ARE L) REPRESENTATIONAL ONLY. FIELD a VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. 2. COORDINATE THE EXACT LOCATION OF POLES, ROUTING OF CONDUITS, AND INSTALLATION OF JUCTION BOXES WITH ROADWAY AND SIDEWALK PLANS. RESTORE ANY AREAS DISTRUBED DURING INSTALLATION. 3. CONTRACTOR HAS THE OPTION OF INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS NOT FEASIBLE. 4. PROVIDE JUNCTION BOXES AT SPACING TO ACCOMODATE WIRE MANUFACTURER'S MAXIMUM TENSION RECOMMENDATIONS, OR AT 800' MAXIMUM, WHICHEVER IS LOWER. 5. JUNCTION BOXES AND ITS LINES ARE REPRESENTATIONAL AND MAY BE ADJUSTED IN THE FIELD. 6. INSTALL ALL ITS LINES BETWEEN BACK OF CURB AND ROW LINE AT A MINIMUM OF 36 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95% MAXIMUM DENSITY (ASTM D693). CD u� M N Cl) H V) W Z J 2 U H a Parkhill tH & COOP s,�����F rE+asl�tio a j KYLE W.JAACKS N �'q.....98310% ' llT s N \\� NA 05/21/23 Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 N. r1- v + �- s 302 I..,. W'k 1 ', L 34TH STREET ITS PLAN SECTION 2 SHEET 1 OF 2 125 1 1 2 1 3 1 4 1 1 2 1 :1 1 4 1 5 7■ HE A I V > I H� W Q W h `V `V Q 0 50 100 Q la Q I 0 LEGEND Ln — I I I M------ ® II ITS TYPE BOX N✓ (ED(10)-14 MOD) Cl) Q — — ITS CONDUIT 324+00 325+pp 326+00 327+pp 328+p0 329+pp 330+00 331+pp 332+p0 334+pp � TIE ITS INTO EXISTING ��.—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.—.—.—.—...—.— .—.—.—.—.i.—.—.�.—.`. ZSIGNAL BOX ?47) AEET ® —TIE ITS INTO EXISTING J JUNCTION BOX GENERAL NOTES: II m If ® a 1 UTILITIES SHOWN ARE � � �-----;­' _ I & REPRESENTATIONAL ONLY. FIELD Q 61flE9 — VERIFY EXISTING OVERHEAD AND UNDERGROUND UTILITIES PRIOR TO PERFORMING ANY WORK. ,vA,emvaAuro snrEs cµes RCEas ,v rarv,.n,vu - wHcu arcE.0 war n�' �R / 2. COORDINATE THE EXACT LOCATION OF V \ N O\ / POLES, ROUTING OF CONDUITS, AND su i llV INSTALLATION OF JUCTION BOXES 14 I1' �y � � � '� �. I1 , WITH ROADWAY AND SIDEWALK PLANS. J Qrw 4 RESTORE ANY AREAS DISTRUBED DURING INSTALLATION. �1 ❑ 3. CONTRACTOR HAS THE OPTION OF W Q Q `I Q 14 O INSTALLING THE CONDUIT BY BORING AT LOCATIONS WHERE TRENCHING IS ,. NOT FEASIBLE. sm. ee.,;vamy v,_ q PROVIDE JUNCTION BOXES AT SPACING TO ACCOMODATE WIRE MANUFACTURER'S MAXIMUM TENSION RECOMMENDATIONS, OR AT 800' MAXIMUM, WHICHEVER IS LOWER. 5. JUNCTION BOXES AND ITS LINES ARE REPRESENTATIONAL AND MAY BE ADJUSTED IN THE FIELD. 6. INSTALL ALL ITS LINES BETWEEN BACK OF CURB AND ROW LINE AT A MINIMUM OF 36 INCHES DEEP UNLESS OTHERWISE APPROVED BY THE ENGINEER. BACKFILL TRENCH LINE TO 95% MAXIMUM DENSITY (ASTM D693). Parkhill Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- it ■ ! �' �02 li�l 34TH STREET ITS PLAN SECTION 2 SHEET 2 OF 2 1 1 1 in 1 126 1 2 3 4 5 D C o� B a v o� 1 2 3 5 34TH STREET SUMMARY OF ITS QUANTITIES (SHEET 1 OF 3) DESCRIPTION UNIT QUANTITY JUNCTION BOX EA 12 2" CONDUIT LF 1760 34TH STREET SUMMARY OF ITS QUANTITIES (SHEET 2 OF 3) DESCRIPTION UNIT QUANTITY JUNCTION BOX EA 2 2" CONDUIT LF 2200 34TH STREET SUMMARY OF ITS QUANTITIES (SHEET 3 OF 3) DESCRIPTION UNIT QUANTITY JUNCTION BOX EA 2 2" CONDUIT LF 792 SUMMARY OF ITS QUANTITIES (TOTALS) DESCRIPTION UNIT QUANTITY JUNCTION BOX EA 16 2" CONDUIT LF 4752 Parkhill �Exit A tH & COOP a j KVLE W.JA�KS N % = �'q.�.••• 98310• �iTS FN - OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! I' 34TH STREET SECTION 1 ITS QUANTITIES 127 SUMMARY OF ITS QUANTITIES (TOTALS) DESCRIPTION UNIT QUANTITY JUNCTION BOX EA 16 2" CONDUIT LF 4752 Parkhill �Exit A tH & COOP a j KVLE W.JA�KS N % = �'q.�.••• 98310• �iTS FN - OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! I' 34TH STREET SECTION 1 ITS QUANTITIES 127 Parkhill �Exit A tH & COOP a j KVLE W.JA�KS N % = �'q.�.••• 98310• �iTS FN - OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! I' 34TH STREET SECTION 1 ITS QUANTITIES 127 34TH STREET SECTION 1 ITS QUANTITIES 127 1 2 3 4 5 D C o� B a v o� 1 2 3 4 5 34TH STREET SUMMARY OF ITS QUANTITIES (SHEET 1 OF 2) DESCRIPTION UNIT QUANTITY ITS TYPE 1 BOX (ED(10)-14 MOD) EA 5 2" CONDUIT LF 1779 34TH STREET SUMMARY OF ITS QUANTITIES (SHEET 2 OF 2) DESCRIPTION UNIT QUANTITY ITS TYPE 1 BOX (ED(10)-14 MOD) EA 2 2" CONDUIT LF 827 SUMMARY OF ITS QUANTITIES (TOTALS) DESCRIPTION UNIT QUANTITY ITS TYPE 1 BOX (ED(10)-14 MOD) EA 7 2" CONDUIT LF 2606 Parkhill tH & COOP �� a j KVLE W.JA�KS N % = llT s N OS/21 /23 HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' 34TH STREET SECTION 2 ITS QUANTITIES 128 GENERAL NOTES FOR ALL ELECTRICAL WORK aE 1. The location of all conduits, junction boxes, ground boxes, and electrical services is diagrammatic and may be shifted to accommodate field conditions. 2. Provide new and unused materials. Ensure that all materials and installations comply with the applicable articles of the National Electrical Code (NEC),TxDOT standards and specifications, National Electrical Manufacturers Association (NEMA), and are listed by Underwriters Laboratories (UL) or a Nationally Recognized Testing Lab (NRTL). NRTLs such as Canadian Standard Association (CSA), Intertek Testing Services NA Inc., or FM Approvals LLC can be considered equivalent to UL. Where reference is made to NEMA listed devices, International Electrotechnical Commission (IEC) listed devices will not be considered on acceptable equalto a NEMA listed device. Acceptable devices may have both a NEMA and IEC listing. Faulty fabrication or poor workmanship In any material, equipment, or installation is justification for rejection. Replace or reinstall rejected material or equipment at no additional cost to the Department. 3. Miscellaneous nuts, bolts and hardware, except for high strength bolts, may be stainless steelwhen plans specify galvanized, provided the bolt size is Y2 in. or less in diameter. 4. Provide the following test equipment as required by the Engineer to confirm compliance with the contract and the NEC: voltmeter, ammeter, megohm meter (1000 volt DC), ground resistance tester, torque wrenches, and torque screwdrivers. Ensure all equipment has been properly calibrated within the last year. Provide calibration certification to the Engineer upon request. Operate test equipment during inspection as requested by the Engineer. 5. Install grounding as shown on the plans and in accordance with the NEC. Ensure all metallic conduits; metal poles; luminaires; and metal enclosures are bonded to the equipment grounding conductor. Provide stranded bare copper or green insulated grounding conductors. Ground rods, connectors, and bonding jumpers are subsidiary to the various bid items. 6. When required by the Engineer, notify the Department in writing of materials from the Material Producers List (MPL) intended for use on each project. Prequalified materials are listed on the MPL on TxDOT's website under ''Roadway Illumination and Electrical Supplies.' No substitutions will be allowed for materials on this list. CONDUIT A. MATERIALS 1. Provide conduit, junction boxes, fittings, and hardware as per TxDOT Departmental Material Specification (DMS) 11030 "Conduit" and Item 618 ''Conduit'' of TXDOT's ''Standard Specifications For Construction And Maintenance Of Highways, Streets, And Bridges,'' latest edition. Provide conduits listed under Item 618 on the MPL under ''Roadway Illumination and Electrical Supplies.'' Provide conduit types according to the descriptive code or as shown on the plans. Do not substitute other types of conduits for those shown. Provide liquidtight flexible metal conduit (LFMC) when flexible conduit is called for on galvanized steel rigid metallic conduit (RMC) systems. Provide liquidtight flexible nonmetallic conduit (LFNC) when flexible conduit is called for on polyvinyl chloride (PVC) systems. 2. Provide galvanized steelRMC for allexposed conduits, unless otherwise shown on the plans. Properly bond all metal conduits. 3. Unless otherwise shown on the plans, provide junction boxes with a minimum size as shown in the following table, which applies to the greatest number of conductors entering the box through one conduit with no more than four conduits per box. When a mixture of conductor sizes Is present, count the conductors as if all are of the larger size. For situations not applicable to the table, size junction boxes in accordance with NEC. AWG 3 CONDUCTORS 5 CONDUCTORS 7 CONDUCTORS #1 10'' x 10'' x 4'' 12'' x 12'' x 4'' 16 x 16 x 4' #2 8'' x 8'' x 4'' 0'' x 10'' x 4'' 12" x 12" x 4" #4 8'' x 8'' x 4'' 10'' x 10'' x 4'' 10'' x 10'' x 4'' #6 8'' x 8'' x 4'' 8'' x 8'' x 4'' 10'' x 10'' x 4'' #8 8'' x 8'' x 4'' 8'' x 8'' x 4'' 8'' x 8'' x 4'' 4. Junction boxes with an internal volume of less than 100 cu. In. and supported by entering raceways must have threaded entries or hubs identified for the Intended purpose and supported by connection of two or more rigid metal conduits. Secure conduit within 3 ft. of the enclosure or within 18 in. of the enclosure if all conduit entries are on the same side. Mechanically secure all junction boxes with an internal volume greater than 100 cu. inches. 5. Provide hot dipped galvanized cast Iron or sand cast aluminum outlet boxes for junction boxes containing only 10 AWG or 12 AWG conductors. Do not use die cast aluminum boxes. Size outlet boxes according to the NEC. 6. Do not use intermediate metal conduit (IMC) or electrical metallic tubing (EMT) unless specifically required by the plan sheets. When EMT is called for, provide junction boxes made from galvanized steel sheeting, listed and approved for outdoor use, unless otherwise noted on the plans. Size all galvanized steel junction boxes in accordance with the NEC. Provide junction boxes for IMC conduit systems that meet the some requirements for junction boxes used with RMC systems. 7. Provide PVC junction boxes intended for outdoor use on PVC conduit systems, unless otherwise noted on the plans. 8. Provide PVC elbows In PVC conduit systems, unless otherwise shown on the plans. Use only a flat, high tensile strength polyester fiber pull tape for pulling conductors through the PVC conduit system. When galvanized steelRMC elbows are specifically called for in the plans and any portion of the RMC elbow is burled less than 18 in., ground the RMC elbow by means of a grounding bushing on a rigid metalextension. Grounding of the rigid metal elbow is not required if the entire RMC elbow is encased in a minimum of 2 in, of concrete. PVC extensions are allowed on these concrete encased rigid metal elbows. RMC or PVC elbows are subsidiary to various bid items. 9. When required, provide High -Density Polyethylene (HDPE) conduit with factory installed internal conductors according to Item 622 ''Duct Cable." At the Contractor's request and with approval by the Engineer, substitute HDPE conduit with no conductors for bored schedule 40 or schedule 80 PVC conduit bid under Item 618. Ensure bored HDPE substituted for PVC is schedule 40 and of the some size PVC called for in the plans. Ensure the substituted HDPE meets the requirements of Item 622, except that the conduit is supplied without factory -installed conductors. Make the transition of the HDPE conduit to PVC (or RMC elbow when required) at the bore pit. Provide conduit of the size and schedule as shown on the plans. Do not extend substituted conduit into ground boxes or foundations. Provide PVC or galvanized steel AMC elbows as called for at all ground boxes and foundations. 10. Use two -hole straps when supporting 2 In, and larger conduits. On electrical service poles, properly sized stainless steel or hot dipped galvanized one -hole standoff straps are allowed on the service riser conduit. B. CONSTRUCTION METHODS 1. Provide and Install expansion joint conduit fittings on allstructure-mounted conduits at the structure's expansion joints to allow for movement of the conduit. In addition, provide and Install expansion joint fittings on all continuous runs of galvanized steel RMC conduit externally exposed on structures such as bridges at maximum intervals of 150 ft. When requested by the project Engineer, supply manufacturer's specification sheet for expansion joint conduit fittings. Repair or replace expansion joint fittings that do not allow for movement at no additional cost to the Department. Provide the method of determining the amount of expansion to the Engineer upon request. Do not use LFMC or LFNC as a substitute for the required expansion conduit fittings. 2. Space all conduit supports at maximum Intervals of 5 ft. Install conduit spacers when attaching metal conduit to surface of concrete structures. See ''Conduit Mounting Options on ED(2). Install conduit support within 3 ft. of all enclosures and conduit terminations. 3. Do not attach conduit supports directly to pre -stressed concrete beams except as shown specifically in the plans or as approved by the Engineer. 4. Unless otherwise shown on the plans, jack or bore conduit placed beneath existing roadways, driveways, sidewalks, or after the base or surfacing operation has begun. Backfill and compact the bore pits below the conduit per Item 476 ''Jacking, Boring, or Tunneling Pipe or Box'' prior to Installing conduit or duct cable to prevent bending of the connections. 5. When placing conduit in the sub -grade of new roadways, backfillall trenches with excavated material unless otherwise noted on the plans. When placing conduit in the sub -base of new roadways, backfill all trenches with cement -stabilized base as per requirements of Items 110 ''Excavation'',400 ''Excavation and BackfillforStructures 401''Flowable Backfill 402 ''Trench Excavation Protection and 403 ''Temporary Special Shoring.'' 6. Provide and place warning tape approximately 10 in. above all trenched conduit as per Item 618. 7. During construction, temporarily cap or plug open ends of all conduit and raceways immediately after installation to prevent entry of dirt, debris and animals. Temporary caps constructed of our duct tape are allowed. Tightly fix the tape to the conduit opening. Clean out the conduit and prove It clear in accordance with Item 618 prior to installing any conductors. 8. Ensure conduit entry into the top of any enclosure is waterproof by Installing conduit sealing hubs or using boxes with threaded bosses. This Includes surface mounted safety switches, meter cans, service enclosures, auxiliary enclosures and junction boxes. Grounding bushings on water tight sealing hubs are not required. 9. Fit the ends of all PVC conduit terminations with bushings or bell end fittings. Provide and Install a grounding type bushing on all metal conduit terminations. 10. Install bonding jumper from each grounding bushing to the nearest ground rod, grounding lug, or equipment grounding conductor. Ensure all bonding jumpers are the some size as the equipment grounding conductor. Bonding of conduit used as a casing under roadways for duct cable Is not required, if the duct extends the full length through the casing. 11. At all electrical services, install a 6 AWG solid copper grounding electrode conductor. 12. Place conduits entering ground boxes so that the conduit openings are between 3 in. and 6 in. from the bottom of the box. See the ground box detail on sheet ED(4). 13. Seal ends of all conduits with duct seal, expandable foam, or by other methods approved by the Engineer. Seal conduit immediately after completion of conductor installation and pull tests. Do not use duct tape as a permanent conduit sealant. Do not use silicone caulk as a conduit sealant. 14. File smooth the cut ends of allmounting strut and conduit. Before installing, paint the field cut ends of all mounting strut and RMC (threaded or non -threaded) with zinc rich paint (947 or more zinc content) to alleviate overspray. Use zinc rich paint to touch up galvanized material as allowed under Item 445 "Galvanizing." Do not paint non -galvanized motorlalwith a zinc rich paint as an alternative for materials required to be galvanized. ELECTRICAL CONDUCTORS A. MATERIAL INFORMATION 1. Provide Type XHHW insulated conductors In accordance with Departmental Material 12. Provide and Install a separate stranded equipment grounding conductor Seal between Specification (DMS)11040 ''Conductors'' and Item 620 ''Electrical Conductors.'' Provide (EGC) in all conduits that contain circuit wiring of 50 volts or more. conductors with conductors as listed on the Material Producers List (MPL) on the Department web site "Roadway Unless shown elsewhere, size the EGC to be the same size as the largest Heat Hot melt " hot melt adhesive C" clamp under Illumination and Electrical Supplies" Item 620. Color code insulated current carrying conductor contained In the conduit. Ensure all EGCs tape. Tape to Shrink adhesive type connector conductors In conformance with the NEC. Identify grounded (neutral) conductors with are bonded together at every accessible location. For traffic signal Tube tape white insulation. Identify grounding conductors (ground wires) with green Insulation Installations, provide a minimum size 8 AWG EGC. The EGC is paid for extend past end or bare conductors. Identify ungrounded (hot) conductors with any color insulation under Item 620. of tubing by except green, white, or gray. Keep color scheme consistent throughout the wiring Y8'' to �4 system. Identify conductors 6 American Wire Gauge (AWG) and smaller by continuous C. TEMPORARY WIRING color jacket. Identify electrical conductors 4 AWG and larger by continuous color TO jacket or by colored tape. When Identifying conductors with colored tape, mark at 1. Install temporary conductors and electrical equipment In accordance with least 6 in. of the conductor's Insulation with half laps of tape. the NEC article ''Temporary Installations'' and Department standard sheets. Al 2. Provide is solid copper 6 AWG grounding electrode conductor to bond the electrical 2. Provide a ground fault circuit interrupter (GFCI) for power outlets for service equipment to the concrete encased grounding electrode or the ground rod at portable electrical equipment, power tools, ice machines, Ice storage bins Increase the service location. Connect the grounding electrode conductor to the ground rod and refrigerators located outdoors at grade. GFCI may be any one of the insulation a E with a UL listed connector In accordance with DMS 11040. Connect the grounding following: molded cord and plug set, receptacle, or circuit breaker type. diameter with z° >. electrode conductor to the concrete encased grounding electrode as shown in the hot melt F plans. S. Use listed wire nuts with factory applied sealant for temporary wiring adhesive tape. where approved. Tape to extend o w 3. Where two or more circuits are present In one conduit or enclosure, permanently 2" Min. 2" Min. past end of Qz identify the conductors of each branch circuit by attaching a non-metallic tag 4. Enclose conductor splices within a listed enclosure or ground box, or ensure overlap overlap tubing by around both circuit conductors at each accessible location. Provide tags with the splices are more than 10 ft. above grade vertically and more than 5 ft. V8'' to Y4'' 0 3 two straps, large enough to indicate circuit number, letter, or other horizontally from any metal structure. Where Installing temporary conductors identification as shown in the plans. Print circuit identification on the tag In areas subject to vehicle traffic or mobile construction equipment, ensure awith a permanent marker. the vertical clearance to ground is at least 18 ft. when measured at the d 2 lowest point. Ground messenger wires that support power conductors in SPLICE OPTION - `^M r- 4. Use listed compression or screw type pressure connectors, terminal blocks, or rr split bolt connector for splicing as specified in DMS 11040. Use hot melt conformance with the NEC. Compression Type o �o adhesive tape to fill the gap and seal the ends of heat shrink tubing. Provide 5. Protect and when necessary repair any existing electrical conduits uncovered o x UL listed gel -filled insulating splice covers. Splicing materials, insulating during the construction process in a timely manner and In conformance with materials, breakaway disconnects, splice covers, and fuse holders are the NEC. subsldlary to various bid items. B. CONSTRUCTION METHODS Use only a flat, high tensile strength polyester fiber pull tape for pulling conductors through the conduit system. After Installing conductors in conduit, perform conductor pull test. If a conductor cannot be freely pulled, make any needed alterations or repairs at no additional cost to the department. Perform insulation resistance tests in accordance with Item 620. Coordinate with the Engineer to witness the tests. 2. Leave 2 ft. minimum, 3 ft. maximum length for each conductor up to the splice in ground boxes. Leave 3 ft. minimum, 4 ft. maximum length of conductor In ground boxes when pulled through with no splice. Leave 1 ft. minimum, 1.5 ft. maximum length of conductor at enclosures, weatherheads and pole bases. 3. Make splices only in junction boxes, ground boxes, pole bases, or electrical enclosures and use only listed compression or screw type pressure connectors, terminalblocks, or split bolt connectors. Insulate splices with heavy wall heat shrink tubing or gel -filled insulating splice covers to provide a watertight splice. Overlap conductor Insulation with heat shrink tubing a minimum of 2 In. past both sides of the splice. Where heat shrink tubing may not shrink sufficiently to or a watertight seal around the Individual conductors, prior to heating the tubing, increase the diameter of the conductor insulation using hot melt adhesive tape to provide a watertight seal between the individual conductors and the heat shrink tubing. Ensure the tape extends past the heat shrink tubing. Use hot melt adhesive tape to fill the gap and seal the ends of heat shrink tubing. Heat shrink tubing that appears to have been burned, or overheated, is considered defective and must be replaced. 4. Size and installgel-filled Insulating splice covers according to manufacturer's specifications when used in place of heat shrink tubing. 5. Wire nuts with factory applied waterproof sealant may be used for 8 AWG or smaller conductors in above ground junction boxes, but not in pole bases or ground boxes. Install wire nuts In an upright position to prevent the accumulation of water. 6. Support conductors in illumination poles with a J-hook at the top of the pole. 7. When terminating conductors, remove the Insulation and jacketing material without nicking the individual strands of the conductor. Conductors with nicked individual conductor strands or removed strands will be considered damaged. 8. Replace conductors and cables that are damaged beyond repair or that fail an insulation resistance test at no additional cost to the department. 9. Do not repair damaged conductors with duct tape, electrical tape, or wire nuts. Use only approved splicing methods. 10. Do not terminate more than one conductor under a single connector, unless the connector Is rated for multiple conductors. Do not exceed the pressure connector's listing for maximum number and size of conductors allowed. 11. Install breakaway connectors on conductors bid under Item 620 whenever those conductors pass through a breakaway support device. Follow manufacturer's instructions when terminating conductors to breakaway connectors. Properly torque threaded connections. Proper terminations are critical to the safe operation of breakaway devices. Trim waterproofing boots on breakaway connectors to fit snugly around the conductor to ensure waterproof connection. Only one conductor may enter a single opening In a boot. Provide waterproof boots with the correct number of openings. Leave unused openings factory sealed. Use prequalified breakaway connectors as shown on the MPL. GROUND RODS & GROUNDING ELECTRODES A. MATERIAL INFORMATION Provide and install grounding electrode at electrical services. Provide Sealbetween conductors with Heat Shrink ground rods according to DMS 11040 and the plans. Larger diameter or longer hot melt adhesive Hot melt Tube length rods may be called for in some specific locations, see the Individual p top e. Tape to adhesive plans sheets. Concrete encased grounding electrodes may be called for in extend past end tape Split bolt specific locations including electrical service, see Individual plan sheets. of tubing by B. CONSTRUCTION METHODS 08 to �4 1. Furnish auxiliary ground rods for lightning protection and Install in soil, concrete, or both, as called for in the plans. For ground rods installed in concrete, ensure the connection of the conductor to the ground rod is readily accessible for inspection or repairs. For ground rods Installed In soil, ensure that the upper end Is between 2 to 4 In. below finished grade. Increase 2. Do not place ground rods in the same drilled hole as a timber pole. Wrap split bolt insulation connector with diameter with 3. Installground rods so the imprinted part number is at the upper end of hot melt adhesive hot melt he rod. tape to protect adhesive tape. heat shrink from 2 Min. 2" Min. Tape to extend 4. Remove all non-conductive coatings such as concrete splatter from the rod sharp edges overlap overlap I past end of at the clamp location. tubing by V8'' to y4'' 5. Route all conductors as short and straight as possible for connection to lightning protection ground rods. When a bend Is required, ensure a minimum radius bend of four Inches for these conductors. SPLICE OPTION 2 6. Unless otherwise called for in the plans, protect grounding electrode Split Bolt Type conductors with non-metallic conduit. When protecting grounding electrode conductors with metal conduit, provide and install a grounding type bushing and properly sized bonding jumper on each end of the metal conduit. 7. Written authorization is required before installing a ground rod in a horizontal trench for rocky soil or a solid rock bottom. Set Screw/Lug for making connections See through molded cover SPLICE OPTION 3 Listed Screw Type Snap -lock, molded clamp Listed Screw Type with gel -filled insulating splice cover No.3 Reinforcing No.3 Ground 10'' GROUND BOXES steel Reinforcing box steel yp A. MATERIALS 1O (typ) � � � � � COn Crete Apron —Class A�-�4 a a (2) �, ��o D' Providepolymer concreteground measuring ler in (when required) :o �� 7,, 1 _ Apron-Full accordancewithu De artme alMaberialSecificationh(DMS>14070(WxLxD)orsmal and P Ground Boxes A 10" Groundin � A g ,x of box ' (typ) bushing for m% 0 3 to 6 00 o omp. �— _ RMC. Bell end °�QID °o08,� 2. Provide Type A, B, C, D, and E ground boxes as shown in the plans, and as listed on he Material Producers List (MET) the Department "Roadway Rumination rt ---� fitting for 00 o0 0 0 � 0 008 0 0� 0� o 0 o� 9" Aggregate on web site under PVC (4) 08C�0 08�0 0 �00���0 cb 08 0o�� fill (31 and Electrical Supplies," Item 624. To °o0o8g�o0o 000�o og�o0o �00 0°0o o `o Ground 3. Ensure ground box cover Is correctly labeled in accordance with DMS 11070. To box Conduit or Conduit 4. Provide larger ground boxes in accordance with Item 624 and as shown in the plans. o v g2 duct cable ell �2„ B. CONSTRUCTION METHODS z° -- 1. Remove all gravel and dirt from conduit. Cap all conduits prior to placing aggregate R and setting ground box. Provide Grade 3 or 4 coarse aggregate as shown on Table 2 of - 2 Item 302 "Aggregates for Surface Treatments." Ensure aggregate bed Is In place and at o w PLAN VIEW SECTION A - A least 9 inches deep, prior to setting the ground box. Install ground box on top of Qz aggregate. o r APRON FOR GROUND BOX 2. Cast ground box aprons in place. Reinforcing steelmay be field bent. Ensure the depth o of concrete for the apron extends from finished grade to the top of the aggregate bed ounder the box. Ground box aprons, including concrete and reinforcing steel, are g subsidiary to ground boxes when called for by descriptive code. - (1) Uniformly space ends of conduits within the ground box. Position ends of conduits so „o o that ground box walls do not Interfere with the installation of grounding bushings 3. Keep bolt holes In the box clear of dirt. Bolt covers down when not working in ground �o� o - orbellend fittings. boxes. z (2) Maintain sufficient space between conduits to allow for or installation of bushing. 4. Install all conduits and ells in a neat and workmanlike manner. Uniformly space conduits so grounding bushings and Bellend fittings can easily be installed. o (3) Place aggregate under the box, not in the box. Aggregate should not encroach on the o interior volume of the box. 5. Temporarily seal all conduits in the ground box until conductors are installed. a 3,4 v o (4) Install a grounding bushing on the upper end of all RMC terminating in a ground box. 6. Permanently seal conduits immediately after the completion of conductor Installation 3 0 Ground RMC elbows when any part of the elbow is less than 18 in. below the bottom of and pull tests. Permanently seal the ends of all conduits with duct seal, expandable 0E ° the ground box. Installa PVC bushing or bell end fitting on the upper end of allRVC foam, or other method as approved. Do not use duct tape as a permanent conduit sealant. NTa conduits terminating in a ground box. Do not use silicone caulk as a sealant. 0 7. When a ground rod Is present In a ground box, bond all equipment grounding conductors ° o a, together and to the ground rod with listed connectors. °,o ° 8. When a type B or D ground box Is stacked to meet volume requirements, it is allowable E ° to cut an appropriately sized hole for conduit entry In the side wall at least 18 inches ohm below grade. �mvo 2 o a GROUND BOX DIMENSIONS 9. If an existing ground box In the contract has a metal cover, bond the cover to the EW :q equipment grounding conductor with a 3 ft. long stranded bonding jumper the same size UOUTSIDE DIMENSIONS (INCHES) as the grounding conductor. The bonding jumper is subsidiary to various bid Items. o o TYPE Verify existing ground boxes with metalcovers are shown on the plans,with notes (Width x Length X Depth) fully describing the work required. 10. If other ground boxes with metal covers are within the project limits but are not part A 12 X 23 X 11 of the contract, the Engineer may direct the Contractor to bond the metal covers, identifying the specific boxes in writing. This work will be paid for separately. B 12 X 23 X 22 11. Bond metal ground box covers to the grounding conductor with a tank ground type lug. C 16 X 29 X 11 D 16 X 29 X 22 E 12 X 23 X 17 GROUND BOX COVER DIMENSIONS DIMENSIONS (INCHES) TYPE H I J K L M N P A, B& E 23 %4 2 3 13 3/4 13 %2 9 7/8 5 %8 1 3/8 2 C & D 30 %2 3 6 %4 17 %2 17 %4 13 %4 6 3/4 1 3/8 2 Hole for V2" bolt with recess for head For cover logo and labeling requirements. See DMS 11070 L H N �EEI - J H P - - M � I PLAN VIEW END SIDE GROUND BOX COVER ELECTRICAL SERVICES NOTES 1.Provide new materials. Ensure Installation and materials comply with the applicable provisions of the NationalElectrlcalCode (NEC) and National ElectrlccIManufacturers Association (NEMW standards. Ensure material is Underwriters Laboratories (UL) listed. Provide and install electrical service conduits, conductors, disconnects, contactors, circuit breaker panels, and branch circuit breakers as shown on the Electrical Service Data chart in the plans. Faulty fabrication or poor workmanship in material, equipment, or installation Is justification for rejection. Where manufacturers provide warranties and guarantees as a customary trade practice, furnish these to the State. 2.Provide electrical services in accordance with Electrical Details standard sheets, Departmental Material Specification (DMS) 11080 "Electrical Services,"DMS 11081 "Electrical Services -Type A,'' DMS 11082 "Electrical Services -Type C," DMS 11083 "ElectricalServices -Type D," DMS 11084 "ElectrlcalServlces-Type T," DMS 11085 ElectrlcalServlces-Pedestal(PS) and Item 628 "Electrical Services" of the Standard Specifications. Provide electrical service types A, C, and D, as listed on the Material Producers List (MPL) on the Department web site under "Roadway Illumination and Electrical Supplies," Item 628. Provide other service types as detailed on the plans. 3.Provide all work, materials, services, and any incidentals needed to install a complete electrical service as specified in the plans. 4.Coordinate with the Engineer and the utility provider for metering and compliance with utility requirements. Primary line extensions, connection charges, meter charges, and other charges by the utility company to provide power to the location are paid for in accordance with Item 628. Get approval for the costs associated with these charges prior to engaging the utility company to do the work. Consult with the utility provider to determine costs and requirements, and coordinate the work as approved. 5.The enclosure manufacturer will provide Master Lock Type 2 with brass tumblers keyed #2195 for all custom electrical enclosures. Installing Contractor is to provide Master Lock #2195 Type 2 with brass tumblers for "off the shelf" enclosures. Master Lock #2195 keys and locks become property of the State. Unless otherwise approved, do not energize electrical service equipment until locks are Installed. 6.Enclosures with external disconnects that de -energize all equipment inside the enclosure do not need a dead front trim. Protect incoming line terminations from incidental contact as required by the NEC. 7.When galvanized is specified for nuts, screws, bolts or miscellaneous hardware, stainless steelmay be used. 8.Provide wiring and electrical components rated for 75°C. Provide red, black, and white colored XHHW service entrance conductors of minimum size 6 American Wire Gauge (AWG). Identify size 6 AWG conductors by continuous color jacket. Identify electrical conductors sized 4 AWG and larger by continuous color jacket or by colored tape. Mark at least 6 inches of the conductor's insulation with half laps of colored tape, when Identifying conductors. Ensure each service entrance conductor exits through a separately bushed non-metallic opening in the weatherhead. The lengths of the conductors outside the weatherhead are to be 12 inches minimum, 18 inches maximum, or as required by utility. 9.All electrical service conduit and conductors attached to the electrical service including the riser or the elbow below ground are subsidiary to the electrical service. For an underground utility feed, allservlce conduit and conductors after the elbow, Including service conduit and conductors for the utility pole riser when furnished by the Contractor, wlllbe paid for separately. 10.Provide rigid metal conduit (RMC) for all conduits on service, except for the Y2 In. PVC conduit containing the electrical service grounding electrode conductor. Size the service entrance conduit as shown in the plans. Ensure conduit for branch circuit entry to enclosure is the same size as that shown on the layout sheets for branch circuit conduit. Extend all rigid metal conduits a minimum of 6 Inches underground and then couple to the type and schedule of the conduit shown on the layout for that particular branch circuit. Install a grounding bushing on the RMC where it terminates in the service enclosure. 11.Use of liquidtight flexible metal conduit (LFMC) is allowed between the meter and service enclosure when they are mounted 90 to 180 degrees to each other. Size the LFMC the same size as service entrance conduit. LFMC must not exceed 3 feet in length. Strap LFMC within 1 foot of each end. LFMC less than 12 inches in length need not be strapped. Each end of LFMC must have a grounding bushing or be terminated with a grounding fitting. The LFMC must contain a grounded (neutral) conductor. Ensure any bend in LFMC never exceeds 180 degrees. A pull test is required on all installed conductors, with at least six inches of free conductor movement demonstrated to the satisfaction of the Engineer. 12.Ensure all mounting hardware and installation details of services conform to utility company specifications. 13.For all electrical service enclosures listed under Item 628 on the MPL, the UL 508 enclosure manufacturers willprepare and submit a schematic drawing unique to each service. Before shipment to the job site, place the applicable laminated schematic drawings and the laminated plan sheet showing the electrical service data chart used to build the enclosure in the enclosure's data pocket. The installing contractor will copy and laminate the actual project plan sheets detailing all equipment and branch circuits supplied by that service. The laminated plan sheets are to be placed in the service enclosure's document pocket. Reduce 11 in. x 17 in. plan sheets to 8 Y2 in. x 11 in, before laminating. If the Installation differs from the plan sheets, the installing contractor is to redline plan sheets before laminating. 14.When providing an "Off The Shelf" Type D or Type T service, provide laminated plan sheets detailing equipment and branch circuits supplied by that service. Reduce 11 in. x 17 in. plan sheets to 8 %z in. x 11 in before laminating. Deliver these drawings before completion of the work to the Engineer, Instead of placing in enclosure that has no door pocket. 15.Do not install conduit In the back wall of a service enclosure where it would penetrate the equipment mounting panel inside the enclosure. Provide grounding bushings on all metal conduits, and terminate bonding jumpers to grounding bus. Grounding bushings are not required when the end of the metal conduit Is fitted with a conduit sealing hub or threaded boss, such as a meter base hub. SERVICE ASSEMBLY ENCLOSURE 1.Provide threaded hub for all conduit entries into the top of enclosure. 2.Type galvanized steel (GS) enclosures may be used for Type C panelboards and for Type D and T services that do not use an enclosure mounted photocell or lighting contactor. Provide GS enclosures in accordance with DMS 11080, 11082, 11083, and 11084. 3.Provide aluminum (AL) and stainless steel (SS) enclosures for Types A, C, and D In accordance with DMS 11080, 11081, 11082, 11083, and 11084. Do not paint stainless steel. 4.Provide pedestal service (PS) enclosures in accordance with ED(9) and DMS 11080 and 11085. Do not provide AS pedestal services. If AS is shown in the PS descriptive code, provide an AL enclosure. MAIN DISCONNECT & BRANCH CIRCUIT BREAKERS 1.Field drillflange-mounted remote operator handle if needed, to ensure handle is lockable In both the "On" and "Off" positions. 2.When the utility company provides a transformer larger than 50 OVA, verify that the available fault current is less than the circuit breaker's ampere interrupting capacity (AIC) rating and provide documentation from the electric utility provider to the Engineer. PHOTOELECTRIC CONTROL 1.Provide photocell as listed on the MPL. Move, adjust, or shield the photocell from stray or ambient night time Tight to ensure proper operation. Mount photocell facing north when practical. Mount top of pole photocells as shown on Top Mounted Photocell Detail. AbELECTRICAL SERVICE DATA Elec. Service ID Plan Sheet Number Electrical Service Description Service Conduit WWSize Service Conductors No./Size Safety Switch Amps Main Ckt. Bkr. Pole/Amps Two -Pole Contractor Amps Panelbd/ Loadcenter Amp Rating Branch Circuit ID Branch Ckt. Bkr. Pole/Amps Branch Circuit Amps OVA Load SB 183 289 ELC SRV TY A 240/480 100(SS)AL(E)SF(U) 2" 3/u2 100 2P/100 100 N/A Lighting NB 2P/40 26 28.1 Lighting SIR 2P/40 25 Underpass 1P/20 15 NB Access 30 ELC SRV TY D 1201240 06O(NS)SS(E)TS(0) 1 %4" 3/t* N/A 2P/60 100 Sig. Controller 1P/30 23 5.3 30 Luminaires 2P/20 9 CCTV 1P/20 3 End G Main 58 ELC SRV TY T 120/240 000(NS)GS(MSP(0) 1 %4" 3/#6 N/A N/A N/A 70 Flashing Beacon 1 1P/20 4 1.0 Flashing Beacon 2 1 1P/20 4 As Example only, not for construction. Allnew electrical services must have electrical service data chart specific to that service as shown in the plans. WW Verify service conduit size with utility. Size may change due to utility meter requirements. Ensure conduit size meets the National ELectricalCode. EXPLANATION OF ELECTRICAL SERVICE DESCRIPTIVE CODE ELEC SERV TY X XXX/XXX Schematic Type ___J _T Service Voltage V / V Disconnect Amp Rating 000 indicates main lug only/ Typically Type T (SS)- Safety Switch Ahead of Meter -Check with Utility (NS)- No safety Switch Ahead of Meter -Check with Utility Enclosure Type GS- Galvanized steel("off the shelf") SS- Stainless steel(Custom Enclosure AL- Aluminum (Custom Enclosure)See Photocell Mounting Location (E)- Inside Service/Enclosure Mounted (T)- Top of pole (U= Luminaire mounted (M= None/No Photocell or Lighting Contactor Required Service Support Type GC- Granite concrete CC- Other concrete TP- Timber pole SP- Steel pole SF- Steel frame OT- Pole by others or paid for separately ED- Existing pole TS- Service on traffic signal pole PS- Pedestal Service 0- Overhead Service Feed from Utility U= Underground Service Feed from Utility X X X (XX) XX W XX W Standard 3-prong photocell receptac and pho Hot dipp galvanize cast iror or sand aluminurr box with V2" R M Conduit, to provi to 1" ck between cell and Conduit mounting chonnel(Unistrut, Kindorf, B-line or equal) Mount Photocell 6" to 8" measured from the top of the pole or 18 to 20 feet above finished grade or as directed by Engineer, and as allowed by utility company. Service Support TOP MOUNTED PHOTOCELL Install conduit strap maximum 3 feet from box. 5 foot maximum spacing between straps supporting conduit. a1 wr 0 Red insulation or color code 6'' length of Line 1 or Line 2 conductors' Insulation with red tape where conductor exits the weatherhead. V1 V2 White Insulation or color code 6'' length of neutral conductors' insulation with white tape where conductor exits the weatherhead. 80 Two Photocell viewing windows not shown but required when photocell is listed as enclosure mounted. Windows not required when photocell / is listed as pole top mounted. F 110 O �7 ..... -------- I O I 11 11 Grounding Typical Branch Electrode Circuits SCHEMATIC TYPE A THREE WIRE �102 Do not bond this bus to S the enclosure 11 Grounding Typical Branch Electrode Circuit SCHEMATIC TYPE C THREE WIRE WIRING LEGEND Power Wiring ControlWiring — N — Neutral Conductor —G— Equipment grounding conductor -always required F 01�1 L Red insulation or color code 6'' I, of Line 1 or Line conductors' Insu with red tape vu conductor exits weatherhead. White Insulation color code 6'' I of neutral condu insulation with v tape where con exits the weath Typical Typical 120 Volt 120 / 240 Volt Branch Circuit Branch Circuit IL-11— ' SCHEMATIC TYPE T Typical Typical Typical 120 Volt 240 Volt 120 / 240 Volt 120/240 VOLTS - THREE WIRE Branch Circuit Luminaire Branch Circuit Branch Circuit Galvanized steel -'Buy Off The Shelf'' only. When required install photocell top of the pole or on luminalre only, no lighting contractor will be installed. SCHEMATIC TYPE D — CUSTOM 120/240 VOLTS — THREE WIRE SCHEMATIC LEGEND 1 Safety Switch (when required) 2 Meter (when required -verify with electric utility provider) 3 Service Assembly Enclosure 4 Main Disconnect Breaker (See Electrical Service Data) 5 Circuit Breaker, 15 Amp (Control Circuit) 6 Auxiliary Enclosure 7 Control Station ("H-O-A" Switch) 8 Photo Electric Control (enclosure - mounted shown) 9 Lighting Contactor 10 Power Distribution Terminal Blocks 11 Neutral Bus 12 Branch Circuit Breaker (See Electrical Service Data) 13 Separate Circuit Breaker Panelboard 14 Load Center 15 Ground Bus TIMBER POLE(TP)SERVICE SUPPORT NOTES GRANITE CONCRETE(GC)& OTHER CONCRETE(OC)NOTES a1 Ensure electricalservice support Is a class 5 treated timber pole as per Item 627 "Treated Timber Poles." Embed timber pole to depth required in Item 627. 2. Conduit and electrica I conductors attached to the electrical service pole and underground within 12 in. of service pole are not paid for directly but are subsidiary to the electrlal service. 3. Install pole -top mounted photocell (T)on north side of pole, or in service enclosure (E) as required. See Electrical Service Data chart In plan set. 4. Gain pole as required to provide flat surface for each channel. Gain timber pole to 5/8 in. max. depth and 1 7/8 in. max. height. Gain pole in a neat and workmanlike manner. 5. Mount meter and service equipment on stainless steel or galvanized channel (Unlstrut, Kindorf, or equal). Provide chonnelslzed 1 in. to 3 3/4 in. maximum depth, and 1Y2 In. to 15/8 in. maximum width. File smooth the cut ends of galvanized channel and paint with zinc rich paint before installing on pole. Secure each channel section to timber pole with two galvanized or SS lag bolts, Y4 in. minimum diameter by 1Y3 in. minimum length. Use a galvanized or SS flat washer on each lag bolt. Do not stack channel. 6. When excess length must be trimmed from poles, trim from the top end only. Class 5 pole, height as required Service drop from utility company (attached below weatherhead) 3� Service conduit (RMC)and service entrance conductors - One Red, One Black, One White (See Electrical Service Data) ® Safety switch (when required) Meter (when required) © Service enclosure 6 AWG bare grounding electrode conductor in Yz In. PVC to ground rod - extend Y2 in. PVC 6 in. underground. ® 5/8 in. x 8 ft. Copper clad ground rod - drive ground rod to a depth of 2 in. to 4 In. below grade. 90 RMC some size as branch circuit conduit. OO See pole -top mounted photocell detail on ED(5). 11 When required by the serving utility provide bare 6 AWG copper conductor. Run wire from pole top to butt wrap or copper butt plate. Protect conductor with non-conductive materlalto a height of 8 ft. above finished grade. 2� When required by utility, cut top of pole at an angle to enhance rain run off. Point of — attachment to be below weatherhead Pole brand must be 5' or less above grade Bushing or Bell End Fitting Ensure electricalservice support structures bid as type Granite Concrete (GC) or Other Concrete (CC) meet the following requirements. 1. Provide GC and CC poles that meet the requirements of FPS 11080 "Electrical Services." 2. Provide prestressed concrete poles suitable for direct embedment Into the ground without special foundations. 3. Verify poles are marked as required on DMS 11080. Location of marking should be approximately 4' above final grade. Use the two -point pickup locations when handling pole in horizontal position, and one -point pickup location for use in raising the pole to a vertical position. These marks are small but conspicuous. 4. Embed poles 42 in, or 107. of the length plus 2 ft., whichever Is greater. 5. Ensure all Installation details of services are in accordance with utility company specifications. 6. Install o one point rack or eye bolt bracket 6 inches to 12 inches below the weatherhead as an overhead service drop anchoring point for the electric utility. 7. Furnish and install galvanized or stainless steel channel strut 1 Yr In. or 1 5/8 in. wide by 1 in. up to 3 3/4 In. deep (Unistrut, Kindorf, B-line or equal). Attach channel strut with stainless steel concrete anchors (max. 1" depth), square U-bolts or back to back channel strut with long bolts, or other secure mounting as approved by the Engineer. Ensure bolts are galvanized in accordance with ASTM A153. Do not stack channel struts. 8. Backflll the holes thoroughly by tamping in 6 in, lifts. After tamping to grade, place odditlonalbackfillmoterlalin a 6 inch high cone around the pole to allow for settling. Use material equal in composition and density to the surrounding area. Backfllling will not be paid for directly but is subsidiary to various bid Items. White Insulation or color code 6" length 2" to 6" neutral conductor's 4 typ. Insulation with white tape where conductor exits the weatherhead. FC Red insulation or color code 6" length of Line 1 or Line 2 conductor's insulation with red tape where /� conductor exits the weatherhead. Conductor slack ength, 12'' min., 18'' max. 2" to 6" (4" tyP•) 6" to 12" (As required or allowed by utility company) 0 25' measured from grade. Circumstances may require the electrical service support to be taller than the 25' shown, check with utility before Installing RMC Enclosure Safety Switch (when required) Pole marking approx. 4' above ground line. } See DetailA 4 � 4 0 Extend l/2" 71T611 5 �/ PVC 6" below grade 6" w � m v w typ. 9 Q 0 E Em 0 m w w 6" to 10'' Couple to E typical Circuity w Conduit Upper end of ground rod to be 2" to 4" below finished grade SERVICE SUPPORT TYPE TP (0) Min. 24'' dia. hole Concrete Pole ,—Bushing or Bell Epd Fitting co 5 PVC, or other conduit type as shown on layout Ground Rod 5/8'' x g' 2" to 4" below grade CONCRETE SERVICE SUPPORT Overhead(0) Service Enclosure Safety switch (when required) o r� a- E Detail A > E c � E o a x � nD ° /—E Yz" P V C 6" below grade ound Rod 5F8 x 8' 2" to 4" below grade s �L m � PVC, or other RMC conduit type c, 6 to 10" as shown on — \ syout RMC ell '--Bushing Underground Min. 24" Concrete or Bell conduit as dia. hole Pole End Fitting per utility requirements CONCRETE SERVICE SUPPORT Underground(U) DETAIL A See Note 7. Before installing channel that has been cut, file sharp edges and paint with zinc -rich paint. Ensure there Is no paint splatter on the pole. 2 3 4 FBI C 0 B a A 1, Underground Cable Bars - (2) No. 3 To Flush With p Apron Sheet Details Rack System When Required. ReinforcingSteel Surrounding Grade Chamfer All See Cable Rack Details No. 3 Reinforcing Steel Class A Not to Scale Outside Edges o o o o o o Concrete Natural D LF, _Ir 'I� 17 — `7 o Ground p p o r p o o p Ground Box Apron ° PP.-�AV' .V. 4. 4 . Polymer Concrete Ground Box �/ � �, � 1,-01. Typ. o - 2" Typ p D �D DD DD —See ITS(28) for Conduit 1" PVC Conduit I I � °C a Turnout Details oI See Section A 0 m o W o � °�° ? I o o lo� A a 0 0 oI D + 1'-0" +/- I unding Connection Grounding o p o Do D° Detail See Detail A ° I o0 0 I o ° m ZJa V aD aD F DD DD aD aD ��aD D Crushed Stone Base, D° Do Do D° D° D° D �o Do D° Back Fill, and Filter Material " o _ o o _EE_ — :4_ _ 1 1 /2" Nominal Aggregate ITS Conduits (See Plans for Size, Type, and Quantity) ITS Conduits Ground Box (See Plans for Size F B for and - p - Ground Box Cover N x 1 O' Copper Clad 48" Steel Ground Rod 1" PVC Conduit for Top View Polymer Concrete Ground Box A Section A Locating Ground Rod and Conductor. Bars - (2) No. 3 Top Flush With Apron Chamfer All 48" Reinforcing Steel Surrounding Grade Outside Edges Class Finis h —Bare Ground Concrete Grade —Cable Rack System to be - p -- - p Q -� p #-p p - %'X4" Pull Slot 1 ° - ° L-- Grounded in Accordance with the National - Polymer Concrete. oncrete o dy DANGER HIGH VOLTAGE Ultraweld o Do Electric Code., Ground Box TRAFFIC MANAGEMENT Notes: Connection 01250n � Conduits 1. pITS Label to of cover with the words CADWELD a)6 D° /�. K (See Plans far Size and Quantity) "DANGER HIGH VOLTAGE TRAFFIC MANAGEMENT." 0 i� See Note 3 2. Equip all covers with a bolting system that will positively 5/8' x 10' Copper Clad secure the cover in place. D Steel Ground Rod --. 3. Bolts are to be 3/8 - 16 UNC or self cleaning (auger 5/8' x 1O' Copper ° ° 1" PVC Conduit for d (style) stainless steel penta head bolt with washer Clad Steel DDD oC Locating Ground Rod 48„ (2)(Min). Ground Rod and Conductor. Nate -All grounding connections to be CADWELD or approved equal. This Crushed Stone Base, Back Fill, and Filter Material work will not be paid for directly, r 1 D' Nominal Aggregate but is considered incidental to ITS ground box. Type 1 Cover Detail A Top View and Side View Grounding Connection Detail s" _ s" Note: B Section B Options Shown for Cable Racks and 8" Max. (2 Sides) Attachment Methods. Furnish Shop Drawings of Cable Rack and Cable 14" Max. (1 Side) 3" Max. F �., 8" Max. (2 Sides) 14" Max. (1 Side) Rack Grounding System (If Applicable) for Engineer Approval 0 0 0 0 0 Prior to Installation. 0 0 0 — — — — General Notes: 1. Conduit shown is for example only. Additional conduits may 9. When additional conduit entry points are needed to accommodate s//'-16 UNC x 1??/4' L a F be required as shown on the plans. existing conduit, core drill conduit knockouts in the field of the Drop -In Anchor _ appropriate number and size of conduit at each location, as ~ (Typical) 2. Provide polymer concrete ground box and cover meeting directed by the Engineer. American National Standards Institute (ANSI) / Society of Option A - Tap View Option B - Top View Option C - Top View Cable Telecommunications Engineers (SCTE) Tier 15 9.1. Provide a bell fitting on the end of each conduit to ensure loading requirements. a flush fit inside the ground box. 8" Max. (2 Sides) 3" Max. 8" Max. (2 Sides) 3. Terminate conduits through the side of the ground box. 9.2. Concrete grout around the knockout (inside and out) and around the conduit and bell fitting to ensure a neat watertight Cable 14" Max. (1 Side) Tie 14" Max. (1 Side) _ 4. Provide terminators for conduits cast in the walls and placed symmetrically about the centerline of the box at the depths fit after the conduit and bell fitting have been placed in a knockout. Ensure all openings in the ground box are sealed Cable -Cl= Lack shown, unless otherwise noted, for the number of conduits prior to grouting operations. identified on the plans to enter the box. 10. When required provide steel (ASTM A-153), glass reinforced 5. Provide terminators appropriately sized for the conduits nylon, or equivalent cable rack assemblies designed to support n h m indicated on the plans. Provide terminators with an air tight the amount of cable storage slack and splice enclosures identified Adjustable and water tight connection. in the plans. Locate cable rack system on any side but allow for ~� a „ UN1L /� -16 C x " o �. Track sufficient access to the inside of the ground box. Cable racks may Hex Head Stainless 6. Provide ground box with open bottom. be installed at the factory or in the field. When mounting cable racks Steel Screw (Typ.) ?, 7. Install ground box on a 9-inch base of aggregate fill which in the field, seal all penetrations to the side wall to prevent moisture penetration. Ground metallic cable rack systems to grounding '^ extends 9-inches in all directions from the perimeter of the box. system inside ground box in accordance with the National Electrical F °Option Aggregate fill will be subsidiary to "ITS Ground Box." Code. 8. Backfill 9-inches in all directions from the perimeter of the box -v Option A - Side View Option B - Side View, C - Side View with aggregate fill. Cable Rack Details Parkhill tH & COOP „o,F '�ay11�4'0 p /�i� ��� •Ifs// a \\\ NA 05/21/23 HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK,TEXAS 79401 KEL' PLAN 1 W21W BID SET NO DATE DESCRIPTION ISSUING OFFICE: LUBBOCK PROJECT NO: 40474.22 34TH STREET ITS GOUND BOX POLYMER CONCRETE ITS(41)-16 MOD 135 1 1 2 1 3 1 4 1 5 PM W TABLEcR 2694.t61 n MATCHLINE STA 110+00 RE�A,kP I f l l II 11I I l l ;1 l u 110, l Jl \ "� m MIN I °hui ����°�����V�iii M I I�� )MI cp lI HO viwvwvvvvvv vv TO ooi i pi/Iii nil i I � ii Tol TI --- o�=�=_—� \\\\ 1 \ \ vv i �l viv �v ilTm v i r vvv l i T11 vvv v vvvv qn00t�i l v v v v env iir�ii `v u vv vv v vi • Io MATCHLINE STA 121+00 X m cn M � W mU)Zma0� mm-40 Z C U) s0>X 0za0_qm W D z 0 m nl fT I SL/OEROAO VORIrAME MATCHLINE STA 110+00 nnwomAoy / � \ r mzmmomp? moNyrm DN OZy DMA ZN ITI I m m N D~ y O m m m pyZmOO mm D r D O Z y m y ; Z y rO Amer m��nm m0 zo tiz D o 4 v_zn<��o N y m ZX' O D y z Dmy N A D O� y N 2 m 0 D O D W Z S A 0 m 0 AA ymm yfZi,Z m. N Z p D r ��mn V! Or 50 z O Imo Z n 0 w w w 0 a W _< C D:51 q Ez co, m m n o 0 x o� ;a z A m X �wo m�XO�m �� y O �r Xm m°<vcmW cn� =Oz m OW�O MO 0 O N z c G) 0 X m m z z 0 D 0 n m m z ou ID at PW N w e_ W. DI O O + N a U) W Z J 2 U H Q B 5 N 0 50 100 LEGEND II 000��i INDICATES DIRECTION OF STORM WATER FLOW GENERAL NOTES 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. I CD 0 tM H U) UJ Z J 2 U H a 2 3 4 5 Parkhill tH & COOP a j KVLE W.JAKS N 1 k' NA _ \\\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubbio ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE SECTION 1 SHEET 2 OF 3 137 II C� I<i 71 CI BI -/f3�L W Z fp i w j 3 2 c Nren.,v I I I IIII W W Q d 153,00 -- 154 _ _ _ _ LEGEND 000��i INDICATES DIRECTION OF STORM WATER FLOW GENERAL NOTES 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. Parkhill I -Ft HUGO REED AND ASSOCIATES, INC. Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- it ■ ! �' �02 -0. 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE SECTION 1 SHEET 3 OF 3 1 1 2 1 3 1 4 5 138 1 1 2 1 :5 1 4 4 MUM ��ES I I I I IIII I I I I I1\111 � I IIIIII I IIIII111 I IIIIII 1 IIIIIII lull �i y , N IIIIII IIII II III JIF 1 / I111 All III III I I I I IIIII I I III I 1�114jII �I � � II I l l l� I l II IIIIII IIIIIII D l4 I �� I I ql I I IIIIII �n n — — oo EBB ,fm vvvv/�� `alllilli I Illllulglll � � v�vv� v — -� III II l�rr�� va° Ln 3-0 ZD -.`.tc. -. _-_per-�_ - - r /�\ \\ \ �i �\-3z1°'___--� _--Ip�°`-°o - w L% �I I LEGEND C INDICATES DIRECTION OF III // //// �L IIIII \ IIIIII I STORM WATER FLOW //Yll� \� I +IIIIII IIII � I ulu /////� vvvvvllllvIII l/ --- — GENERAL NOTES u u//// vvlv�llllvlll � Illllllul ul—_---��I _ ///'� \VLA\V\dIUII / LIT. IIII _ -V 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. N QD - - - __ -- -- w z-- —� ;_— _---__--- -- -- —' /II Illplll II L � z IIIII ll III �w y��.�PU��, tis II II II ay � II / \\\ \T\�F ?E�7�j vv — ---- �� — -- _ ——- --------------------- I `—I_ III ulll I � �il�l�lll —_ — IIIII I I I I 11J) I — III1111111/ _ -- I�IIfI\Ill\\\ —_�-- _ Cl) 4 - a LU — -- — — — — — _ '/, z vT AAA --- a ---- �� I IMW I I I I III vIIIII I III "v dbll I�I III In � IIIIII H I IIIIII I l l l l� l AI I I I � ll�l � i �I I I Illll l � la .�o�iE II Parkhill Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ta :. 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE SECTION 2 SHEET 1 OF 2 2 3 4 5 139 II C� ■ I<i ■ ■ ■ Parkhill N ��II:,Imnllu �Q y i illl.l�l,�l�% W p W III �, I , I I I �lu n h IIII' ��� ; •III Iiiill�In fn .44 ---_—_--__--------_ _ _ _ _ _ _ _ =i" J 334+00 J — _=-- ==— ---- — —=— _--_ -- -- ��I I / --- 32oo7 V -��A '� \ m,PiU'cac.�-cm `— ll 'l11 _aozs�_� 1\N r l l l l l lll 000LEGEND C Q 44�� INDI CATES DIRECTION OF Q STORM WATER FLOWmul � W \ (IIIII I \ II fl IIII 08 �I�III ))11 I\/ ' O M.EaNyPkill GENERAL NOTES 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. BI Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 ■�- it ■ ! �' �02 li�l 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE SECTION 2 SHEET 2 OF 2 1 1 2 1 3 1 4 140 1 1 2 1 :1 1 4 1 5 DI B TYPICAL DOWNSTREAM PROTECTION FOR PHASE I 1 TYPICAL DOWNSTREAM PROTECTION FOR PHASE II NTS NTS WATER BARRICADES TYPICAL DOWNSTREAM PROTECTION FOR PHASE III NTS 1 1 2 TYPICAL DOWNSTREAM PROTECTION FOR SIDE STREETS (WHEN OPE NTS 3 4 LEGEND 000��i INDICATES DIRECTION OF STORM WATER FLOW GRAVEL BAG, SEDIMENT CONTROL LOG, OR SILT FENCE AS APPROPRIATE GENERAL NOTES 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. Parkhill tH & COOP a j KVLE W.JAAKS N �'q.....98310% ' 1 k' NA _ \\\ NA 05/21/23 f—fq HUGO REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' 34TH STREET STORMWATER POLLUTION PREVENTION GUIDANCE DETAILS SHEET 1 OF 3 141 1 1 2 1 :1 1 4 1 5 Parkhill DI B tJ • PROVIDE GRAVEL BAGS AROUND DRIVEWAYS WHERE y SLOPES REQUIRE 63' RT TYPICAL DOWNSTREAM SIDE STREET PROTECTION (WHEN CLOSED) NTS • CURB OPENING — PROVIDE GRAVEL BAGS AROUND DRIVEWAYS WHERE SLOPES REQUIRE • LEGEND DOWNSTREAM DRIVEWAY PROTECTION (WHEN CLOSED) -i INDIATESM OF DIRTYPICAL STOCRWATER FLOW ER NTS GRAVEL BAG, SEDIMENT CONTROL LOG, OR SILT FENCE AS APPROPRIATE GENERAL NOTES 1. THIS SHEET INDICATES GENERAL DRAINAGE FLOW PATTERNS. REFER TO THE STORM WATER POLLUTION PREVENTION PLAN ❑ETAILS FOR ACCEPTABLE BEST MANAGEMENT PRACTICES AND INSTALL BMP'S AS APPROPRIATE. STORM SEWER INLET PROTECTION NTS 1 2 3 4 5 tH & COOP a j KVLE W.JAA N 1 ss \\ NA NA 05/21/23 30 REED AND ASSOCIATES, INC. Lubblo ck TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 1625 13TH STREET LUBBOCK, TEXAS 79401 it ■ ! �' III I Im III 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE DETAILS SHEET 2 OF 3 142 1 1 4' MINIMUM STEEL OR WOOD POSTS SPACED AT 6' TO 8'. SOFTWOOD POSTS SHALL BE 3" MINIMUM IN DIAMETER OR NOMINAL 2" X 4". HARDWOOD POSTS SHALL HAVE A MINIMUM CROSS SECTION OF 1.5" X 1.5" CONNECT THE ENDS OF THE SUCCESSIVE REINFORCEMENT SHEETS OR ROLLS A FASTEN FABRIC TO THE TOP STRAND OF THE WIRE USING MINIMUM OF 6 TIMES WITH HOG RINGS. I HOG RINGS OR CORD AT A MAXIMUM SPACING OF 15". r A ATTACH THE WIRE MESH AND FABRIC ON END POSTS USING 4 EVENLY SPACED STAPLES FOR WOODEN POSTS (OR 4 T-CLIPS OR D 0� 2" SEWN VERTICAL POCKETS FOR STEEL POSTS). GALVANIZED WELDED WIRE MESH (WAN/.M.) (12.5 GA. SWG MIN.) WITH A MAXIMUM 90" OPENING SIZE OF 2"X 4"OR WOVEN MESH (W.M.USEE WOVEN MESH OPTION DETAIL) WOVEN FILTER FABRIC �uYj7 /III FILTER FABRIC S MIN. WIDTH. PLACE 4" TO 6" OF FABRIC AGAINST THE TRENCH ��I/�/ SIDE AND APPROXIMENTLY 2" ACROSS THE TRENCH BOTTOM IN THE UPSTREAM DIRECTION. BACKFILL & l ✓ MINIMUM TRENCH SIZE SHALL BE 5" SQUARE. HAND TAMP. gp EMBED POSTS 18" MIN. A BACKFILL AND HAND TAMP. FLOW OR ANCHOR IF IN ROCK. TEMPORARY SEDIMENT CONTROL FENCE SECTION A -A No TOP OF FENCE HINGE JOINT KNOT WOVEN MESH (OPTION) DETAIL GALVANIZED HINGE JOINT KNOT WOVEN MESH (12.5 GA.SWG MIN.) REQUIRES A MINIMUM OF FIVE HORIZONTAL WIRES SPACED AT A MAXIMUM OF 12 INCHES APART AND ALL VERTICAL WIRES SPACED AT A MAXIMUM OF 12 INCHES APART. SEDIMENT CONTROL FENCE NOTES: 1. A SEDIMENT CONTROL FENCE MAY BE CONSTRUCTED NEAR THE DOWNSTREAM PERIMETER OF A DISTURBED AREA ALONG A CONTOUR TO INTERCEPT SEDIMENT FROM OVERLAND RUNOFF. A YEAR STORM FREQUENCY MAY BE USED TO CALCULATE THE FLOW RATE TO BE FILTERED. 2. SEDIMENT CONTROL FENCE SHOULD BE SIZED TO FILTER A MAXIMUM FLOW THROUGH RATE OF 1DO GPM/FT?SEDIMENT CONTROL FENCE IS NOT RECOMMENDED TO CONTROL EROSION FROM A DRAINAGE AREA LARGER THAN 2 ACRES. 1 SANDBAG DETAIL 4 5 SHEET DETAILS (NOT TO SCALE) ADAPTED FROM THE FOLLOWING TxDOT STANDARDS: EC(1)-16 EC(9)-16 6" CURB w CURB INLET �° o INLET ° \EXTENSION 2 SAND BAGS TEMP. EROSION CONTROL LOG \\// ?SAND BAGS EROSION CONTROL LOG AT CURB INLET NOTE: EROSION CONTROL LOGS AT CURB INLETS SHALL BE PLACED SO THAT THEY WILL NOT IMPEDE TRAFFIC OR FLOOD THE ROADWAY. SANDBAG NOTES: 1. PROVIDE SANDBAG MATERIAL OF POLYPROPYLENE, POLYETHYLENE, OR POLYAMIDE WOVEN FABRIC WITH A MINIMUM UNIT WEIGHT OF 4 OZ. PER SQUARE YARD, A MULLEN BURST -STRENGTH EXCEEDING 30C PSI, AND AN ULTRAVIOLET STABILITY EXCEEDING 70%. 2. USE NATURAL COARSE SAND OR MANUFACTURED SAND MEETING THE GRADATION FOR THE GIVEN SIEVES LISTED BELOW TO FILL SANDBAGS. 2.1 #4 - 3 % RETAINED (% BY WEIGHT) 2.2 #100 -3% RETAINED(% BY WEIGHT) 2.3 #200 - 3 % RETAINED (% BY WEIGHT) 3. FILLED SANDBAGS MUST BE 24 TO 30 IN. LONG, 16 TO 18 IN. WIDE, AND 6 TO 8 IN. THICK. FLOW TEMP. EROSION ADDITIONAL UPSTREAM CONTROL LOG STAKES FOR HEAVY FLOW ADDITIONAL UPSTREAM B RUNOFF EVENTS r STAKES FOR HEAVY RUNOFF EVENTS A A SECUREEND - OF LOG TO R.O.W. B STAKE AS DISTURBED AREA 1 DIRECTED _ SECUREEND OF LOG TO STAKE LOG ON DOWNHILL STAKE AS SIDE AT THE CENTER, DIRECTED AT EACH END, AND AT ADDITIONAL POINTS AS BACK OF CURB NEEDED TO SECURE LOG B LIP OF GUTTER (4• MAX. SPACING), 22 OR AS DIRECTED BY STAKE ON DOWNHILL SIDE OF THE ENGINEER. TEMP. EROSION LOG AT 8' (ON CENTER) MAX. CONTROL LOG AS NEEDED TO SECURE LOG, PLAN VIEW OR AS DIRECTED BY THE ENGINEER. STAKE LOG ON DOWNHILL SIDE AT THE CENTER, PLAN VIEW Y AT EACH END, AND AT TEMP. EROSION ADDITIONAL POINTS AS CONTROL LOG NEEDED TO SECURE LOG - (4' MAX. SPACING), OR 1• (Typ AS DIRECTED BY THE TEMP. EROSION z ENGINEER. R.O.W. g CONTROL LOG R.O.W. STAKE A \y 1 COMPOST CRADLE -������/q(� ��W//�q��Y UNDER EROSION oI`�%T�fj TWL,� �A` �L�� CONTROL LOG STAKE AVE j���yj� T oI COMPOST CRADLE ADDITIONAL UPSTREAM /A�\A\Yy/j/�i� +//j)y//V�y//V��+///VV//i�\ +n\Ly�YYy�\�+n\Ly�YLy� �/��T\�/j/ AyA, Y :2 UNDER EROSION STAKES FOR HEAW CONTROLLOG RUNOFFEVENTS SECTION A -A SECTION B-B EROSION CONTROL LOG DAM EROSION CONTROL LOG AT BACK OF CURB 1 1 2 1 3 a SECURE END J OF LOG TO STAKE AS DIRECTED ADDITIONAL UPSTREAM STAKES FOR HEAVY RUNOFF EVENTS STAKE ON DOWNHILL SIDE OF LOG AT 8' CENTER) MAX. AS NEEDEDD T TO SECURE LOG, OR AS DIRECTED BY THE ENGINEER. R.O.W. C EROSION CONTROL FLOW S LOG � I -DISTURBED AREA BACK OF CURB - LIP OF GUTTER PLAN VIEW TEMP. EROSION CONTROLLOG SECTION C-C EROSION CONTROL LOG AT EDGE OF RIGHT-OF-WAY �0 ' #3 BAR REBAR STAKE DETAIL EROSION CONTROL LOG NOTES: 1. EROSION CONTROL LOGS SHALL BE INSTALLED IN ACCORDANCE WITH MANFACTURER'S RECOMMENDATIONS, OR AS DIRECTED BY THE ENGINEER. 2. LENGTHS OF EROSION CONTROL LOGS SHALL BE IN ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS AND AS REQUIRED FOR THE PURPOSE INTENDED. 3. FILL LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE THE MINIMUM COMPACTED DIAMETER SPECIFIED IN THE PLANS WITHOUT EXCESSIVE DEFORMATION. 4. STAKES SHALL BE 2" X 2" WOOD OR 4 3 REBAR, 2'-4' LONG, EMBEDDED FLUSH WITH TOP OF LOG. S. DO NOT PLACE STAKES THROUGH CONTAINMENT MESH. E. COMPOST CRADLE MATERIAL IS INCIDENTAL & WILL NOT BE PAID FOR SEPARATELY. 7. SANDBAGS USED AS ANCHORS SHALL BE PLACED ON TOP OF LOGS & SHALL BE OF SUFFICIENT SIZE TO HOLD LOGS IN PLACE. 3. TURN THE ENDS OF EACH ROW OF LOGS UPSLOPE TO PREVENT RUNOFF FROM FLOWING AROUND THE LOG. S. FOR HEAVY RUNOFF EVENTS, ADDITIONAL UPSTREAM STAKES MAY BE NECESSARY TO KEEP LOG FROM FOLDING IN ON ITSELF. 10. CONTROL LOGS SHOULD BE PLACED IN THE FOLLOWING LOCATIONS: A. WITHIN DRAINAGE DITCHES SPACED AS NEEDED OR MIN. 500' ON CENTER B. IMMEDIATELY PRECEDING DITCH INLETS OR DRAIN INLETS C. JUST BEFORE THE DRAINAGE ENTERS A WATER COURSE D. JUST BEFORE THE DRAINAGE LEAVES THE RIGHT OF WAY E. JUST BEFORE THE DRAINAGE LEAVES THE PROJECT 11. THE LOGS SHOULD BE CLEANED WHEN THE SEDIMENT HAS ACCUMULATED TO A DEPTH OF 1/2 THE LOG DIAMETER. CLEANING AND REMOVAL OF ACCUMULATED SEDIMENT DEPOSITS IS INCIDENTAL AND WILL NOT BE PAID FOR SEPERATELY. Parkhill & COOP ��� FR �.^ ySPSE OF TEYgS1�4f� a! KYLE W.JA. KS / 98310��% If ss N _ 05/21/23 HUGO REED AND ASSOCIATES, INC. City of Lubbock TEXAS CITY OF LUBBOCK 34TH STREET BACK OF CURB DESIGN SLIDE ROAD TO QUAKER AVENUE/ AVENUE Q TO INTERSTATE HIGHWAY 27 162513TH STREET LUBBOCK, TEXAS 79401 KEY PLAN 1 0SI11113 BID SET NO DATE DESCRIPTION ISSUING OFFICE: LUBBOCK PROJECT NO: 41'474.22 34TH STREET STORM WATER POLLUTION PREVENTION GUIDANCE DETAILS SHEET 3 OF 3 143 ��