Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2012-R0031 - Contract - Lone Star Dirt And Paving Ltd.- 34Th Street Paving - 01_12_2012 (3)
Resolution No. 2012-R0031 January 12, 2012 Item No. 5.12 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Contract No. 10387 for paving improvements for 34 h Street from Indiana Avenue to Avenue Q, by and between the City of Lubbock and Lone Star Dirt and Paving, Ltd., 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 January 12, 2012 ATTEST: -Q -5�c - Rebecc Garza, City Secreta APPROVED AS TO CONTENT: r Ia4ez �' Lj- Ma'Aa Reed, P.E., Chief Operating Officer APPROVED AS TO FORM: • TOM ARTIN, MAYOR vw:ccdocs/RES.Contract-Lone Star Dirt & Paving, Ltd December 21, 2011 BOND CHECK BEST RATING LICENSED IN TEXAS DATE BY: CONTRACT AWARD DATE CITY OF LUBBOCK SPECIFICATIONS FOR PAVING IMPROVEMENTS FOR 341h STREET FROM INDIANA AVENUE TO AVENUE Q ITB # 12-10387-RH CONTRACT # 10387 PROJECT NUMBER: 92217 Plans & Specifications may be obtained from THE REPRODUCTION COMPANY www.Lhereproductioncompany.com Phone: (806) 763-7770 zo I -,-� - f� 0 6 1) of lu ocityc TEXAS CONTRACT PREPARED BY: PURCHASING AND CONTRACT MANAGEMENT OFFICE 1 Page Intentionally Left Blank 0 4 lubbelock ADDENDUM # I ITB 12-10387 RH Paving Improvements for 34te Street from Indiana Ave to Ave Q DATE ISSUED: CLOSE DATE: December 16, 2011 December 20, 2011 The following items take precedence over specifications for the above named Invitation to Bid (ITB). Where any item called for in the ITB documents is supplemented here, the original requirements, not affected by this addendum, shall remain in effect. Bidder's attention is invited to review the following: 1) Bidders must submit the REVISED BID Submittal form attached. I. CHANGES TO PROJECT MANUAL: A. BID SUBMITTAL 1. Replace existing Bid Submittal with attached Bid Submittal in its entirety. The replacement Bid Submittal form includes "item 60 Prep ROW". B. SECTION 01020 — MEASUREMENT AND PAYMENT 1. Add Paragraph 3.60: "3.60 PREPARE RIGHT OF WAY Payment will be made at the unit bid price for the length in 1000/ofoot stations, as measured along the project centerline, for right%of%way preparation. The unit bid price shall include all labor, equipment, and incidentals necessary to clear, remove, or protect and relocate as directed, all items that are in conflict with proposed improvements and not included in other bid items. The unit bid price shall also include full compensation for any sawing, milling, separating, salvaging, hauling, repairing of any damaged items to remain in place, and all other incidentals necessary to complete the work." Il. CHANGES TO DRAWINGS: A. INDEX SHEET 002 1. Updated Index Sheet B. TRAFFIC CONTROL SHEET 015 h 1. Updated Traffic Control General Notes C. TxDOT BC Standards Sheets 187-200 1. Sheets referenced in Traffic Control Plan, not included in Original Bid Set. Robin Holder, Senior Buyer, City of Lubbock Purchasing Department, P.O. Box 2000, Lubbock, Texas 79457 Questions may be faxed to (806)775-2164 or Emailed to rholderOmylubbock.us . THANK YOU, Robin .r-folder It is the intent and purpose of the City of Lubbock that this request permits competitive bids. It shall be the bidder's responsibility to advise the City of Lubbock Director of Purchasing and Contract Management if any language, re-C uirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB 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 bid close date. A review of such notifications will be made. 2 BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 92217 — CITY OF LUBBOCK, 34TH STREET PAVING IMPROVEMENTS INDIANA AVENUE TO AVENUE Q Bid of (hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a CITY OF LUBBOCK 341111 STREET PAVING IMPROVEMENTS, INDIANA AVENUE TO AVENUE Q, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 1 Mobilization LS 1 2 Asphalt removal SY 65,840 3 Sidewalk removal SY 10,026 4 Concrete removal SY 6,448 5 1 Curb and gutter removal LF 18,914 6 Asphalt parking lot removal SY 2,208 7 Sign assembly removal EA 70 8 Light pole removal EA 75 9 Embankment CY 3,992 10 Excavation CY 11,595 11 Over excavation CY 500 12 Flowable backfill CY 500 13 CRCP 9" SY 63,262 14 1 High -early strength CRCP 9' SY 7 029 (in case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 15 Concrete curb and gutter LF 11,138 16 Concrete median SY 189 17 Parking lot pavement repair SY 1,650 18 Manhole adjustment EA 21 19 Valve adjustment EA 23 20 Temporary drives (recycled asphalt pavement) SY 500 21 Alley and driveway returns SY 5,492 22 Concrete sidewalk 5" SY 12,185 23 Concrete sidewalk 6" (reinforced) SY 901 24 Concrete sidewalk curb LF 3,974 25 Accessible curb ram T 1 EA 46 26 Accessible curb ram T 2 EA 1 27 Accessible curb ram T 3 EA 6 28 Pedestrian push button assembly EA 4 29 Permanent pavement markings (4") White Broken LF 8,770 30 Permanent pavement markings (8") White Solid LF 1,525 31 Permanent pavement markings (24") (White)( Solid LF 1,330 32 Permanent pavement markings (4") Yellow Broken LF 7,635 33 Permanent pavement markings (4") Yellow Solid LF 33,870 34 Permanent pavement markings Parkin Lot)(4")(Yellow Solid) LF 10,000 35 Permanent pavement markings Arrow EA 18 36 Permanent pavement markings (Raised) T I-C EA 244 37 Permanent pavement markings (Raised) (Ty II -A -A EA 410 38 Small sign assembly stand alone EA 46 39 Small sign assembly mounted on lightpole) EA 18 40 Delineator D-D SZ 1) (SRF) (BI EA 8 r4l Barricades and traffic control LS 1 (in case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 42 Portable changeable message board PCMB) EA 2 43 Temporary pavement markings (4") White Solid LF 32,599 44 Temporary pavement markings (4") (White)(Broken LF 50,466 45 Temporary pavement markings (24") White Solid) LF 27 46 Temporary pavement markings (4") (Yellow)(Solid LF 85,375 47 Temporary pavement markings (4") Yellow Broken LF 58,265 48 Portable water barricades (furnish and install LF 5,997 49 Portable water barricades move LF 43,823 50 Storm water pollution prevention plan LS 1 51 Sodding SY 139 52 Illumination pole assembly EA 95 53 PVC conduit 2" LF 30,344 54 Electrical conductor o. 10 Bare LF 20,182 55 Electrical conductor o. 10 Insulated LF 40,364 56 Junction box (Standard)(A) EA 105 57 Junction box Standard D EA 17 58 Junction box T 1 Mod EA 9 59 1 Electrical service T A 240/480 EA 1 3 60 1 Prepare right-of-way STA 1 98 (in case ora discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) TOTAL BASE BID, ITEMS #1- #60: MATERIALS: ($ SERVICES: (S TOTAL BID ITEMS #1460: ($_ ) (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.) (in case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ALTERNATE A-1 ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Al-1 Decorative sidewalk SY 12,185 A1-2 Decorative sidewalk reinforced SY 901 A1-3 Deduction: Sidewalk (5") Must match Item 22 amount SY 12,185 - - Al-4 Deduction: Sidewalk (6")(reinforced) Must match Item 23 amount SY 901 - - TOTAL ALTERNATE Al, ITEMS Al-1— A1-4: MATERIALS LABOR TOTAL BID ITEMS Al-1— Al-4: (in case of a discrepancy between the unit Price and me extended total for a bid Item, the unit price will be taken.) ALTERNATE A2 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Decorative illumination pole (Traditional) EA 95 A2-1 A2-2 Deduction: Illumination pole assembly EA 95 - - Must match Item 52 amount TOTAL ALTERNATE 2, ITEMS A2-1— A2-2: MATERIALS LABOR TOTAL BID ITEMS A2-1— A2-2: (in case of a discrepancy between the unit Price and the extended total for a bid Item, the unit price will be taken.) Bidder hereby agrees to commence the work on the above project in accordance with a date to be specified in a written "Notice to Proceed" from the Owner and to complete the project in compliance with the following schedule: Milestone A (Approximately from Station 206+08 to Station 232+40) — Bidder agrees to begin Work within 5 working days of Notice to Proceed, reach Substantial Completion, as defined in the Special Conditions of the Contract, within 87 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 117 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone B (Approximately from Station 232+40 to Station 256+31) — Bidder agrees to begin Work within 5 working days of Substantial Completion of Milestone A, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 82 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 112 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone C (Approximately from Station 259+87 to Station 281+33) — Bidder agrees to begin Work within 5 working days of Substantial Completion of Milestone B, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 86 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 116 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone D (Approximately from Station 281+33 to Station 303+92) — Bidder agrees to begin Work within S working days of Notice to Proceed, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 88 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 118 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Final Completion — Bidder agrees to reach Final Completion of the entire project, including establishment of all new vegetation and Contractor demobilization, within 423 working days of Notice to Proceed. Bidder also agrees to pay Owner Liquidated Damages in the amount of $1,362.50 per working day if Final Completion is not reached within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of six 60 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. g Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid 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 bid 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date Authorized Signature (Printed or Typed Name) Company Address City, County State Zip Code Telephone: - Fax: - FEDERAL TAX ID or SOCIAL SECURITY No. M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) 11 2 3 a 1 5 LOCATION MAP SHEET INDEX NOT TO SCALE OESCRIPTM F' rL~ � 1 $HEEi _.—._ I ! '~ .- ..._i1 _ —• —__. —__ _ `� !� / f'�r,H. j' �, I' LI,��. yI i![,' + ' � "'• 'r ii(-• �,,;..7 � • J iI 5x TIDN HF AND D Rs1REOEPrI rOEx V 3 CONTROL EA A ENT DATA PCAL SECTIONS EXETI PD-B 8-12 uAL LAYOUTS AL GUANTITIES XIS7k1C DRIVEWAY N'CRNATION TABLE ��- �� �. ri-.�y"-' 15 aAFFN: CONTROL GENERAL NOTES .L-'.Lz-L: -23 RAFFIC CONTROL PLAN MILESTONE "A" �AF 16{ i "1 —1 - Y t� ''•t —' ~` 24-3o WFIC CONTROL PLAN MILESTONE •13" 4T IH STREET— ' `�'• 31M N CONTROL PLAN MILESTONEe• _ r ' 'L�\ 37r2 —IC CONTROL PLAN MILESTONE -'o- ��� y•fr {'- �- ��. �S .� A3�12 FIC CONTROL ACCESS PORNiS r - . 1 r• I. ``t\ �r-.!•. �, 632 SHEET OUANTITES 64-8I ERSECTION LAYOUTS c ,� T H T RE E T c - v, 02.63 D DRIVEWAY INFORMATION TABLE STA 303+90.81 a+ sD WAY DETAILS END PROJECT -.1 - 91 RAM AREA MW _ j 92 DATA TABLE 9397 ,kLIIVATION LAYOUT ,BASE BU L ALTERNATE 2> - .� r - �^ �•. cc T 1 \ i'�,. -"•��` �t 96 u1INATPoN OUNCITES 34TH TR T k, L �" TA 206 08.3 y C3 r t DA rsDUAMTIrIEs Os-IIs wNArwN DETAILS IN PROJECT-. - w n-- (� �� uhuz srcP�rwRNRws Yiz! !` 1 123-R7 L SNi15TANDAROS O H S R w 128-131 AVElENT MNMRD STANDARDS r-/' Q.' W , "-"^-A'�•'4"( '> 02-133 ARKRIO LOT MCOFICAXION LAYOUTS WY �i=i -�•� - �'�- Q Z 77 �" ��•-r `� 13an6 %tSTINC UTCLITES ..Wj t' j j % Q -�^`Z :3 ,(/)+ �•) / 1 139-n6 BD HARDSCAPE PUN \ Q > Q Z - I �.. J _ W.176 7ERNATE I HARDSCAPE PLAN 1111 L _ a a �� ` - 1 I — 1 179 SCPAE WNITITE9 , ! -� , -� leo-%I DEWALX CONSTRUCTION DETAILS z , 1 ---j—_ _. o -` ��P ?89 I r '" • T}'.I.I. Lr_T'T` r 4 .'{ -wwa49ec•(`►� $57.200 TRAFFIC CONTRO. STANDARDS �H I 114TH STREET {a I � (TF ii A I 2 3 4 5 cc W a O U `V•oy a 9e,1D J rs J 4 Al cc fl'u"tb' ock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 11126 13TH STREET LUBBOCK. TEXAS 79401 SHEET INDEX 34TH STREET 002 1M Notice To P,ac d 1 2 3 4 5 6 Milestone Approxirgte Range Must begin Weston Within Must Reoch Substantial Completion MCI Within Must Complete Pedestrian and Light no tP81> facilities Afln Liquidated Doroges il Either cortgktion date is not met A 206r08 to 232.40 5 working days of rolice To Racaed 87 work' dos working Y ifi work" working days s3.39950 per work' da working Y B 232.40 to 256.31 5 working days attar SC of Milestone A working doo 82 work' 112 work' a working days $3.399.50 per work' da working Y C 259,8? l0 281r33 5 working o0ooyys otter SC of Mteslone B 85 work. s •n9 day 1% work' s n9 days i3.39950 ark' da Der working Y D 281.33 to 303-92 5 —king T. after SC of Milestone C 88 working s ^9 days M works days 9 Y $3.399.50 work' da Per n9 Y LDS t SC LDb if SC or 5 inns Snot re0arMd•P&L if reached nlorwM SubstanllelCompMlian s3,799.50 i s3.399.50 B7 work:q dove ver a•Y _ Oe .5y s J L s Y SC LO•agil 9C 5 reoansa�PaL t reoened oar• _ stone-B SuealontiolCompMlioo` 3 � : s d 5 do" mars SC • SubstanlialCompMlbn FC • FiolComplelian P&L • P.draklen 8 L"ghl'ng Completion L0's it SC ``0's p SC or :not reoalMds P✓4L rat repcMd itbn 93,399301 $3.399M per day ; per day h Lighlinq —•q !+-5 Boys ma. The project is divided into four (4) Milestones. The "Beginning of Construction" an any given Milestone wig be defined as the fist day traffic control devices we placed or traffic and/or business access is otherwise irnPedc l for construction of that Weston. Working days will begin being counted against each M Aston of the earliar of either the -Beginning of Construction" for that Weston, or the day set forth in Column 3 above. Liquidated Damages fLD'sl will begin mcrui g for each Milestone if aWw completion schedule set forth in Columns 4 or 5 e flat met. MiNtslones must be constructed consecutively and s'rlqulorly. unless written approval is rccaired from the Engineer to proceed othorwise. In any case. the allotted working days set forth in Column 4 and 5 may not be combined. Liquidated Daooges apply to each milestone individually. 7ima for early completion of on Milestone will not be credited to other Milestones. Additionally. Final Completion fFCI for the entire project, including establishment of o9 now vegetation an demobilization by the Contractor, must be reached within 423 working days of the Notice To Proceed IMTP). Liquidated Damages in the amount of $1.362.50 per working day will begin accruing if Final Completion is not met within this period of time and will continue to accrvs anti Piled CompMtan a met. Each l0aston is divided into three (3) phos its. Phase 1 • Soulhermost 26.5' of roadway within the Milestone Southern curb 6 gutter w4hn the Milestone • Southern drivewoys and parkin lot repair fit applicable) within the Weston Phase 2 . Middle 12' of roadway within the Milestone Phase 3 • Northernmost 26.5' of roadway within the Milestone • Northern curb 6 gutter within the Weslane • Northern driveways and parkin lot repair fit oppkoble) within the Milestane Phones must be completed conlacutivey and singularly. rea.rnl Not- far Trmfia• rmnlrai mud C—1—lion 4m N of the requirements Fated below we the responsibility of the Contractor and shag be satisfied of no odeitionol cost. L Contact Fire. Poke. EMS. Postal Services, and nearby schoob, prior to oar traffic milts. 2. Give and document at Most 5 busies days notice to each property owner o/. 4 SC Jp s. 4 reached or tenant prior to any coupes to the access Ponds offeclin the 13,399.50 ° 13.399.50 properes pa�day�per 00Y 3. Provide direct access with o suitobk. oar weolher surtoee to each properly Inq of a9 taros during c lruction. L. W FC rut reached a. Access to properties must be from 3r ST unless written opprovuf 31.362.5to do otherwise is givan fly each properly owner or tenant relyingWoar on the access Pont. b. Access Points to 31F S7 may be shored by properties during construction with written opprovol by the affected properly owners or lenonts. c. Access to parking lots must allow for e.istin parking stripes to function property and mo.inise the number of usable Parkin spaces. d. Provide driveway sign 070R. 36" . 14") of all driveway openings within construction. e. Modificatias to parkin lots for construction purposes must be returned to preconstruction or better conditions upon completion of the M9oslone. 4. Once o podia of the road in front of a driveway is complete. open the driveway as soon W it is safe to do so. 5. Coordinate with City of Lubbock Traffic Deportment at Most T workiq days prior to all traffic shirts to ollow for traffic sigma timing odjusbments. cc W IL n O O U aIf 9eato J '.. r` J 12/13/11 Y a fl'u'�bb6ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 18TH STREET LUBBOCK, TEXAS 79401 —i_...L .. .; :.,.;'?ilia,: >rhx soar _._"�r•�':71i; ;:-sip.._ All.Ti,'^i err.:.•... [•.mot ss•n pkhl TRAFFIC CONTROL PLAN GENERAL NOTES 34TH STREET SHEET 1 OF 1 015 Barricade and Construction (BC)Standard Sheets General Notes: 1. The Barricade and Construction Standard Sheets (BC sheets) ore intended to show typical examples for placement of temporary traffic controldevices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Monuolon Uniform Traffic Control Devices" (TMUTCD). 2. The development and design of the Traffic ContralPlon (TCP) is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by a licensed prof essionol engineer for approval. The Engineer may develop, sign and sealControctor proposed changes. 4. The Contractor is responsible for installing and maintaining the traffic controldevices as shown in the plans. The Contractor may not move or change the opproxinote location of any device without the opprovolof the Engineer. 5. Geometric design of lone shifts and detours should, when possible, meet the applicable design criteria contained in manuals such as the American Association of State Highway and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and Streets", the TxDOT "Roadway Design Manual" or engineering judgment. 6. When projects obut, 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 shollerect 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 shollbe 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 willpermit and traffic volumes justify the signing. 8. Allsigns shollbe constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in this manual shollbe shown in the plans or the Engineer shollprovide a detoilto the Contractor before the sign is manufactured. 9. The temporary traffic controldevices shown in the illustrations of the BC sheets ore examples. As necessary, the Engineer willdetermine the most appropriate traffic control devices to be used. 10. As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign 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 shollbe erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic controldevices should be in place only while work is actually in progress or a definite need exists. 12. The Engineer has the finoldecision on the location of all traffic controldevices. 13. Inactive equipment and work vehicles, including workers' private vehicles must be parked away from travel lanes. They should be as close to the right-of-woy line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. Worker Safety ApporelNotes: Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shollweor high -visibility safety opporelmeeting the requirements of ISEA "American National Standard for High -Visibility Apparel" 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. 001 pre-cinHled products sboabe WM The-CoapLTnl Mork Zane Tropic Control0eviees List" ICMZTC01 descrbo preyuarfed products acl their sa,rees acl may be found on-line at the web oddness given below or by coatoctiq Teros Depatwnenl of Transportation Traffic gwotions Division - TE Phone (50 416-sLS, WEB ADDRESSES FOR REFERENCED DOCUMENTS Co n*Wt Wak Zone Traffic Control D-1— List (CWZTCO) httphvww. Tams Manual on Unfionn Traffic Conbrot Devkas (TMUTCO) httpJ/wow.UdoLgmlpubk*UWsUOMC IUn Sundard HW-t y Sign 0624- for Texas (SHSD) hdpdhvww bn Traft EnpY *WkV Standard Sheets Mw� Mals" Producer List hWdlw AWoLgov/bugomWWadto JbLhlm Departmental Mate" Spsalloall" (DMS) httpJhrww.bcdoLflowhmvfaaslcwmUudioNmNarial_3OadAceOonsl lmp•Jhvww. STANDARD PLANS TEXAS DEPART►ENT OF TRA1"TATION T,011c gaaroliom Division BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS I of 12 BC(1)-07 TYPICAL LOCATION OF CROSSROAD SIGNS Q0.2° Rw 1101a ® Mblian.l d�i[n i IILIS RYI s IIEl o ROAD WOK C1R0-O A1EID \ We lees 41 C20-b / h h ROAD WORK dl�DO i I�IR AFEW IUt K HIES O C'W20-D 6END 20-la fomi a 920-2o R0.0 uM I Iblt lees .1 ®Mry N mw4ea an bear. a CK20-0 aqi rin gga.alal agner.6n ml. 2 NIM L 1N tokalmhWw siriq w a amvooa epproacs snw.a be o CM20-D ROO Wu HEAD ion des a GN-2. END ROAD Wet *..*a W d .0-be : pbm. 2. TN EAgimxr xbY set the r.dKso sot W . 36' ROAD Wu AHEM KWO-D11* mantes eaa m Na. xAn the resided size 36' . 6' END ROM Wet wt0-ta so as, ba .esnm -2-aft gee Mole 4 uW r 'TypkalCom,WW'on Wor p Sig. Me wxl Spwig-4 Sm Ba 'Slab«4 Hif-y Sip Design for T-' -al tar sqi delaie. Re Eegi- a" omit the wro - iq s'qm e. ba "k- wow-cls.TN Ergir.r MidN.rmia Naessr a read is bW rek- Pit i.tmW;m ss,p6N ss..n : m. plate. 3.6med a nistiq Nb owl"bm. ea EMimar/Inspector m ey reo," addtiwalsgm each m FLAOM AEADA006E GRAVEL, w olha arq w bW sign. Wna o0akbdagm are r.W%ad, tame sips ..9 be comk*td part of the mhlam regoie nts. The Engiw/k prclor Hdetw ek. the proper bcetba aed woc'q of any to rot amwr as the DC sheets. Trask CV&OIPW d.eNs w the Was zaes Staeord SNtk. 4. TN C20-b sign sl.p6N rew.ied at Iwgb ,OUZO crossroads to pans. motorists of We Wmp of .amst. t- n t4Nr drseton Iron. Ihe hter-r- TN E*- Mid.lerm:. *~ o rooAray endowed Aqk re1AN. 6. Addi:sark o spr. U. nk.s mq N dnxn tbexlwt b the plan for boar ,0- wa.oro. i L WbM -ark Dews : tM Nus.d:n art0.awapi.l. Irollk enlr.la.,ke4m sa..m ahMxte : IN pim or m d.l.emiad by 0m Engi.ser/heptelar, sA.eN N place. WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS CW20 D ^ ROAD s* ct6ar 3yrp0E1wA AIWW C20i � aBn.3; -ID ds69 ankh \ a T-INTERSECTION RDID WOTO( ROM WORK IEif i 1111 4 G20-el P IEAT i IEES G20-MI 4 ll�{ WTONECTED t6bet -"l- a mar-rw-sA.T ; fWADWAT K low-60P-Mry -, 7MD-ck CTy CSJ a IXac 02a-9 20IIE E UrA m ZONE C20-51 Rt TROFFE Im RMER2fX00-6 5 m PLMIIE EID fDD IWa C20-ta CSJ LIMITS AT T-NTERSECTUI L TN Eagnnr.0dearmbe the types, o,a Medan «a.y o0de'vssl Vallk cs*olae,k". m a lbgp.r wm e-Pax q t qm a asw ago. INt snw.a be mM ~ wrt b b" pwfwwd a « roar m Mwfectiaa. Z. W comt Wise clam 0a read at a T-Mwseatiaa 1N CoMmle, sNlpboe Ise QQ-6 4o*mw Hm" iqI bebBa Dm Typo D Darricoaes Iw IN read dmu. IN. 800 OWL IN G20-bl arm 020-bR sipu OWN replaced by IN dAW eirdq to 1« : the pbe SAMPLE LAYOUT OF SIGNMIC FOR WORK BEGINNING AT THE CSJ LIMITS f�4�7 A55 W.m.xc � �Wa°MK up-pr AI+E � ,!I m"I"u,`Mmt E$ IE��J�.��^�•'A'^Llemld R20R/ E %IilFE /STAR92f0E01a ;K 5L AiWeii K C a wm ^i AVA r Bgan.p a MofA4uG w aMrtl6 \ E1D 3K ^g CSJ Usk . eaarda s2M Sir bcabn -E 201E G20sib AI+E Ws WNa edsekes dMloncm oesr belxaen rr.i.n.plrar4 areas. the Crgi.eer/WNctw d.seb eax< eaai:sol Rhea Wax Ahees tGlRO-D7 ago ore placed" oaf- a posse -a .rem le rwni.d a,- they m 04 � IDD k7a C20-2a ..ills the project liMs. S. U.,app. ICP d.ts for race bcao.. ww spacing a sigm mtl cAw• *;, ae.:- SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS ROAD `AFIi0209 RM3 1WORK 10MTC fpES mE7 p6 _ � OSED un2 r u Bo s,ice.e a tvMa NEW Y' a06 X CMWt D CMZO-E i1L#F � O �01�1m� !l R2o-s R/OIE STATE LAW f20.3 iF#F Caan.6Tiq 1� CSJ Li.il a::> T/1 D..rrkkttls _� RDOWIK�f C20-2a Ilf ilf TYPICAL CONSTRUCTION WARNING SIGN SIZE MID SPACING L5.6 SIZE SPACM sign Comer- Nas.ber tional E.prossaoy/ or Serum Road Fretaq CW20 CW21 CW22 48" . 48" 48" . 48- CW23 CW25 CW1. CW2, CW7, CW8. 36" x 36" 48" x 48" CW9, CWtt, CWt4 CW3, CW4, CMS. CW6, 48" x 48" 48" . 48" CW6-3. CW10, CW12 Posted Speed Sign A SPOC} q "X" MPH Feel Appr..) 30 120 35 t60 40 240 45 320 50 400 55 5002 60 6002 65 70 700 2 8002 75 9002 80 1000 2 eIE II6 3 '11 m ame Yolk Ca O' O l pcdg0 arm &W m w TOP Sladxd 9aeh a V b- 4aaeee ket rod wa W rM Aaron Wo.hj tV -W M .aM1 wee spV. damn bdsew Led. sdAlanddp. C 01*6 s: L SW Ww b'Sw si. sVm xq be Lees a se enwr, 2.O.laxe b*- sqs *.M a iatmd m IM.W 1. bat I100 Iv1 t4.xe •w"14 7.Oiksse W- foss IWA a i.aemed m r"*W 1. Lars, Ye a a awe m Y rsep 436'. W 00D WON MW ICW20-8.fpa .my a sees a Wes _.Ns st ril4 Amami. .1 b. 0gtaw. S. Wle 2 Wd-IpWL«Mw .I Gevoel Sign'. S.0* 6-d sbos,d xs.io *7 sise •. Fdeeles LSm up � lWT � ,Ap «-W4 �Oxel Newt SA Desga b lms' eosstjs� Cr M � �yryy��O o (M� (Mu� S WG'L1RUVUU INGH's STATE um 5'E fro 1" fro e-c R20-3 L.gs.wBordar - SkcA NOTES Boaswane - N.R. TN C.A-w aNyaalarmio we oppreprolt gbtaca to N plxta m the �I . STANDARD PLANS 0-L u es sign arm Gt0 sip for DEPARTKNT OF TRANSPORTATION , . e.e ep hek projpet. ab dww.ee shed t mbce the ono d.atN ranaa b LEGEND Trol/ic L7persli.na Dl,iion Oa .olw dml. a k xilb at appr" afthe Enpiwr.Na.cb.bdatN cf sir BARRICADE AND CONSTRUCTION ® Do C2MTeea moo-2e�� PROJECT LIMIT B» "�' :Prom w maa:t O O C�iq okn STANDARD a murag or I.p,iq a xarL Iw ,Aar. wdrK I'Ne aay aa.Ml 2 xorNre ore I lap. rp Ilmkess, L °r""' 2 of 12 BC(2)-07 Yrdk Rewied CSJ LiO s1p4 S. X S. Typkacanwclian Mott D an OCIL Wa-in Sir Me an VON ".02 x.7.WT]-Tam -1.m ..-1401 ®Ana to, pkc-d .4 wo wm Spw q dmrl a tAs TIUTCD la sig. .e,.,eOAm sae 9-07 LL9 6 166 I1E10' wxl oOW Sig. or da.icea m <dkd Iw a Ne Traffic CNWaP1n I apan9 rN.rnr..ah e+o "eke TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Mork zone speed limits shoflbe regulatory. estoblished in accordance with the 'Procedures for Establishing Speed Zones," and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limas. Reduced speeds should only be posted in the vicinity csi of work activity and not throughout the entire project. sk�nrmw ra csi Y 9 P 1 S. owl f. � LINTS Regulatory work zone speed signs (R2-1) shall be removed arsau«eain liv LIMITS oee,aaaoe.a«a oedlurola.mre \� or covered during periods when they are not needed. ;q;q ( p I Ilp p p p p p II p lo 10S. b II nso -mom wala e ,d sr. caw dgna , I nw - uaa, wG_ �4 Q ZWORK amJs � Gta+l�� Z" czo-s LIWONE T[SPEEO ® SPEED SPEED L�IWETD G ED L MTD 6 `Iw0 R2 1 ` 0 R2 1 7 0 RI-1 6 V 1 7 0 Rz-' 0 �q Cw73 NIGHT NIGniT Cw73 NKiii 5Rz 5R2 65�7 GDIDANCE FOR USE: LONG/INTERKDtATE TERM WORK ZONE SPEED LIMITS This type of work zone speed limit should be included on the design of the traffic controlplons when restricted geometries with a lower design speed ore present in the work zone and modification of the geometries to a h'lgber design speed is not femble. Long/Inlermediole Term Work Zane Speed Lima signs, when approved as described above, should be posted and visible to the motorist when work octivay is present. Work activity may also be defined as a chonge in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: a) rough rood or damaged pavement surface b)substantam substantial of roadway geometries (diversions) c1 construction detours d) grade e) width fit 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 should be included on the design of the traffic controlplons when workers or equipment ore not behind concrete barrier, when work activity is within 15 feet of pavement edge or actually on the pavement. Short Term Work Zone Speed Limit signs should be posted and visible to the motorists onty when work activity is present. When work activity is not present, signs shallbe removed or covered. (See Removing or Covering on BC14)). GENERAL NOTES: 1. Regulatory work zone speed Omits should be used only for sections of construction projects where speed conlrol's of major inWtonce. 2. Regulatory work zone speed limit signs shall be placed on supports at a T fool minimum mounting height. 3.Speed zone signs are illustrated (or am direction of trovelond ore normally posted for each direction of trovel. 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 I'imil signs shollhove black legend and border on a white reflective background IS" "Refleclive Sheeting" on BC(4)). 6. Fabricotion, erection and maintenance of the CW3-5 sign, G20-9 plaque and the R2-1 and R2-3 signs shoCnot be paid for directly, but shallbe considered subsidiary to Item 502. 7. Turning signs from view, toying signs over or down will not be allowed, unless other- wise noted. 8. Techniques that may help reduce traffic speeds include but are not limited to: A. Law enforcement. 8. Flogger stationed next to sign. C.Porlable changeable message sign tPCMS). D. Low -power (drone) radon transmitter. E. Speed monitor trailers or signs. 9.Speeds shown on details above are for illustration only. Work Zone Speed Limits should only be posted as approved for each project. Z O ti F N o 8 O Z (j t $ co UV)a t r Ld t §eg h Fsa $g� fi i— aa a §€ a a= 9 a a h b co q* Y ra rggg9 �bE E s a a, e � ��gg g�$� �� •� ;n.�.g��g E Ygg E'^ 9 $ g� y � i��• hg E � a^g � �+ F � �� �3!$ gg_ $ _�• 3 � E BST 9 E E agfig �jg$ h L h h 3.gg ag 3h ' a�E s ZIA � �� � �dg. �`��(, �a �35� ��•���>g :��� W �� �s�3 � a §� �g � a f { � '.. }. i! E .aj g g g y$�cc fi•g s £�— gg8 �' � �h � B— ��E �•a � � a � � �� �5�. s .�bb @� � �C � SE F g���E a�3. E�8 �E a � a .8 b�' � � s8 �.a & SSS$ � -�• a{of s g$ s 3 3a fii n gg F8�>s ' $ Fg a . s$ ¢$a. E�F.ax€ E¢ d a x�a SI G $ 1 r y�" 4 1 �g gE• E r` vi1 ill P gsg� �k�� a• _ g.g�y55 ag8y 3 . g 3' �a g fi•h �.,% g.8�8 .•.? .G E'.�•� g` E Ea5y,88$ yE33.8�• §a FEsg ,fin %g gs� ggQ a Fv $E paga It! o°a 6 E a' fis.a°E g:` E. +� s,11 a gJsl$$ $ l $. fig. ' t a a fig. pg F. I;� $$ E $ apE.E € ¢ { •I Y°t � 11i s 9s.S 1-h a g $.E E =11 8 �gy 'IQE$3{h'•.e� 5�`�2 YYa h—o ,• ° �8f g s E 4.E• E� E5 �s E��'•€' � E a fi�-s'11i€ 2 1 1 119 :4$ -111 ;1 a gas �#sib py{ y�y�'�.1���§§h�����aa ����E�E� � �•��g ��s��.�h�¢� �fi-�gFgg$g.� gy�� �i•�gEg•§ }hfi }n�Q IS d.41.1 s a d �6� 8i� n .._ +l>Yi��yf.:A� 4.4 n A n p d ri _ 4A 49 a d 4 a 3 0$ O c c aL qL nc o `.G t Z gy II 9� r§3 •3 O u 0 0 o N go, N O.Y 5 E �` $�3y ss•§�� W o o N� a s Ea�� aga s N 3h z•b S'116 c v O d}.yd$ j'2gh� iCCFSSz fill 211 W s$ s ?? .Psgs a g.ls�F°�3$ s d s.8� W b� 5 g �� $ O � � ESE N — ©'—a. •�� ll A" >tqp—I fi 3� it'll 'L" Hill E a N fi .3g —4 Tj jug T. -asn sN w j O4vmu so6o p m sNmsi laaa q Aal � sim", .�lo al p+ js qN tow »1 AWQUMC a pv swmsso 10011 •»n 10" ssop,na Aw "I 100r1 AQ Aw 11 Alvoanw spow q p4r C i t ti i : si ON •_lav 6011"M 641vs46v3 sorvl„ Wl Aa pav o6 q pmpw)s R41 to am 14, ' .-Onto v3 crc z 1 zaL a. c x _.__ mlrmas»w11 SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS ❑ Top Fr.w S'p Tap Front ".;I .n V. 2/. 2.5 /a, 1III1 III II wfr rats fvaN wMet 21mfL.1 — 2.6 2.6 /2.6 27u/ ,a1 aa * aa 60' ,., Past T2• Is baL /.. Lag1L el tL'as mq a naeaed for Se fiats P aa6UNwfflkbMy. ra .k" z., 1/0" l0"heigm 2," SeeBO,) 1 2 6 ra a;p 2e• 2.4 blase btu 3/r pas w/mts rsOkweamt a 3/6" . 3 v2" leNiN3 b9 u focus ,D• ,,, peat ,./ aaak SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 6 • S/I6'Doll . 2 V,• 9,* y Is" 46 , 16••10mNN 6 - 1 V2- °1 a 23' pbs7b wmMr. mi"pintk 12- WIr "'I walws, irp 6 - siu per Nips o SINGLE LEG BASE 0 o b' Sib vow e 2• .........5.......... 9 9> iye r.ra 12 9vK y 13/4• , 1 J/,' a N fait r Q go post OUsI LEG BlSE 001101 SPLICE) ,6 • ...... lekfcope I. 3/r . , /N• i 1 I. pace The*R greet S boll pr—k T haw ao.e P.mreaL wnpw —1 2• above PPreamt wosba ,fit W.0 ba taro 0• mat Yaf toe M fLid Wells W IWO m I aaPpal. file 9ab9 i PppmieM'ac 13/,• a 13//• . N M mW. ,retl bfi*- n IL do .0 oafs Orau y, back fipWWe. web flan Nac w.N Blau Mre ..... . z• , 2' . web �----+ Q 9. %Lids ivr Ob3typl WEDGE ANCHORS /. t► 0 Boo s"ww pkste Wedge Am w Syetawf a shwa m PN " S]04d 9wets way IN: —d as te.pmay sq. **Palls fa *0 up to 10 ww. feel Of 50 T b' Mace. Tlyy mq a set n cmaet, a b flrq ba 1 appro.ea by ur Ero—. t5.. w.b aaam ta'Inlrc E ghev 9 Sfaadad SMeb' m 6011L D 1" Oisclbn .1 TWA 36 . 3616— GROUND MOUNTED SIGN SUPPORTS RMr to tM CWZICD ma ate mmafmtw e. i staettbn paedle kr coca type sip upwL TM nss W— sign +pope footage sh **a To Ilse mats wbev,. recammdotba. Two pal iMNukas cm be keel Ip ww .4et. PERFORATED 7p;,,�SOl1ARE METAL TUBING I.1,1 Past OPTION 1 01.1 Eabe6amtl SO Pop 4. ma. eeswabb • � dei'abk � N' 3/"ran. wit OWbriPl . { fva^9 soa. nida<'aq SS' man well, spa. sMn IV?' br9•r 3/' aNia n A. w Sob 1 W Pall.16' P'sul weave spit. Md- Shb 1V,• WW "J item sip Pall 13/4". 13/e". aloal �l 12 gP Pat IDO NOT SPLIM 13/4" 9& em.ia .lb 5/t6• hoof a 13//' , 13//" fora' pbna l GENERAL NOTES LNew mq bew"n wa set,.1woaa.0 swow-tubot ur balls wi , rW a 3tr . 3 v2- fag +'eves muN be an m .vary jPnl Ia fool mmaclba y' 2.sbn d.Wh M aPpand LvWkle(=&k w4 Shill Tenn supports cm IN: rood m ON CWZTCD wit. S. BOO fa.Wale baMbn. Pa o1 ° ° .edm u ma 3. No c tbn 2 sqn posts "Pe pbaed whin a no1ob sid ww T It. tide. acept fa spaelk M"ib now m the CWZTCD List. 1. Wen PnjwA a eapbled, aesip %WWII and I—m;_ eb b. roay.d Wave lr P jecl site. WOOD POST SYSTEM Till♦ w210e aaa.Wed s,bsoay a non 562. FOR GROUND MOUNTED SIGN SUPPORTS ekwikal Pat Sit. N. of Paso H.4— $a. I.M M Sip Faa lfiir,.fn saa Enbad,-d Oriwd Nabm Reggired . a , 1 R 36' No ,,e 2 11 1.NO .. 6 1 21 3r TES ❑ Sea BCNI fa d1limli n M'WorL It"ba." .tr WPa sip posts NOST Is. ae Pieu. SpF1b9 .11 �F MDT a d—d. Pau sblw Pa,le1 M. 0 See the CWZTCD Far UN It" M * sa wale Ibl am be as.d 1. w h tW.nd sir . OWI. OPTION 2 OPTION 3 IA,0W St.M 1.4wdw Sob w4 ReiJm" Sl w n WING CHANNEL LaPaPfcHpaw Wiled mcba Sir J PPW ," ma. Bat See the CWZTCD Pal le, abe.cad. STAIDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traffic Oparaliam Dhbbn BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT STANDARD 5 of 12 BC(5)-07 aas yg� .F g =3� =r2: jig doh �g$ .g FF = in anz POTABLE CWAWAYLE MESSAGE SIDS 1. The Ergireer/Inspector Shall aPP_ ell resseprs need on W.M. crargrebl. nnsagt signs (PCKV. 2. Nrsmpes on PCMS shadd contain no non (about than B .Wft four to fight ch-4ers per ..W. not Including simple cords such as'T4' 'FOR,' 'AT,' etc 3 Ressspes shauld Consist of a single phase. Or t- phastS that ."Ernie. lhrEroZas, Ieadagn are not .11 a-d. Each phase of the mns.w shoAd cann'ey a si rgle thoght, and rust be umerstood by I tstl F. 1. Use the .ord'EXIT' to refer to on exit ronp on a frresoyl I.E.. 'CXIT CLOSCL' Do rot use the tarn 'RAMP.' S Abwoys use the routs or Intirstate desigation (IK AIL SK F)a atop •ith thr nunbdr don referring to o road.ay. 6 oan rIn use thr bottom of a stotioary PORT ntfsagr panel shoi.Ad be a ninina..n 7 feel abow the roadwoy, Wert pospbt e. 7. The nessage tern'11EOKT10' ~d be used only if thr Earn Is to start on Satunmy herhi g and Ertl by Sad.y iiwning at nidnight ACtual days and hours or Earn ahauld be di soil eyed on the PCMS I r .ork Is to bryln on rrl day evmi rg and/or eontl raw I U Monday nrnl% Is The Ertginrer/Inspvctor nay select one of two options .hlCh are anit- oble For IN so ayl rg a I o IIIgst ressagt on a PCNIS Each phau nay be III soil eyed for *Iuw four seconds each or for lhOTe seconds each Aso rot 'flesh' nessages or words included in a nessogr. The nessope should be steady own or Continuous Odic displayed Ia. b not present real—kint Inf—tion on a t.. III . ressagel I. r.. iwepl rg two IInes of the nnsagr the sane and chongl rg the OM rd 1rha. it. Do not use the tend -0.'W in nn W w t2. Do not display the iesq 'LANES SMIr'T LEFT' r -LAMES SMIrT RIUM on a PO6 o-i revs do not understand thr W.13 Do not display n.sse9.s that scroll horizontally r vertically awes the Fop of the fl gn 14. The FoiloOlrg table IIstS abbfA.ted .srdS and t•o-.ord psrosrs that an acceptable far ude an a PCHS Both icrds in a III— neat be displayed Wiltther gods Or phraars not an this I St should not be abbe iat" IS PCMS characw heght siauld be at iKst IB Inches For tnlitr nevntrd offs. They sixxdd be visible rron at iwst I/2 (.S) nit• and the text geoid be Itgl We Fran .t least 720 Feet Trull rovnted unl is oust haw . character Wight of if Inches -d loft be legible From at !rest 400 f"t 16 Each lint of test shoAd be entered on the message board other than left or right Justified 17. If diSabted. the PENS Slnwld defeWt to an iltegble diSplay that till not alarn notorlsts and .111 only be used to atert Eorliers that the PCMS has mi fwcti ales A pattern such as a swim of hlcrl mnt.l solid bars 1s appropriate. �A:ii�1.1♦ ��C..� �nti.^•'r!!�rrS+.791i IM+.^Trn'r.'r:�F`s'ra:l:� sxFf■rT'S�E':I:lY� �IFi�I _171 LSTt�u� lTl7.ii'E''['3' <iTYi�!lYltii Cai.?S?<Ryt[�l'LLLiIE� Raadray aasgwbn . sl,..na.r. US+rAha.r, SHyarnb.r, Fsl•nlaaw WHEN "of IN USE.REM(NE THE PCMS FROM THE RIGHT-CF-WAY OR RACE THE PCIG BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL 70 TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES (The Engineer nay approve other rtessages not Specifically covered here.) Phase 1: Condition Lists Road/Lone/Ramp Ck>slue List FREEWAY FRONTAGE CLOSED ROAD X MILE CLOSED ROAD SHOULDER CLOSED CLOSED AT SH X%X XXX FT ROAD RIGHT LN CLSD AT CLOSED FM xxxx Xxx FT RIGHT X RIGHT X LANES LANES CLOSED OPEN CENTER DAYTIME LANE LANE CLOSED CLOSURES NIGHT I-XX SOUTH LANE EXIT CLOSURES CLOSED VARIOUS EXIT XXX LADES CLOSED CLOSED X MILE EXIT RIGHT LN CLOSED TO BE CLOSED MALL X LADES DRIVEWAY CLOSED CLOSED TUE FRI xxxxxxxx BL VD E LRES SMUT h Phaa• I oast M mad Al h STAY n LANE h Phaa• 2. CLOSED Application G idetires Other Condition List ROADWORK XXX FT ROAD REPAIRS %xxx FT FLAGGER XXXX FT LAN$ NARROWS XXXX FT RIGHT LN NARROWS TWO-WAY TRAFFIC XXXX FT XX MILE MERGING TRAFFIC CONST TRAFFIC XXXX FT XXX FT LOOSE GRAVEL UNEVEN LANES XXXX FT XXXX FT DETOUR X MILE ROUGH ROAD XXXX FT ROADWORK PAST ROADWORK NEXT SH XXXX FRI-SUN BUMP XXXX FT US xxx EXIT % MILES TRAFFIC SIGNAL XXXX FT LANES SHIFT 1. CHI 1 r 2 phasn art to be Ned an a F'CNIS. 2. The 1st phew (r both) sho ld be selected Iron the 'Raed/La AWV Ctoure List• and "'ather Candi tlon List'. 0. A &d phast can be selected Wan the 'Action to TOMe/EIfKt on 7-1. Location, Gtawrat srning, or Ad—, WUce Rase Lists-. L A Location Phase Is neensary o ly If a distance orlocation Is not iMI Wed In the first phase sN Ktfd S. IT two PCMS rr Ned in sepunce, they nest be separated by a nl ni non of 1000 ft. Each PCMS pall be IIn led to two Phase, and geoid be und"tandw* by thens.l- 6 For a sdvot notice. Et" the event date I al IN sewn days or the actu.t .had date. calendr days geoid be replaced .I th days of the .rift Ad—, nail Ncall9 shadd typi Cal lay be rr no more than and• .had prior to the .Orf Phase 2: Possible Component Lists Action to Take/Ellett on Travel List MERGE RIGHT XR I, GHT DETOUR USE NEXT XxX%X % EXITS RD EXIT USE USE E%IT EXIT xxx I-XX NORTH STAY ON USE US XXx I-Xx E SOUTH TO 1-%X N TRUCKS WATCH USE FCR US XXX N TRUCKS WATCH EXPECT FOR DELAYS TRUCKS DELAYS TOPE REDUCE END SPEED SHOULDER xxx FT USE IF USE WATCH OTHER FOR ROUTES WORKERS STAY INLADE I Location Worning List List FM AX%X% LL MT BEFORE MAXIMUM RAILROAD SPEED CROSSING XX MPH NEXT MINIMUM % SPEED MILES XX MPH PAST ADVISORY Us xxx SPEED EXIT x% MPH %%XXXXX RIGHT TO LANE XXXX%%% EXIT US X%X USE TO CAUTION FM XXXX SAFEELY DRIVE WITH CARE EE See Appfsal6n Weo WeeB. " Advance Notice List XX AM- PM APR XX- xx % PM-X AM BEGINS MONDAY BEGINS MAY XX MAY %-X XX PM - X% AM NEXT FRI-SUN XX P NEXT TUE AUG xx TMXIGMT XX PM - xx AM .oW np M w-ti w3 1. The cords RIGHT, LCFt and ALL con be inttrchonged as appropriate. P. Rood.oy desigatiorns Inc IS, SR. fM and LP con be intErctvlged as appropriate. 3 CAST, YEST. and SOITM Car atarerhations E. W. N and Sa can be interchs gid as appropriate. L Wgi-y rants and naafi-s rep!ecEd as appropriate. S. RO.D. HIONAY and FREEVAT can be intend-Wal as nnldrd. 6 AHEM my be used Imlead of distance If rrcn-T 7, rT and MI. MILE and MILES Inlsrchanpetl es apprw ate. L AT, WFQS and PAST Interchanged as needed A Dl ste or MEAD nn be El. -nsted Gran the nesmgt I f a I."_ P.. Is used. PICKS SIGNS WITHIN THE R.U.W. SHALL BE BEHIND GUARDRAIL OR CONCRETE BARRIER OR SHALL HAVE A MINIMLH OF FOUR (4) PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE UPSTREAM SIDE OF THE PCM& FULL MATRIX PCMS SIGNS 1. Vh n full Matrix PCS Signs ere used, the paratter height and Itglthlity/.isibility reaArenents shall be naintolned as listed In WV IS ,der'PO(TAILE CHANGEABLE MESSAGE SIBS' oboes. 2. den s"boi Mg., such as the 0120-7o (tapper Symol, Err rvlr tEd graphically on the Full Wtri: PCMS sign and. .Ito the oprorai of the Englnter, It shalt naiedetn the iplbl ll tyhlpbitity rpui—t listed abate. 3 Yhen syraol sign are rEp.esmtcd grayni Cully On the ruli Me VI. PENS. they shall only mWenent the use or thr atatnt sign reprcwnted. and shall not substitN fr, orrwac. thee Sign 1. A full natri. PENS nay be used to sionl.te a flashing sera. panel prorldfd It neetf the visitility, flesh rate and dioning repulrerentf on K(h, far the sae si u prep.. a.5 � iFF<�fa ;mod gg3 6F i $ F�g gF� &g� sSg- t^ o may iEgo BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS I TYPICAL FLASHING ARROW PANEL L Beerior Reflectors anal. pr.aaalfird. wl W. to U. c.W Oro 1,11:16ty np l-10 a 016.86M A Tat W prepeifle rd Ba Relbetae IType C Ddarsl lwolC4A be fated at the NaWkIlPro0se List .0 ad&- show m WIL i. COW at Bahr RellseWs OWN, as ,pecYW 6 fM THAT= TN cut a U. refbdors Sb66. caal0a.d Rt"wy to If- 507. CONCRETE TRAFFIC BARRIER (CTB) l o `• P �� Bon6r Whet- 3. Wore trollk 6 m ww aid. of Bw CTB. Iw UI Swrier Relleclars vwba nwwed 6 opyofieaky Ito mdNctie of each section N CTa An a•~. mamba hcafion 6 w -* .pond W W ad W each CTa Thi rialto W dttawnot a o bwie greppk vMlwal d•r•969 Ito Mkda. TN Ban.r Reflector n.Om m IN .ide of Ne CTB SIWbe btoled I*" behr ft 11(lectw Irout d m too a w border, a ww b Bw oeto de . I. WWO C7B sepwotn M"rey bNlic. Ul.. barrier efbcke VAIN ow_I;.med m eow 16a N CTa IN effector ata on lop .halb- Ire yob retw6t bca IBFDi.el4l*Ale 0w elbetm on each side of tM bwrir 0"bM aN yOw refleel6n ton. as show b the d"obore. 5. 1T•f CTB worWm Irdifk Iror.Fp h Rr some drNla..N b-W r.6claf .iM requk.d m top of the CTa a D. I. Wleckr wets AbatM Fel✓ a MMe k. Aar to Anal lAw�� 00be mode r,b T IadPriamolr Yi6aIren1M SNetilq. MAY. rNlectars "be mode rah Type D YtNe Prmllak .N 4 7. Weircm apocig of Bvr'er RslbcIm 'a forty IA01 InL a Pa...W mwkws a 1• po ory MbXk.4n roadrd7 mwkw labs sboN10T be reed m CIS ddNNcn 9.N eherod at Bariw RNkctws to CTB sNlhe per m-toclo w's ....... Idol- GAfnf:q or don'agad 0-;er Rplkelwe shetM reph.sd m dr.etod by the Cngneer. ILSi* flee bomirf shetM d k sled n Raw on the above dekL LOW PROFILE CONCRETE BARRIER (LPC8) Srioc. Now 3". 3"mil FY,ab Oeiwatws \ / stwMel Uq nq We. 1p" of bloc. -d no" d.Gmlaf 6 20 Ieet.Allwh le. d.Feeters m W jq�nfeWabra'a re'ver-09- DELI kwtolo fi it- of 3 Barb R.16ctm .PPNO.CHINO TRKfE SAS ONE SICE END TREATMENTS FOR 11 CTB'S USED OG.IMEAl1O1 OM -I vsllicat IN WORK ZONES PoNI Em bcciem Ms mad on CT6f 6 carte forts fhotm d cefhwft aIwdwd. m defned h tN IkCa40ooWa6e Ngtwq use" Rfpwt 35L RNor to tbc =CD L'dl for apprarad ead U.NwtI aN -fact- WAR" LIF1nS L Maegq 4% fNlaeeel Rr rewiwomt. of to. Imurm 2. Manhg 4hta fNFNOT be hg.*d m Owrkadm. 7. Typo tow Wal ty Fbstiq Mania Lipldf ace eova ogy mod rb d'I.m. They wf W~to wn of w ma a Potent;* hatadem wen TIN!,W. fa k m ilOCWed m tb Nan wdlor aVw aNeb W IN plans by Bd el f*4ioa TL". The Type A Mwnaq Loft deoleat be mho ul .Taw m N4.0 red rb Type E SN.tiq lr wr.sam A i000lW-l'eq IN regai•ne W. o1 DrpwbNnlalWlor61 O SperX-ti. owl -am A. TyprC and 1," 0 360 d.gr.e St.* Born LOU ace 6taded k be used is o -in ter d.Tnnlbn b npp*..g al?. balk cwbdl enkef. TMi use "be m idkoted m tail st" wdfw offer sN.b of the pbm by the *,;W W6a Sr. 5. The Eaq'rdwAYdpector or 0. plan bwlspecily the b.0. oM If" of meta 414, to be --.told w the Wlk cw Wdakm. L Wlm r.goieo by the Ergirer. On C 1,celor mN 1. iN a copy of the wn69 6$ds I:Wiliml TN rwniq Fat .Wackm a corbfy The wmiq Tgkb moat the reweaswh WIN WM ITE PwNme Specre ioas to, FlsNiq ono Steody-8u Mwfilp LlgN& T. Thal used to d*mW cL'..f. Type{ wd Type 0 Steady ban L'ghlf sbwia any be placed m law mbbe of dr core.W We hWe. Ty" C Mwn69 L'qm or WAM" LIOMS MOUNTED ON PLASTIC oRNG gWo,ed LbfN4N. III.."d 1. Ty" A nMiq rartgq GAIT we hiended to wn bowl pwl U*y we agwooclliq or we it d PoWliely' h•Twatb wK adjacent N IN beral". L Type A ro dm llmaiq W lams ar. hat McNed Itr 46%,A n ago *Amt be mN 6 o sails. ]. A forks a s.wwblllurmq rmAq ymf plow m mw-uiq dek. to Imp a mergiq few my be ..M W 0*-t L IT asea the sueeess6e Ciotti, W W lapwAklrwNq 4A..::: scar barn •w tf.gbirq a tN Up. to IN wd a ON ma96g lamer h - ----I WW b W.Uy the dee..d r.tdcb PodA TN rate a ILslirlp W dew Fain sNIM 65 IbMef pw aoilM, W w mom G fh.kes. A, Typ. C aW D skoOy-Am wnhq films we kNOW to be aaed -- o Non la debwatm the edge of DI. bonlbne m deta-m bee I tang..,. bN Cl*Ua ad w WW War c"af;am. a Type A. Type C and Type D wmtng FgllI, Moll. iwlabod W keWbas m dtloaed m cUw shell in Ito Abu. a W*WM Fgaa sfwtnot be intoka m a dw W has a fiq%eh.froe or .vikotp-L 1 C O T. TN main- sp �ot for waiq Fads on worn 0.0 be A•dipllo fad tlloerkiq de.ke .Pociq. -1 MNif♦/A". REFLECTORS HDNTED ON PLASTIC ORIi6 AS A SUBSTITUTE FOR TYPE C 1STEADY BWNMARt" LIGHTS L A r 1*4 rwkdw W apaoreo Nbftta. maybemantled m a pbgk dn,n as d sdll4An W o type C Neody awn raaiq Tgm at Vw daae/be a Ur CWWWW mkn ow-l", Nato h IN pall. L The werq nlWw swbc yelr h color am "k mwWod,..d u.bq o sip •A.bat. opprorN W me rah Pbfte drum fated on N. CWzIm W.r;N Mled o, mq be r 4 3. The wniq enactor m8here o Kai- re we kld r wlae ore, k N-.AN W 30 1prwe kbw a Igte.3la1 ha,e a A. Ranrld nlbctor. ttnIIM Nly ellocl i d. nelydrq be wen town attocbed to the dam nn.ctw fwfan was a1 a least 5. Sep" subsbdlc. m.W Ire a -;Gaye of 30 men ildws of ee/feefar6ed sNvt4 INy do not Nor b be efbctw@M Men A 30 fquwe bea.f Wad- la dw d- a Toe lilt W Nw ranaq reflwmr Idciq %V,.&Aq balk fhdr- ehM;q mmtiq or color oN 1e1,ontbct6ty repiearmf to, DNS 6308"Type D Ulw4bwnceal Pri,W" T. widen iced Nor Iw W bathe. bon ides of the Mmiq Mlectw fNIM rdlocler6.e. a TN rwniq r lkcw 07" be nomled on fN tide a V. hmdb Nw.w a1 udk- 9. TN mwf•em fwin W rwrieq rNle Ws .frrb be OWicetlo N. d.-r.iq oerk. spaabg repirwats tow Poneb no, W bcatea behrq Ow,wktiq Oerkn m place to, a YodJs lops w taw9.9 Iooa.oUav6e 6r/ ahfaM deiwole0 wU kM WW- - lid, .iq anion pIaCN perp.a0bibr b batik m Ud sa bafc L TM Fbstinq A- PoeelstmW be iced Iar attend cbwm on .At*. nadwry or 0. M ten mig- a curab 1W pW6iin m Ur bavellw s 2. FbNilq Mar Pawb abRlb N! be land m tr qm Lra.wy eod+q.,dNars, draabN w carte m fha/sas *. Uw 'Y..OTIOIr' daplay Isn deldMbrl6 uf.6 3. The Eeggrw=tw 0 adloaN r atapvwbk sq. bwrkadn Odyor ante bwfk Co.kaco.nca mat .amG be mef 6 canlunttioe van the FkMg A- P•wt C TNT Mav Pmel•meA] be oble to 0403y the lelq .i Fbtnnq RNM LCFTIAFJW OO •• • • • • • O • O • O • • • F baNq DOIIBIE NNW • • Ffe" CAUTION O O 0 0 0 0 0 0 0 0 0 5. 7N 'WTIDr disd* emsbb of lam tweet Imps fbdliq 6. TN .bai7m fnafna caution 06phy 6 NOT ALLMD. T. The Flavin Mot Pawlshmk eapook of mbl- 50 Wnal di ' bem rated temp "No". 7N I*WM rote of IM IoM 'Nana N I- Nora 25 Aar mn lam e0 fWft W .ilut . a Kfm,n IN I- "m I"" sHmM oaprui'" 50 pa'.e.1 ow pd lb-div u olr ma e•a M.rvob 1 ZS Paean for eom s.pr.At61gwN W Ito lb•hb9 chauarA A TM s.•rNblorror depby a NOT ALLWED. 0. TM fbdliq error deplay B IN few ftwloro N.nw.IN sm-tblcM.ro. &play my N .an ewiq cl. F oPwotim . TRUCK -MOUNTED ATTENUATORS • o 0 • O O • O O O O S.grml'eIl>te.roe • O O • • o • O • O • O REOtRIEKNIS NOW W004M Not" NUMBER VISIBILITY TYPE SIZE OF PANEL LAIRS DISTANCE B 30 . 60 13 3/4 ask C 46 , 96 6 I.Q. ATTENTROft F N hg Ar . Poneb mallbe erlupped lrta oulamotk dimming dericee. WEN NOT N USE.BEMOVE THE AWN PANEL FROM THE RIGHT-CF-WAY OR PLACE THE ARROW PANEL BDAND CONCRETE TRAFFIC 6ARRER OR oURORAIL. IL The Fkah'nq tow PwolsN6M m 4W m a vNtk. boar or ouw f ,Ow fvmwL 2.A Fbildq tow PerM%KL NOT BE USED to letw* sett bafk. 13. A tulaptr6 PC16 a." be u.d to 0.4.1. a (bstrq Mar Paaelp-ided It dwN. viaaay.IbW deb wd eaeefq repiraNatf Itd fNN Nor me fmd afte wr_ w, wrur n -.ding hegm W bob awntm wrar pwb OWN be 7 feat bare eod.q to Wtam L 7r1el-ted wlweraws llmum w TROT foeilis -1 -1 Uw r.9aiaNe4 oat6.d 'o the NNbdat Cwwcgle Ngllrq R.leam Report No. 350 UCtdd M Z.Reler to 0. CMZifD I. OM nqui-mU N L.vdt or Len13 TIAL I RNw to W awn shed h the CMZTCD to Rave Nat the TILA a•Ns Ito eg, r"i-onu and Uw wWro mhm aaab eslabbhod dy the FedralWoq y Am"Voli a IFNW for Tkfa. A. Rda to tN CWZTCD fw o W W ofgeo Tlb. 5. TIOd we regain m IrmWs mien oum-ie noted h IN pia. a A TPA Ad shabe mad oWiN nut t M be Pmi'aW aWoKk0A* 30 to GO 1.9 b Arad. a N. weo a ev .spew. mend ad._* IfM6q the rack Wlwodnce. T. Tld any lemon o 79A dwW not be rcq ed 6 Mwl a ratio or.o 6 Weod dean the foodwy and On .cork her 6 w W ded detmcc loam the IILL -al. STANDARD PLANS JF TEXAS DEPARTWNT OF TRANSPORTATION Troflk Opa OO- WAOi t BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, rdARNING LIGHTS 8, ATTENUATOR STANDARD 7 of 12 BC(7)-07 Z O ti � N o k p U 1 :8qq = gg e V a0 �5 c d5.goil N CO OZ gl a 9 :6'E$ 4 g'9h_$SY H O z D ? 1-. W N Y O Wr.. E y 8a5 a•l aS'"a 8 $ W Z $.- s soN g 6 _ IME a j " ya tita� hill 6 I Rf I 6 ai . � o� i s g � ..I j $-SEy� =$$i €itch a F fsgEag§ 8 F��$i gE•tg ag6¢a fYE. E$. R E y53 `yd3d fia f �3T$1 C a g Jill) EShY aura E-{ as gg'as La $a ��$t E11 $li��88CGa 3 Egss g8a fix $19g.aIAIV 5. € at$ E 85S 8 5 38 e IM 9 t AI IDIn ga s E •e " ' � s € it pga yea i $ a gpp g .c a �•d a$ S 1 S gg $s � � 6 •« gEI 1.s.��a 11�_ 6i$ apt s s Mlllrigliz i • n fll ule+l 6uy^sa+ cs600mp A ftplos+ Iaa+A>y +ol +o slouuol .srlo of pAPwlf R41 to � t t! i9 i S Y i D! Gt'r t 1 wa ayt .ol AlygQ dos. w fswnaw 10Us1 •A wsofloVn ssodA Aw +s/ 1ENA1 LO spa 9 p4N 9f'ii Yl C' EI 1i 016 luMalato � A- /s Atue+Aw olE •„lay satlw+d 6u+asy6uy waal.. sell W pwwno6 q P.1-1f .4W to sw aNl Z 1 6 y [ 9i, r f 2 1 E s [ tl311b'IJ61O ;��y s f r T i 6 tit 9 tr C 1 p1+1 VSI6 f1Nll a� Z ml r F000ia�oilMal it 44 F- oY Ro- ob obo I W O1 9 o g 3 Q pg F- > m f 3$gfi aE'L Sk Eb -Eh =';bi, oil onnna F1 O�� s 33 }g `3 8 nn.• Qm �8 Rh.s a 4x g a iy U o Y.{ aA�8 yS Bat $a oil00000000o � o t.s Z Z p imiNlmwH;w<aortn11:omnbmmhfiN I •2�6 J(¢n tZ oanoo'ooajnV 0 Q N Y cm Ii €sag 88 8 �€ f II;a ae omoo .rmi�roono s Q m isa� x 's Is �3iGE"�hggF 'S fiR 3 8 11 3 �, ip a g Via ' E t il- g I i s � � g g s bhz3 �ahas E.8.8gg' §spas �qb 5F�'a �n�"� g 3 �aa�gSa$r=drE 5;'c _► g'�g B,gg ® � hha - till V) W U_ > W s a N � E�'sa ui 01fgE_�% o s #f �BssY h� ,1sL gay aDi.S j15 Awp.pn.,pppwualPY+.sc b�Fafia�F$ gs$ 9 L; � fifi s ^r� —i pg xaa 2s a iga y .g8 W J2 Y6��.i �gl3 sit q low, s +° +tl 0n,1 6uq.— *p6ow00 ,o fyn++, 1H, M , ) ,0 gw0,01 ,.10 01 0,00W1+ +1V1 10 e e 14 G u I,D+,+nUOo M1 As AWQWoaf1, W +Fun++o 1OGT1 •,+++061Ma +SW-d RW ,ol JOVI A0 p°0a, +1 p11T p� f LI1 p 1491 RW 10 A1W„ow "'_1W +0110wd 5yH 4503 S 1_ 041 A0 w 0-06 51 0,0p001+ + /0 ++0 +al -Dow,t11 [ T'!90 SIYT p p [ M3vI'lDS10 a1[ r TYPE III BARRICADES L Rehr to IN, Cw9iml Mark Zar Tralk Cads()taker List ICWZTmI Ir daub at ee Type IN 8onkmo s aed o rat at a martab used h the aar6Wctkm of Tim III 11or1q od<s. 2. Type W BarkW" sbdW .0 a m o eed al - Wctiou projects limed to avare. 7. Bartender ul<M q arom a roaawq stpuld Iero no . Rot slap. awaeed h Or duaclua to.ra .rAitli kolfc mm1 om w delariq. When bath rqd aed leff tan re Nov" IN aiewao sVOq may sk" downwad w both direction Ira. Ill C„.er of the barieade. Mlae n oen aro pr.vded .1 . °lased road *hip W.A slaps 0. ord h both di tiom loved er Cella of roW". 4. strlpiq a rah. for Ill 6pa sift a the roo0way. woub abed 0ownrar0 to the bit. For dr kit side at the roadway. eWb49 0.0 skpe downward to Re rot, 5. IchaWcolim earkigs Any be mown eddy m the back of the barked. role. Th. -inn. "w 1,11-t mrr Cowpony b" wed for id. d rcatbo swb. r. S. 8rrkadn shdml be plowd parad to Wwfc tm-kn on a0.4w4e <br Tar 6 Pro.lded I. Wariq 4M9 shasflOT be :61ard o. barkada. 6. Where bar.kodea -W. the use of w Vb la keep Iran Mah9 am, Ihe ww of sadbop with dry. cd%ak, bts sond is re<mmm0.d. TM smdWW wib lied Out to keep pr lath Wan aplfep led 10 mohtotr a con lonl w OC Sou bogs sbelnw be stand h o a- Umn cocas omy portion of o b 1coft rail rakctire shbuq. Rack. c %ft km stdor nor sore objs°b wIINOT be pamilod. Sw4bops #,oub weyh a o W 6 of 35 m arl a r i-o of 50 es. SomOboga 00b. moot of a armlo Nlo iolusl tears upm woNCMr 49KL M60w Wch m in isw hbasl sbinl Mused Ir-Abo9.� SWMps Vtolaely b,pbe.0 obp a rpm IN bow wpoarb of IN d.vbe and slolnot M mptnt*o abase 9raa4 kr41 sag MR rape. vie. Chore or o0w Intews. 9. 9dig for bmCofes shalM rolemildive Type C high S"ak faeeiylcaarmkq to O.prNeMdlbWiaSp.uTicolcn DM-M mlin ott-ise noted. Borricodes shoo NOT be used 0s o sign support. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 6 { Yeth a 11 I Rslkcliwe Sheelwp 7 irdrs. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES 1'mh..6'rro.. tEHH- . � b Sal- Flat roe stalrw may m m w. r aursids of eppal.wt w anon wror 2 aldl- clam ab..ed m ow errkod0 TYPE III BARRICADE (POST AND SKIDI TYPICAL APPLICATION Each roaway of o dwAed hgw.y .halts 1-koaed h 0e were Mawr. 11I1-2 W-O. 'R',,, • r- .ri � � 70 reel PERSPECTIVE VIEW our \ IN lea rob m Typo W eoaceda aOAway sn4M nlbataind ora," end y .fwt;.. alai. sb*.s on ore. sd. fmiq aw-.oy WWII. ore both sills lr loovoy traffic. -► 8orked4 aVON ska0 slaw 4-d to IN dr.Clim a oel- L Sip6 0-0 m -anted an rdam..d.ol ~t. of . T low 6•mx bqR Type R Borrkodaa -1tq height 6 eeMr of roodway. TM s4m should M o CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS PLAN VIEW mtsmm of 10 Int b0he4 Type III S=k m 2. All- s¢Iirp OMM a VtCZW MWA-v h to plum PLAN VIEW CONES 7--4" 4 7^r" mopcon. 2^ m... mM1 e 6' 2-acre. vmq. 2- pen 4" me. 3` miL }�4^ mm raga T2 mill 4^ con venire orb- mh. L4 42" 26' , One -Piece cones Tubular Marker 28" Cones shollhave a minimum weight of 9 V2 b- 42" 2-piece Cones shailhave a mitir" weight of 30 bs. including Lase. Two -Piece Cones TAI-t, TRAFFIC CONTROL FOR MATERIAL STOCKPILES Alt-W Appro.. 111--tkolpwb r 42' oars Appras. SfY of50'mmrmm s.ariq Sr' j i f/b.2 arwn 16w2 ran r 1 tyq p ® r 1 Tym m Si00mILE blab 11-" ❑ ❑ ❑ ❑ o d aw-woy room Deaimb doank000 or.a sladpie h<ato C1ra6eEh9 de.ka P. 1. uwre r Mrrktod . M b awtide shade Mused room sfrdpio b aa140 Iwe dw ear. wiA 5wk- "mbw a L Trafk <arrs led t.WW makers roam a *labs of 20 iwb. it heepl roam a.d aim m lt- ys or m ,41u e. 2. Caws or tubA, makers %MIN prefanhawly ro," llwa-t re -R. a l wmv,( yd6 oron. IN, #4A M k.pl Chan and b W ter ore I- .kbAy. 7. Cola mho any far dayl"rw apaatiam do riot ,m- IN milectr40 barn. e 4. Coars d bbMx mann used for n Wttw ap00atim sra1M refkelriT4d. Wlhclrbed m0lerhlWra6lae o sapoR iwhO mler Vfaro tlrw &Wtays IIe fora app-W.I. Color din ft day ate n1p14.TM rolkclarked bark shaOM rowOlMt:O Type C Orgh Sps c M069yl Cawafrrl.9 10 Deprlalawel/blaid SpeeYcelian OW-6300. WA- ~.i. haled. 5. When used of nqM. opp°pA9e W-fliftil i that seats oed buMhr omen ranch h Nei proper babe led h. W W pmi'da. S. Relkctorbalian .1 20-tars 0MC-6t of o rn'n'mm 6 knr bate pbc.d of I-t 7 ichn eat rot core Was 4 rwbes Iran ee lap, siVpk..M" by o rsinrrrsn 4 hM bard Wowed a mianm of 2 hdm hob. Ian 5 ieh hand. 7.R.fkclrkatoe of 42" Cana ors be pr.rbd by olf-4kq 4 to r rape all Mae sbpn win rape m tap. 6. Refleclorbolbm a bAalr makers shalM o mh'atm a No 7 hM boas placed a mmi- a 2 hers from Ill top wih o mbirun of 6 aches Wtwen boa. 9. 0. pit,. caws or h6slr m.%- are 9emrob aaabb tar kwoon ry moo kp to 8 hard with oltw clloarfdaliaa daka who a verlkelparY. Chen or Iwoyca Cana fir bq I" mop0. Can #.A M Iran 1° 4abre Illy remote h Res proper baalian and b an upipld pmibrL o.Colra or ktubr acne tu° m C.M project drab. of IN some .is. ord kp . TUN bleb my b. Orsgee0 a a hook or Ow OApL foerk" from no ,94 malerdb 0.1r to IN ran° rrd and mop awed W 1° a amiam .16 6& . Co- IN top of -Loop of 0r brae shanat M meldNW wih r"ord to IN overah.44 of the caw. ypkol lk Ptelk Drkum �RSPECTIVE VIEW L Wher. pos&* -iKtimal <roobity it pro•ct0. tr.v6 o y ee aratea. 2.Plnlc camWucicn I.wiq may M used wkh Or- for wf.ly m r.aai.d h the pb� ].v.tcdpmeb a fhakk sa0w .or M sm.til'od W moan rhm Iha .boobs wiflh b Ibs Den 4 IesL 4. WMn IN V..k r wkm b grda than R lal. sleedy t.wa Tdws m.y M emit" R fan re rind. 5. Inrw nknl area ee length a Too C~ wdanhq kreae r.4r6a of plank 4-a on Or Iwo of mproea:q balls 2 0.s r- ® 40, codes it rettssal•lantirksn .12 led mmirkm al 4 d-W U I A mwirrn a Iw 0m6 steal 7 b. rued Cams Or ark rw. Lneod ® Fbmk 0rm ®Pbslk Dan win fW oy brn 49 or yaw -m" Mkcb snoop ban rkq qm i or y.1w womhp rofkctr L 2' Y 4. 42. EDCELINE CHANNELIZER L TIa da.k. it ended Cry tar uw h pba a o-%kolporrllo drench tulle by hdc" IN Opt of the bardbr.If is riot rw~ t0 m used h Wendiaa or I."- 2. thb devlm Ytol.ot be and to xp". bra .1 bafc lePPash9 oroth-1 or warn of abi.ct.. S. This drv'4r is based m a 42 ildL t--p .. mr6 with a aenol. drybp of- ter 4 hM nlror.11odil. boob wU an W_ote 2 iIck gap MMrn bold: TM Cater of IN band sloub <oampatl t. 1ne Cob, wee edgWe lyelb w kit eagehe. Mae Ir rilW MgeGIN Ir woiM Ve Oevice b le W wAck i srpOlw.rwa TM relkalorced b.-- w.IW all renrlrrwbClire Typo C 0acwlulata teed Oro speck M-41 awarr* 1° OrprVPewollbletiolSp4Nkwioe 0 C-M.unh. atlwrbo noted. 4. TM bas. -1 thigh o mh- .130 b.. STANDARD PLANS TEAS DEPARTWNT OF TRANSPORIATION Tfaffic ()peralbre Division BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES STANDARD 10 of 12 BC(10)-07 tEKt9 011P AY10 i ACCt CIS LM14R r 11 i]ss6 90 f]s ;6 B 9 f _ 6 i ) TM Wr OI Ue 1ta00ar0 h by pwO se Ur jT er T.007 ze ez l Act". t vOr(w t e any of t ts zt OY to other r ( h,o OSVPOfr h a (ecru. T lts afaq" m ning 1LiflY log Ur camrriaa f) J � 3 6 S) ! 9 0 Sf ) ] O/ Uk iton0or0 to oUrr lermats or for FKOtrrat rrWlls w Oo•Oogrf rewatny Irom Xs u PAVEMENT MARKING PATTERNS CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS ID t, 12" a Yebr I YebW REFLECTORIZED PAVEMENT KARKINCS - PATTERN A Type Y W1Narn 10 to t2+ Typo II -A -A 0000 O CCCO s a0It 00 a �" a O a aOOO aOYe ` deep ee00000ee '0 '�0 o00 0000000 Type R-A-A Type Y button, RAISED PAVEMENT MARKERS - PATTERN A �j Type IVA-A Type Y Wt- a vv o00..rrc�//0oo00 dad..... oo o o a a oo 00 }� o o: o o�o 0 0 o a 0000 If /oo If eoeo to 6" Yebr CD1 Type Y Wttom 6 to 6" ` Type II -A -A REFLECTORIZED PAVEMENT KARKINDS -PATTERNS RAISED PAVEMENT MARKERS - PATTERN B pp Pi. Olk" sarkigl way W aWMiV od la nNNt rrim pe Ma t gsby qe Etglwr. EDGE d LANE LINES FOR DIVIDED HIGHWAY T.- tr Whla — — Yeb . — Yabr — While REFLECTCRIZED PAVEMENT MARKINGS PraObrk" markhp mq be wbaiwee kr nfbctnl7.d pa..m6M mwkbq& e a a oe0000 o0 o oae o oa o o o a o o o a oo Type W butt-$ C Toype IC or IIC o a a 0000 0 .oeo 0 0000 oho 0 00 0 Type I -A Type Y b.ttL a e a o o 0 a ea o a e 0 e e e oeo o0ooe ... oa 00o0 0tea o 0000 oa 00 o 0 o 00 D o 0 o a e oo o� 00o0 oo 0ao o o a `I/ Type 1-A 1 Type Y button, It ooee o 0000 o 0000 o--0000 . .000 0 Type W Wham C Type IC or IICii 00000000 o a a o o 0 o 0 o o e e o a o o o a o o e a e o e c e o o a e e oa RAISED PAVEMENT MARKERS Type IC LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS — .,;to /— — — — Yebr — }� White /— V REFLECTORIZED PAVEMENT MARKINGS PlddrkMed awkiq. eqy m wMtUW for Mleetv"4ed P.-.W earkeq., (Type W Wttem f ype IC �+ If 0000 a o If oeoe 0 eeoo a oeoe �aY Type II -A -A Typo Y Wltom /Y+ epee off'o 0eOv0 e� 0ooe0eoo.o 0000.. ea oo eooaoeoaoo oa 0e ao o0000000000000 a eoa a 0000 0 0000 0 oeeo a 0000 O Type W Whom Type I{ RAISED PAVEMENT MARKERS TWO-WAY LEFT TURN LANE _ a — —~Whbe a — ��ii — yYebW — � White — REFLECTORIZED PAVEMENT MAMINGS Pnfearketw MWI, . nay be a6.tttuled kr rofkctorae0 Par t awkiq& a 0 0000 0 0000 0 0000 0 o.oe 0 0000 0 '�TYw W Wllem TYPO IC a o a o o a o00a0�y0pe 0o0 000eo o 000o o a o 00 a. 0 a o 0 o 0 o 0 oa o o 000 000 YWl1a0T°1°1-A-A 000000e0oeeo 000000o0a 00000000000 0000 oa0000b a oeey o 0000 0 0000 a 0000 b 0000 a \Type W Wttora ~Type IC RAISED PAVEMENT MARKERS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 0 0 Type II -A -A Type Y Wt- DOUBLE ,per to �- 1--0 0 0 00 0�0 0 0�0 0 0 M+Maes '# m 0 0 0 0 0 0 o 0 o 0 0 0 0 NO -PASSING ernccraum 1- LINE ; s to�" r Yebr Type I-C , 1-A or II -A -A 1 Type W or Y WttMs LINE SOLID .� 0 o p �0 0 0 0 0 0 0 0 0 0 0 R S OR SINGLE O --I 60" + 3" LINES No -PASSING LINE A" While or Y."_ WIDE yp*o a co 1 !/ "i I.- Go' _3" Type N butt - LINE O 0 0 0 Me.aa T. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Mar rtlt 1W MK60a tK B" .ITLmOYiTe a+ aa.Kin.e eK um w onewa u.e o«aKA r"noe r..M.ea -- WNRe Iw-4D,.-r —'I Ao" , 3" .MFm o o o o 0 o o o o O 0 0 0 BROKEN " 1` �' -#-- 30- - Type IC or ]I -A -A Type W or Y tKAtc- L I NE ,D'•J, i^--� .aumOMtlD .'A 6MP lK ,�yt m7 O � O �� a+ eMre r..0 I- to' 30' Mde or Yebr Type IC or II -A -A IWnen repo?eel REMOVABLE MARKINGS 5'.5. WITH RAISED a tttttttttt, �� 70' 30, —� PAVEMENT MARKERS If raked Po.a IWM ewkere a. u " Robed PorerrMat Mgrkere to MVpkmwi REMOVABLE -kkq& ft mmk✓s .homb. appf d to IM lap of on tape of Ow approx-A. mid wgth of tape used for broken Rws or a 20 foot gociq far I- ,I sow NM.. Tly .1- on — 20' , f . Nmralol robed parCaPA _6 ead tape. C. A.-Ii. aoy -pot to M wed an .dq. Fq Rab.d p...W mork- u 1 a .tondo d parem.m nekig..eoFbe Irate UM ppp-w prods,. fat and meld IOU r.p,i.OMM. a It- 672 -RNSED PAVEWNT K%R ERS" STANDARD PLANS TEXAS DEPARTFENT OF TRANSPORTATION 7rallk Operoliam Division BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 12 of 12 BC(12)-07 HT 2-N 14 lM.*5 DPRaRO 12 fER �. ]D•]f 2 ]'a'S 6 7 D D D]I t 2ACCE• 014CL�1]of M I itu wf of Nk flondva k govlrnf0 by Nr "l evm CngYiaN+q Proclkf Ael'. No vorronly Of eny ILE: k"M k motl. by T.. Io, ony pvposf Mwtawv.r, 7.°O7 osfum.s r.aoonaL3ly Ix N. combfon of Nk flendord to O1W tmmols u to ncur.el r.wlts b tlomoq.a•r.aullinq from Il. w.. �1 J �J l.� LJ kr I I All .a F It S Sheulde a n- CD a CD a �• ® should.' JJJf f f 30' Ioo•w�. �. v3 L q x2 H mti 6Kaft <S> ao� S2S E O SbonWW f •'i f .• (D Q ♦ � should.' % F X f % )Ay X/2 wN. xor4 M.a )jL Y. u3 L � pp a n 's S R AX1. gn 4�> x X AN e fj �A+�P'S$8 $ �� sP�p�>' t�7i� � o lei. o U o u'•'o U o � E SAY$ � �3{ �• � ���� � ;� � 3 # �� g N-R H �oS�SS14 Sio �rgg 6 p•� qq q 11 p '4 �Np N F N O qU (ml� I/. q �B Z iq ■•z C ag'y � � g o'nowouoin o� �{� • % 8 N 000?o.nm g m a �i a u g• A o 0 . . . . . —.T.'-_7.... ii , 7-7 7_7 7_7 �--^ 7_7 ----� L —� CHANNELIZING DEVICES FOR URBAN ROADWAY TYPE PROJECT m Plnik or — CD m tmN spAA:E 0. Am m �CD m OD MJI-0iectlomlBvrvoorM W / �u aowM N.ea.a MAf-0i"A d 6orrkoee .,An iU,H, rpocig N _ dew A, to BC A eigW h.ear0 arcs. p C1VF0. 11rae : a Nak poNp ..elwrkTig ak- r. . M ,wd. BARRIER DELINEATION WITH SAFETY GLARE FENCE a C> C�> NDIESt LLsm;W a Sakty Glove feece woe spec2W tllsdara h IM plons. 2. The a,mbtin-.hdwgm of tA. m.&Ar up?s rbl.po m. No" of the h*;dwdwtkm Of tmpowy —ste owlk boris on wAkh they are healed so the lkhl Ottram bwis ,aeti.e wort tte soaroa by oq one —1 3.P—Vbbdn wM dn*md ss h hat Mkcti.t MnthR c.nlarmiq with D.Pwt~kc mGkrW Specikafm p6-4S I'm S,Nace HNkelir. smthd. Type C 140 Some W.mArl, nM.a.m .Ce a 2 ices by 12 kcbn Con be atodwd to the top of Pa p neUbbm. 7M gwtN thNbe alothec to am Pamvttod. W section of W 14 bwlis not to and a .paig of 30 fn4 Barrier .fkct— ors not :le .nwy whin paovbkdn tut i4901.A r. MXUW Glom Sar.ms fp Mad 4M bon- sM/aWel p1t rcWivAa is at OMs-am G* p. gaga l pvdmU sholbe tm" A copy at the "CaVlot Wan Zons rroffi COMraOniws LM-VVZTCON dtmbn pt•peilW paducla Ertl Ihsi, swan vied r j oe ablabad by oo twit., St..W* Etgw. Tref c Opadbat O"i . - TE T— O.psbnst.1 7romparblbe 125 East INN Slrs.t h,dh. Texas 787e1-2493 Ph" t5¢I A■-3R0 Fm 6¢1416-3222 lsuuatim s to bW. ths'CWZTClr m hDOT w.b k. arK SW a wabsbs - wwwdoNtaMAm Ckk . 'About TOM*. Ckk m'a6gmhoDond(Owl-. Ckk m Traffic OWa m llo. Ckk on ad "Cwf Work ZoneTedfk Coa DwAor. Ckk on Yaw PON'. Thb I : pritobb. • • • • LEGEND ® Bon rne. ■ ■ Cea..kkq dtrfcra Tmkr rihtwtaa ® fbatig arw poM \\\\ Sole1y R, I— PREOUALIFICATION PROCEDURES ARE OBTAINED rR0! CONSTRUCTION dYIs10N-NATFRIN.S NO TESTS SECTION TESTS DEPARTMENT Or TROSPOnATION IT,0011 125 EAST nth STREET AUSTIN. T% 78 7D1.2483 OEPAITIIENTAL MATERWL SPECIFICATIONS RAT SURFACE REFLECTIVE SHEEIIING ONS-moo 04tEATORS AND OBJECT MWfCRS ON6-aw MODELER GLIRE SCRCENS ONS-01610 COLOR USAGE SIGN SLEETING ORANGE BACKGROB1U TYPE E dYU1RESCENT KSIWTICI WHITE BACRCRO ND TYPE C INCH SPECIFIC INTENSITY) tLACR LEGEND L BORDERS VOM NON4UUCTIVE SHEETING REFER TO THE BC SHEETS FOR SHaTIHC REOUNEMENT ON aUNEI.AZNG DEVICES. RR-2 1 Ty" N Barkoa. • MULTI —DIRECTIONAL BARRICADE sigW lboere Arrw Oovok NNste.a Arrw L M..FaiactkMbarciaoe( ,rmtml M vs.d W lom cbMrt,. 2. May a urge W —o rh-g.r h alipr.an6a acres, roo.w Mom lam a'T' it tioh 3. rypks.y wsta for WwmWWt. Tartu Sla WWI. Sort Tsrm Stabwy w Siam Ovatbn w .am eplraidM. a.Sn tM CWZTW LW W aWo—I asps . USAGE OF CW1-6, ECW1-6o AND CW1-8 SIGNS CWl-8 Cvh7 A7 67 moy oe wsa to rmA— rscoatle deRaalb. on <Wn p mN h Wco- al'an p taws. pa..r. Swlm / rwlrx ' roofs G—..c L SICw G ON rw A ECWI-6a An IPsso 4 WARD AOPNO ARROW Or SIRS I ? IsE— . k ilaraa rw A b M .Ravi b l aael. �jl ll/M xoev:,la a o view barntfe.. h Y. M Iw. w .an .n aava• o,AAA ore.. r — I Mfi ar.o.A oae Pnda na a usra wavd.aA IM ens.. bvvk'ea Aa.:ary - ran pbaa : apti.a � Ia.m.A Sr1s. /t... CW7-6 LARGE ARRW ,y� a nw b vie ;, a a . co ahaga A Ya1w�i dd MawL R f1gM M dw as M a;p.p A0 o.ra ee wn 6 . voniq IM fin pellyarka a wak dvralkn a a their tin. ol o bcotbs shdw A. Longnt— McA..ry . van t oI.*- o bcab. rrwe Um 3 doss. 6. blermedwea term sAacnay b won Uwt acagks o location Ram Uwe om d"14 ptrW W 10 3 cloys, or r:otlim was loslsg mme Um I hw. C. Stun -lam sW,.n 1, doylim wan Uhl ocaq:a a bcotkn fp mot Um IMs, loco Itn B.m 17 ho.- 0. SbaA Arai. h won trot ocaq:, . bcai.n . p to I h—. E. Habk E wak AMt a o.es hi—Ateay p corx'rrNaay. NOTES: L C-4, ECn•.e L CWM s4as l tt .awtaa w r ra rwperts. 2.0tvva — .a.A mesa — a, oM oven of o norp p hv. p aP W W SIM a e. ht.meeUan. Tarr sMso. h W .4h w al' tl amba to app—*9 wark.SppTg WoAII M Aim oat q nnWiM 0.0 — W. i. .:.o utR pr cb.pr h as7eaM .kohaNa b n,.a. a iw br e.dN fr.alk. a Ira.al . Ngrapralr via. .vain CURVE o. TURN rfyi .b. Aariwy Sp.W obw new a .sr o ,a wlw maaA r-06 3-03 STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Traffic Cpo olirm Division TRAFFIC CONTROL PLAN TYPICAL DETAILS WZ(TD)-03 Page Intentionally Left Blank Contractor Checklist Before submitting your bid, please ensure you have completed and included the following documents in the order they are listed. The contractor is only to submit (1) one original copy of every item listed. 1. Carefully read and understand the plans and specifications and properly complete the BID SUBMITTAL FORM. Bid submittal form MUST be completed in blue or black ink or by typewriter. Signatures must be original, in blue or black ink, and by hand. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. In case of a discrepancy between the Unit Price and the Extended Total for a Bid item, the Unit Price will be taken."Include corporate seal and Secretary's signature. Identify addenda received (if any). Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 2. (/ Include BID BOND or CASHIER'S OR CERTIFIED CHECK as your bid surety. / Failure to provide a bid surety WILL result in automatic rejection of your bid. 3. f/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 4. Clearly mark the bid number, title, due date and time and your company name and address on the outside of the envelope or container. 5. Ensure your bid is RECEIVED by the City of Lubbock Purchasing and Contract Management Office prior to the deadline. Late bids will not be accepted. 6. t/ Complete and sign the CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT. This must include the signature of the agent or broker. Contractor's signature must be original. 7. Complete and sign the SAFETY RECORD QUESTIONNAIRE. All "YES" responses / must be explained in detail and submitted with Bid. 8. ./ Complete and sign the SUSPENSION AND DEBARMENT CERTIFICATION. Include firm's FEDERAL TAX ID number or Owner's SOCIAL SECURITY number. 9. '� Complete and submit the LIST OF SUB -CONTRACTORS. ' DOCUMENTS REQUIRED WITHIN SEVEN BUSINESS DAYS AFTER CLOSING: 10. Complete and submit the FINAL LIST OF SUB -CONTRACTORS. FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE AND, THEREFORE, NOT FURTHER EVALUATED. PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR BID SUBMITTAL. 2010 ge UIc� (Type or Print Company Name) 2 I Page Intentionally Left Blank INDEX NOTICE TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS BID SUBMITTAL — (must be submitted by published due date & time) 3-1. UNIT PRICE BID SUBMITTAL FORM 3-2. CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT 3-3. SAFETY RECORD QUESTIONNAIRE 3-4. SUSPENSION AND DEBARMENT CERTIFICATION LIST OF SUB -CONTRACTORS PAYMENT BOND PERFORMANCE BOND CERTIFICATE OF INSURANCE CONTRACT GENERAL CONDITIONS OF THE AGREEMENT DAVIS BACON WAGE DETERMINATIONS SPECIAL CONDITIONS (IF APPLICABLE) SPECIFICATIONS 3 Page Intentionally Left Blank NOTICE TO BIDDERS ITB NUMBER 12-10387-RH Sealed bids addressed to Marta Alvarez, Director of Purchasing and Contract Management, City of Lubbock, Texas, will be received in the office of the Purchasing and Contract Management Office, City Hall, 1625 13th Street, Room 204, Lubbock, Texas, 79401, until 3:00 p.m. CST, December 20, 2011, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform all work for the construction of the following described project: PAVING IMPROVEMENTS FOR 34`h STREET FROM INDIANA AVENUE TO AVENUE Q After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Purchasing and Contract Management Office and publicly read aloud. It is the sole responsibility of the bidder to ensure that his bid is actually in the office of the Purchasing and Contract Management Office for the City of Lubbock, before the expiration of the date above first written. Bids are due at 3:00 p.m. CST on December 20, 2011, and the City of Lubbock City Council will consider the bids on January 12, 2012, at the City Hall, 1625 13th Street, Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any formalities. The successful bidder 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 bidder 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 should 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 AND MUST BE DATED THE SAME DATE THAT THE CONTRACT WAS AWARDED. Bidders 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 bid 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 bid submitted as a guarantee that bidder will enter into a contract and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. FAILURE OF THE BIDDER TO INCLUDE BID SECURITY WITH THE BID SUBMITTAL SHALL CONSTITUTE A NONRESPONSIVE BID AND RESULT IN DISQUALIFICATION OF THE BID SUBMITTAL. It shall be each bidder's sole responsibility to inspect the site of the work and to inform himself 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 bid submitted. There will be a non -mandatory pre -bid conference on November 29, 2011 at 11:00, in Committee Room 103, (a-) City Hall, 1625 131h Street, Lubbock, Texas. Bidders may view the plans and specifications without charge at The Reproduction Company, 2102 Avenue Q, Lubbock, Texas 79405 or at www.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 r documents are returned in good condition within Sixty (60) days after the opening of bids. Additional sets of plans and specifications may be obtained at the bidder's expense. Attention of each bidder 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 Bidders. Each bidder's attention is further directed to Texas Government Code, Chapter 2258, Prevailing Wage Rates, and the requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as heretofore established by owner in said wage scale. The City of Lubbock hereby notifies bidders that in regard to any contract entered into pursuant to this advertisement, minority and women business enterprises shall be afforded equal opportunities to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award. The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid 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 or write to Post Office Box 2000, Lubbock, Texas 79457 at least 48 hours in advance of the meeting. CITY OF LUBBOCK Narta ACvarez PURCHASING AND CONTRACT MANAGEMENT OFFICE 5 T GENERAL INSTRUCTIONS TO BIDDERS 1 BID DELIVERY TIME & DATE 1.1 The City of Lubbock is seeking written and sealed competitive bids to furnish Paving Improvements for 341h Street from Indiana Ave to Ave Q per the attached specifications and contract documents. Sealed bids will be received no later than 3:00 pm, on December 201h, 2011 at the office listed below. Any bid received after the date and hour specified will be rejected and returned unopened to the bidder. Each bid and supporting documentation must be in a sealed envelope or container plainly labeled in the lower left-hand corner: "ITB No. 12-10387-RH, Paving Improvements for 341h Street from Indiana Ave to Ave Q" and the bid opening date and time. Bidders must also include their company name and address on the outside of the envelope or container. Bids must be addressed to: Marta Alvarez, Director of Purchasing and Contract Management City of Lubbock ff 1625 13th Street, Room 204 Lubbock, Texas 79401 1.2 Bidders are responsible for making certain bids are delivered to the Purchasing and Contract Management Office. Mailing of a bid does not ensure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, we suggest that he/she use some sort of delivery service that provides a receipt. 1.3 Bids will be accepted in person, by United States Mail, by United Parcel Service, or by private a-' courier service. No bids will be accepted by oral communication, telephone, electronic mail, telegraphic transmission, or telefacsimile transmission. THE CITY WILL NOT ACCEPT FAX BIDS. 1.4 The City of Lubbock reserves the right to postpone the date and time for opening bids through an addendum. 2 PRE -BID MEETING 2.1 For the purpose of familiarizing bidders with the requirements, answering questions, and issuing addenda as needed for the clarification of the Invitation to Bid (ITB) documents, a non - mandatory pre -bid meeting will be held at 11:00 a.m. CST, on November 29th, 2011 in Committee Room 103 at 1625 13`h Street Lubbock Texas. All persons attending the meeting will be asked to identify themselves and the prospective bidder they represent. 2.2 It is the bidder's responsibility to attend the pre -bid meeting though the meeting is not mandatory. The City will not be responsible for providing information discussed at the pre -bid meeting to bidders who do not attend the pre -bid meeting. 3 ADDENDA & MODIFICATIONS 3.1 Any changes, additions, or clarifications to the ITB are made by ADDENDA information available over the Internet at www.bidsync.com, We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the response deadline. BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most up blic libraries. 3.2 Any bidder in doubt as to the true meaning of any part of the specifications or other documents may request an interpretation thereof from the Purchasing and Contract Management Office. At the request of the bidder, or in the event the Purchasing and Contract Management Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Purchasing and Contract Management Office. Such addenda issued by the Purchasing and Contract Management Office will be available over the Internet at www.bidsync.com and will become part of the bid package having the same binding effect as provisions of the original ITB. 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 bid closing date. 3.3 All addenda, amendments, and interpretations of this solicitation shall be in writing. The City of Lubbock shall not be legally bound by any amendment 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 ITB should be used in preparing bid responses. All contacts that a bidder may have had before or after receipt of this ITB 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 bid should be disregarded in preparing responses. 3.4 The City does not assume responsibility for the receipt of any addendum sent to bidders. 4 EXAMINATION OF DOCUMENTS AND REQUIREMENTS 4.1 Each bidder shall carefully examine all ITB documents and thoroughly familiarize itself with all requirements before submitting a bid to ensure that their bid meets the intent of these specifications. 4.2 Before submitting a bid, each bidder shall be responsible for making all investigations and examinations that are necessary to ascertain conditions and requirements affecting the requirements of this Invitation to Bid. Failure to make such investigations and examinations shall not relieve the bidder from obligation to comply, in every detail, with all provisions and requirements of the Invitation to Bid. 4.3 Notices of any discrepancies or omissions in these plans, specifications, or contract documents, shall be given to the Purchasing and Contract Management Office and a clarification obtained before the bids are received, and if no such notice is received by the Purchasing and Contract Management Office prior to the opening of bids, then it shall be deemed that the bidder fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If bidder does not notify Purchasing and Contract Management Office before bidding 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 bid closing date. 5 BID PREPARATION COSTS 5.1 Issuance of this ITB does not commit the City of Lubbock, in any way, to pay any costs incurred in the preparation and submission of a bid. 5.2 The issuance of this ITB does not obligate the City of Lubbock to enter into contract for any services or equipment. 5.3 All costs related to the preparation and submission of a bid shall be paid by the bidder. 6 TRADE SECRETS CONFIDENTIAL INFORMATION AND THE TEXAS PUBLIC INFORMATION ACT 6.1 If you consider any portion of your bid to be privileged or confidential by statute or judicial decision, including trade secrets and commercial or financial information, clearly identify those portions. 6.2 The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release such information initially, but please note that the final determination of whether a particular portion of your bid is in fact a trade secret or commercial or financial information that may be withheld from public inspection will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information request is received for a portion of your bid that you have marked as being confidential information, you will be notified of such request and you will be required to justify your legal position in writing to the 7 Texas Attorney General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code, then such information will be made available to the requester. 6.3 Marking your entire bid CONFIDENTIAL/PROPRIETARY is not in conformance with the Texas Open Records Act. LICENSES PERMITS TAXES The price or prices for the work shall include full compensation for all taxes, permits, etc. that the bidder is or may be required to pay. UTILIZATION OF LOCAL BUSINESS RESOURCES Prospective bidders are strongly encouraged to explore and implement methods for the utilization of local resources, and to outline in their bid submittal how they would utilize local resources. 9 CONFLICT OF INTEREST 9.1 The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Lubbock. 9.2 By signing and executing this bid, the bidder certifies and represents to the City the bidder 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 bid. 10 CONTRACT DOCUMENTS 10.1 All work covered by the contract shall be done in accordance with contract documents described in the General Conditions. 10.2 All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents. 11 PLANS FOR USE BY BIDDERS It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge or forfeiture of deposit. The contract documents may be examined without charge as noted in the Notice to Bidders. 12 BIDDER INQUIRIES AND CLARIFICATION OF REQUIREMENTS 12.1 It is the intent and purpose of the City of Lubbock that this request permit competitive bids. It shall be the bidder's responsibility to advise the Purchasing and Contract Management Office if any language, requirements, etc., or any combinations thereof, inadvertently restricts or limits the requirements stated in this ITB to a single source. Such notification 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 bid closing date. A review of such notifications will be made. 12.2 NO BIDDER SHALL REQUEST ANY INFORMATION VERBALLY. ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION CONCERNING THIS INVITATION TO BID (ITB) MUST BE SUBMITTED IN WRITING NO LATER THAN FIVE (5) CALENDAR DAYS PRIOR TO THE BID CLOSING DATE AND ADDRESSED TO: Robin Holder, Senior Buyer City of Lubbock Purchasing and Contract Management Office 1625 13`h Street, Room 204 Lubbock, Texas 79401 Fax: 806-775-2164 Email: rholder@mylubbock.us Bidsync: www.bidsvnc.com 13 TIME AND ORDER FOR COMPLETION 13.1 The construction covered by the contract documents shall be substantially completed within three hundred forty three (343) days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder. 13.2 The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take such action as the City deems necessary to ensure completion of the project within the time specified. 14 PAYMENT All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract documents. 15 AFFIDAVITS OF BILLS PAID The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been notified. 16 MATERIALS AND WORKMANSHIP The intent of these contract documents is that only materials and workmanship of the best quality and grade will be furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full responsibility of complying with this provision. The specifications for materials and methods set forth in the contract documents provide minimum standards of quality, which the Owner believes necessary to procure a satisfactory project. 17 GUARANTEES 17.1 All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature whatsoever resulting in such defects, when such defects appear within 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). 17.2 Notwithstanding any provisions contained in the contractual agreement, the Contractor represents and warrants fault -free performance and fault -free result in the processing date and date -related data (including, but not limited to calculating, comparing and sequencing) of all hardware, 9 software and firmware products delivered and services provided under this Contract, individually or in combination, as the case may be from the effective date of this Contract. Also, the Contractor warrants calculations will be recognized and accommodated and will not, in any way, result in hardware, software or firmware failure. The City of Lubbock, at its sole option, may require the Contractor, at any time, to demonstrate the procedures it intends to follow in order to comply with all the obligations contained herein. 17.3 The obligations contained herein apply to products and services provided by the Contractor, its sub -contractor or any third party involved in the creation or development of the products and services to be delivered to the City of Lubbock under this Contract. Failure to comply with any of the obligations contained herein, may result in the City of Lubbock availing itself of any of its rights under the law and under this Contract including, but not limited to, its right pertaining to termination or default. 17.4 The warranties contained herein are separate and discrete from any other warranties specified in this Contract, and are not subject to any disclaimer of warranty, implied or expressed, or limitation to the Contractor's liability which may be specified in this Contract, its appendices, its schedules, its annexes or any document incorporated in this Contract by reference. 18 PLANS FOR THE CONTRACTOR The contractor will, upon written request, be furnished up to 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 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 bids have been opened and before the contract has been awarded, to require of a bidder the following information: (a) The experience record of the bidder 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 bidder. (c) Equipment schedule. 20 TEXAS STATE SALES TAX 20.1 This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04 of the Texas Limited Sales, Excise and Use Tax Act. 20.2 The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be incorporated into the work without paying the tax at the time of purchase. 21 PROTECTION OF SUBSURFACE LINES AND STRUCTURES It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground structures which might or could be damaged by Contractor during the construction A the project contemplated by these contract documents. The City of Lubbock agrees that it will fimiish 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 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, at Contractor's expense. 10 22 BARRICADES AND SAFETY MEASURES I 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 unless written permission to do so is obtained by the Contractor from the City. In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for all damage, which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of construction activity. 23.2 Explosive materials shall not be stored or kept at the construction site by the Contractor. 23.3 In all cases where explosives are to be used during the construction of the project contemplated by this contract, it shall be the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however, shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations. 24 CONTRACTOR'S REPRESENTATIVE The successful bidder shall be required to have a responsible local representative available at all times while the work is in progress under this contract. The successful bidder 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. 25.2 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 AND THE ENGINEER AS A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE 11 EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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 THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 26 LABOR AND WORKING HOURS 26.1 Attention of each bidder 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 bidders' 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 bidder'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 the contract requiring an inspector shall not be performed on weekends 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 Sunday 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 Sunday or holidays will be made by the Owner's Representative. 26.3 In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life. 27 PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than once each week. The Contractor and each of his subcontractors shall keep a record showing the name and occupation of each worker employed by the Contractor or subcontractor in the construction of the public work and the actual per diem wages paid to each worker. This record shall be open at all reasonable hours to inspection by the officers and agents of the City. The Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate of per diem wages, which schedule is included in the contract documents. The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, sixty dollars for each laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per diem wages included in these contract documents 12 28 PROVISIONS CONCERNING ESCALATION CLAUSES 29 30 Bids submitted containing any conditions which provide for changes in the stated bid 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 bidder without being considered. PREPARATION FOR BID 29.1 The bidder shall submit his bid on forms furnished by the City, and all blank spaces in the form shall be correctly filled in, stating the price in numerals for which he intends to do the work contemplated or furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of discrepancy between the unit price and the extended total for a bid item, the unit price will be taken. A bid that has been opened may not be changed for the purpose of correcting an error in the bid price. 29.2 If the bid is submitted by an individual, his name must be signed by him or his duly authorized agent. If a bid is submitted by a firm, association, or partnership, the name and address of each member must be given and the bid signed by a member of the firm, association or partnership, or person duly authorized. If the bid is submitted by a company or corporation, the company or corporate name and business address must be given, and the bid signed by an official or duly authorized agent. Powers of attorney authorizing agents or others to sign bids must be properly certified and must be in writing and submitted with the bid. The bid shall be executed in ink. 29.3 Each bid shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the outside of the envelope in the following manner: 29.3.1 Bidder's name: Lone Star Dirt and Paving, Ltd. 29.3.2 Bid for "ITB 12-10387-RH, Paving Improvements for 34`h Street from Indiana Avenue to Avenue Q" Bid submittals may be withdrawn and resubmitted at any time before the time set for opening of the bids, but no bid may be withdrawn or altered thereafter. 29.5 Pursuant to Texas Local Government Code 252.043(g), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BID SUBMITTAL FORM PRIOR TO BID OPENING. BOUND COPY OF CONTRACT DOCUMENTS Bidder understands and agrees that the contract to be executed by bidder shall be bound and will include the following: (a) Notice to Bidders. (b) General Instructions to Bidders. (c) Bidder'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 bidder for his inspection in accordance with the Notice to Bidders. If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by reference into the aforementioned contract documents. 13 31 QUALIFICATIONS OF BIDDERS The bidder 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 bidder may also be required to give a past history and references in order to satisfy the City of Lubbock about the bidder's qualifications. The City of Lubbock may make reasonable investigations deemed necessary and proper to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City of Lubbock all information for this purpose that may be requested. The bidder's bid may be deemed not to meet specifications or the bid may be rejected if the evidence submitted by, or investigation of, the bidder fails to satisfy the City of Lubbock that the bidder is properly qualified to carry out the obligations of the contract and to complete the work described therein. Evaluation of the bidder's qualifications shall include: (a) The ability, capacity, skill, and financial resources to perform the work or provide the service i required. (b) The ability of the bidder 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 bidder. (d) The quality of performance of previous contracts or services. g (e) The safety record of the Contractor and proposed Sub -Contractors 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 three (3) 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. 1_1 32 BID AWARD 32.1 The City of Lubbock reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities and to accept the offer most advantageous to the City of Lubbock in its sole discretion. Unless otherwise specified herein, the City shall award the bid based on the total bid for Bid Items 1 through 59 plus the sum of any Alternate Bids or Options the City may select. 32.2 All bids are evaluated for compliance with specifications before the bid price is considered. Response to specifications is primary in determining the best low bid. Failure to comply with the specifications may result in disqualification of the bid. 32.3 In case of tie bids, preference will be given to local bidders. Consistent and continued tie bidding may be for rejection of bids by the City of Lubbock and/or investigation by the Attorney General to determine possible Anti -Trust violations. 32.4 Before the City may award a bid to a nonresident bidder, the nonresident bidder's bid must be lower than lowest bid submitted by a responsible Texas bidder by the same margin or amount that .g a Texas bidder would be required to underbid the nonresident bidder in the nonresident bidders' home state. 32.5 Any contract made, or purchase order issued, as a result of this Invitation to Bid, shall be entered into the State of Texas and under the laws of the State of Texas. In connection with the performance of work, the Bidder agrees to comply with the Fair Labor Standard Act, Equal Opportunity Employment Act, and all other applicable Federal, State, and Local laws, regulations, and executive orders to the extent that the same may be applicable. 32.6 NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT, 14 AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS 1 y SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS INVITATION TO BID. 1- 33 ANTI -LOBBYING PROVISION 33.1 DURING THE PERIOD BETWEEN THE BID CLOSE DATE AND THE CONTRACT AWARD, BIDDERS, INCLUDING THEIR AGENTS AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS OR PROMOTE THEIR BID WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF EXCEPT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY. 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 PREVAILING WAGE RATES 34.1 Bidders are required to comply with Texas Government Code, Chapter 2258, Prevailing"d Wage Rates, with respect to the payment of prevailing wage rates for the construction of a M 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 34.2 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. 34.3 The State of Texas has adopted the Federal Davis -Bacon wage rates for use in Texas pursuant to and in accordance with the Texas Government Code, Section 2258.022. Bidders may access the U. S. Department of Labor web site at the following web address to obtain the rates to be used in Lubbock County: ht!p://www.gpo.gov/davisbacon/allstates.litml 34.4 It shall be the responsibility of the successful bidder to obtain the proper wage rates from the web site for the type of work defined in the bid specifications. 34.5 A contractor or subcontractor who violates Texas Government Code Section 2258.023 shall pay to the City of Lubbock $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. 15 Lone Star Dirt & Paving, Ltd 11820 University Avenue Lubbock, TX 79423 (806) 745-6011 Fax: (8o6) 745-4074 Bid Proposal for City of Lubbock Paving Improvements for 34t" Street from Indiana Avenue to Avenue Q ITB # 12-10387-RH Contract # 10387 Project Number: 92217 Bids: 3:00 p.m. December 20, 2011 t+: Page Intentionally Left Blank BID SUBMITTAL FORM (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) Page Intentionally Left Blank BID SUBMITTAL UNIT PRICE BID CONTRACT DATE: PROJECT NUMBER: 92217 — CITY OF LUBBOCK, 34TH STREET PAVING IMPROVEMENTS INDIANA AVENUE TO AVENUE Q Bid of an e. — � t !/ nar 14ol(hereinafter called Bidder) To the Honorable Mayor and City Council City of Lubbock, Texas (hereinafter called Owner) Ladies and Gentlemen: The Bidder, in compliance with your Invitation to Bid for the construction of a CITY OF LUBBOCK 3e STREET PAVING IWROVEMENTS, INDIANA AVENUE TO AVENUE Q, having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related contract documents and the site of the intended work, and being familiar with all of the conditions surrounding the construction of the intended project including the availability of materials and labor, hereby intends to furnish all labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract documents, within the time set forth therein and at the price stated below. The bidder binds himself on acceptance of his bid to execute a contract and any required bonds, according to the accompanying forms, for performing and completing the said work within the time stated and for the prices stated below. BASE BID: ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED NO. QUANTITY AMOUNT 1 Mobilization LS 1 (J �` 10 2 Asphalt removal SY 65,840 , S° 'j p O 22- 3 Sidewalk removal SY 10,026 4 Concrete removal SY 6,448 1 7 3 -7 5 Curb and gutter removal LF 18,914 2- 3 9 $ '1' 6 Asphalt parking lot removal SY 2,208 00 4 x O 8 0- 7 Sign assembly removal EA 70 1 7 00 o`_ 8 Light pole removal EA 75 �.'�-' 50 — / & 3 7 9 Embankment CY 3,992 y- S /8 9 [. a v 10 Excavation CY 11,595 S.2, j11 =Q 11 Over excavation CY 500 S Op9 12 Flowable backfill CY 500 1 '� 13 CRCP 9" SY 63 262 c' 0;'0 3 co to 14 High -early strength CRCP 9" SY 7,029 to a go y 7 7, q 7-22 (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ITEM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 15 Concrete curb and gutter LF 11,138 V. AoS 16 Concrete median SY 189 �y� /O aA` 17 Parking lot pavement repair SY 1,650 ID So D 18 Manhole adjustment EA 21 (, SJ / 3, (' 5'D 19 Valve adjustment EA 23 6ai o J 20 Temporary drives (recycled asphalt pavement)l�O SY 500 0o w 3D, ava' 21 Alley and driveway returns SY 5,492 `i �-' 'S 10 9 22 Concrete sidewalk 5" SY 12,185 L �` AL1 g$ a 23 Concrete sidewalk 6" reinforced SY 901 Jr `(� q t.4 !V� 24 Concrete sidewalk curb LF 3,974 / '—° 1 25 Accessible curb ram T 1 EA 46 aob 3 26 Accessible curb ram T 2 EA 1 ]r 06 a� / s J D — 27 Accessible curb ram T 3 EA 6 28 Pedestrian push button assembly EA 4 29 Permanent pavement markings (4") (White)(Broken) LF 8,770 30 Permanent pavement markings (8") (White)(Solid)oZ LF 1,525 V g r '7S L� O 1O- 31 Permanent pavement markings (24") (White)( Solid LF 1,330 % JAO l 0 "DSO 32 Permanent pavement markings (4") ellow Broken LF 7,635 ZG p 1 n 33 Permanent pavement markings (4") (Yellow)(Solid) LF 33,870 �� /A i 34 Permanent pavement markings (Parking Lot 4" ellow Solid LF 10,000 .7 9 " —;- a� 7 ?o1) 35 Permanent pavement marking s Arrow EA 18 3 091 7.5 36 Permanent pavement markings (Raised) T I-C EA 244 3 �� 1]. / V — 37 Permanent pavement markings (Raised) T II -A -A EA 410� S` /9 3 9 38 Small sign assembly stand alone EA 46 39 Small sign assembly mounted on lightpole) EA 18 ov 40 Delineator -D SZ 1) (SRF) (BI EA 8 41 Barricades and traffic control LS 1 (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ITFM NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 42 Portable changeable message board CMB EA 2 3 T5 G -1'16 °= 43 Temporary pavement markings (4") (White)(Solid) LF 32,599 ' 53 44 Temporary pavement markings (4") to Broken LF 50,466 l 14-7 02 45 Temporary pavement markings (24") (White)(Solid)1 LF 27 3p o 46 Temporary pavement markings (4") (Yellow)(Solid) LF 85,375 47 1 z S Sp 1 47 Temporary pavement markings (4") (Yellow)(Broken) LF 58,265 -� y� SS $ S 48 Portable water barricades (furnish and install) LF 5,997 ao y 2 49 Portable water barricades move IF 43,823 50 Storm water pollution prevention plan LS 1 eo p S �p 51 Sodding SY 139 go L 52 Illumination pole assembly EA 95 6" 53 PVC conduit 2" LF 30,344 3 `t - I Q 3. L17 3 �) 54 Electrical conductor o. 10 Bare LF 20,182 •4 2 q.LA L. 44 55 Electrical conductor o. 10 Insulated LF 40,364 56 Junction box (Standard)(A) EA 105 q 3 •-1-5 LI 1 3 y 3 S 57 Junction box Standard D EA 17 L� 1:.' D 31 —' 58 Junction box T 1 Mod EA 9 5 59 Electrical service T A 240/480 EA 3 4I 100 " M, L.aDw 60 Prepare right-of-way STA 98 1. p 0 p' I g I- pp tin case or a aiscrepancy tetween the Unu rnce and me extendea total for a ota item, me umt pnce wut oe taken.) TOTAL BASE BID, ITEMS #1- #60: L/ 7 4 I � �— MATERIALS: ($ i i ) SERVICES: ($ Le • I' ) TOTAL BID o 'Z 3 ITEMS #1-#60: ($ (Unit Price Amounts shall be shown in both words and numerals. In case of discrepancy, unit price shall govern.) (In case of a discrepancy between the Unit Price and the extended total for a bid item, the unit price will be taken.) ALTERNATE A 1 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Al-1 Decorative sidewalk SY 12,185 o� 5 (' — aS (8 a 1 -11L� A1-2 Decorative sidewalk reinforced SY 901 •9it 1.8, y •�! - A1-3 Deduction: Sidewalk (5") SY 12,185 5s1, SSD� Must match Item 22 amount A1-4 Deduction: Sidewalk (6")(reinforced) SY 901 Must match Item 23 amount TOTAL ALTERNATE Al, ITEMS Al-1- A1-4: MATERIALS 0 3 LABOR TOTAL BID / / �Q D 7 3 / 1111 B to ITEMS Al-1- A1-4: ! f (In case of a discrepancy between the Unit Price and the extended total for a bid Item, the unit price Will be taken.) ALTERNATE A2 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Decorative illumination pole (Traditional) EA 95 00 Sg2 S:5 vo -1 1 A2-2 Deduction: Illumination pole assembly EA 95 oa t» Must match Item 52 amount TOTAL ALTERNATE 2, ITEMS A2-1- A2-2: MATERIALS LABOR I Sq Leoo °O TOTAL BID ITEMS A2-1- A2-2: (In case of a discrepancy between the Unit Price and the extended total for a bid Item, the unit price will be taken.) Bidder hereby agrees to commence the work on the above project in accordance with a date to be specified in a written "Notice to Proceed" from the Owner and to complete the project in compliance with the following schedule: Milestone A (Approximately from Station 206+08 to Station 232+40) — Bidder agrees to begin Work within 5 working days of Notice to Proceed, reach Substantial Completion, as defined in the Special Conditions of the Contract, within 87 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 117 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone B (Approximately from Station 232+40 to Station 256+31) — Bidder agrees to begin Work within 5 working days of Substantial Completion of Milestone A, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 82 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 112 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone C (Approximately from Station 259+87 to Station 281+33) — Bidder agrees to begin Work within 5 working days of Substantial Completion of Milestone B, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 86 working days of beginning Work; and to complete. Pedestrian and Lighting facilities within 116 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Milestone D (Approximately from Station 281+33 to Station 303+92) — Bidder agrees to begin Work within 5 working days of Notice to Proceed, and reach Substantial Completion, as defined in the Special Conditions of the Contract, within 88 working days of beginning Work; and to complete Pedestrian and Lighting facilities within 118 working days of beginning of Work. Bidder also agrees to pay Owner Liquidated Damages in the amount of $3,999.50 per working day if either Substantial Completion is not reached or if Pedestrian and Lighting facilities are not complete within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Final Completion — Bidder agrees to reach Final Completion of the entire project, including establishment of all new vegetation and Contractor demobilization, within 423 working days of Notice to Proceed. Bidder also agrees to pay Owner Liquidated Damages in the amount of $1,362.50 per working day if Final Completion is not reached within the time given, and continue to pay Liquidated Damages until the project is brought into compliance with the time given. Bidder understands and agrees that this bid submittal shall be completed and submitted in accordance with instruction number 28 of the General Instructions to Bidders. Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of six 60 calendar days after the scheduled closing time for receiving bids. The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the plans, specifications and contract documents pertaining to the work covered by this bid, and he further agrees to commence work on or before the date specified in the written notice to proceed, and to substantially complete the work on which he has bid; as provided in the contract documents. Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or certified check issued by a bank satisfactory to the City of Lubbock, or a bid bond from a reliable surety company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent (5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract, obtain all required insurance policies, and execute all necessary bonds (if required) within ten (10) business days after notice of award of the contract to him. Enclosed with this bid is a Cashier's Check or Certified Check for Dollars ($ ) or a Bid 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 bid 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 bid; otherwise, said check or bond shall be returned to the undersigned upon demand. Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract documents made available to him for his inspection in accordance with the Notice to Bidders. Pursuant to Texas Local Government Code 252.043(a), a competitive sealed bid that has been opened may not be changed for the purpose of correcting an error in the bid price. THEREFORE, ANY CORRECTIONS TO THE BID PRICE MUST BE MADE ON THE BED (Seal if Bidder is a Corporation) ATTEST: Secretary Bidder acknowledges receipt of the following addenda: Addenda No. Date Addenda No. Date Addenda No. Date Addenda No. Date (Printed or Typed Name) r I ,P4V(n 1.4 4 Company I19aa Worm/ A Address h L u u6 City, County -7.gg State q�Zip Code Telephone:y v L - 7 y S (,oil Fax: Ol. -___7N 5' M07 9 FEDERAL TAX ID or SOCIAL SECURITY No. Soda 130 "? I. MJWBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American Other (Specify) N Page Intentionally Left Blank r_. l_ ® THE MAIN STREET AMERICA GROUP NGM Insurance Company • Old Dominion Insurance Company Main Street America Assurance Company • MSA Insurance Company Information Systems and Services Corporation i Bid Bond I KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Lone Star Dirt & Paving, Ltd 11820 University Ave Lubbock, TX 79423 as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) NGM Insurance Company 55 West Street Keene, NH 03431 a corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of owner) City of Lubbock PO Box 2000 Lubbock, TX 79452 as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Bid Dollars ($5% of Amount Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insertfull name, address and description of project) Paving Improvements for 30 Street from Indiana Ave to Ave Q ITB #12-10387-RH NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 20th day of December, 2011 (Witness) V I" (Witness) (Title) Attorney -in -fact Printed in cooperation with the American Institute of Architects (AIA) by the NGM insurance Company of J1 4601 Touchton Road East, Suite 3400, Jacksonville, FL 32256 904-739-0873. The language in this document conforms exactly to the language used in AIA Document A310, February, 1970 edition. .,; 68-5302 (05/2006) No Text CITY OF LUBBOCK INSURANCE REQUIREMENT AFFIDAVIT To Be Completed by Bidder and Agent Must be submitted with Bid I, the undersigned Bidder, certify that the insurance requirements contained in this bid document have been reviewed by me with the below identified 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. Co a o (Origin 1,Signature) Contractor (Print) CONTRACTOR'S FIRM NAME: V L (Print or Type) CONTRACTOR'S FIRM ADDRESS: ��a� D "n l ✓ A ✓If Name of Agent/Broker: Agent / Broker Address of Agent/Broker: ?. a ,T)U�(� 9!Z) City/State/Zip: Agent/Broker Telephone Number: Date: ba—1 l D I I NOTE TO CONTRACTOR If the time requirement specified above is not met, the City has the right to reject this bid and award the contract to another contractor. If you have any questions concerning these requirements, please contact the Purchasing and Contract Management Office for the City of Lubbock at (806) 775-2572. BID No. 12-10387-RH, Paving Improvements for 34'h Street from Indiana Avenue to Avenue Q LIST OF SUB -CONTRACTORS 1 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 bids 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 bidder prior to awarding bids on City contracts. The definition and criteria for determining the safety record of a bidder for this consideration shall be: The City of Lubbock shall consider the safety record of the bidders in determining the responsibility thereof. The City may consider any incidents 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 bidder for violations of OSHA regulations within the past three (3) years. b. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of State Health Services (DSHS), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted from bodily harm or death. d. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the bidder and his or her ability to perform the services or goods required by the bid documents in a safe environment, both for the workers and other employees of bidder and the citizens of the City of Lubbock. In order to obtain proper information from bidders so that City of Lubbock may consider the safety records of potential contractors prior to awarding bids on City contracts, City of Lubbock requires that bidders answer the following three (3) questions and submit them with their bids: UESTION ONE Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, or anyone acting for such firm, corporation, partnership or institution, received cit 'ons for violations of OSHA within the past three (3) years? YES NO If the bidder has indicated YES for question number one above, the bidder must provide to City of Lubbock, with its bid 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. p / Bidder's Initials QUESTION TWO Has the bidder, or the firm, corporation, partnership, or institution represented by the bidder, 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 v If the bidder has indicated YES for question number two above, the bidder must provide to City of Lubbock, with its bid 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 bidder, or the firm, corporation, partnership, or institution represented by bidder, 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 from serious bodily injury or death? YES NO If the bidder has indicated YES for question number three above, the bidder must provide to City of Lubbock, with its bid 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. 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 shall be investigated, with my full permission, and that any misrepresentati or omissions may cause my bid to be rejected. Title P) ["i LIST OF SUB -CONTRACTORS Page Intentionally Left Blank BID No. 12-10387-RH, Paving Improvements for 34°i Street from Indiana Avenue to Avenue Q FINAL MST OF SUB CONTRACTORS Company Name )Location Services Provided 1. AQQ / / rr►lcal^eS Llnlrm d,,; /� /� le s-Ir"Pl nc 2• l -1- / `A ,` p7`i4r,� 'Perm, S ri(1►n� 3. ��e� 1G ..1_�.1-uV11/IP,a%ion 4. —fir- ! t t S� c i n c, 44 h /SOd TeS4/narJ 6. �'a r< Q ^u!JQCor-AVc / S/delJ���r 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Z On e 1,04 VV. k-tc' Company /l Y,'L C) L(ni t/ /JV-c Address � )- h City, County 717 State Zip Code Telephone: $0 L - 741S (o i I Fax: go U -F S 14D -1 Lj Minority Owned Yes No ❑ )5k- ❑ Cl ❑ Z_ 0 INC ❑ 18� ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ THIS DORM SHALL BE COMPLETED AND RETURNED ALONG WITH YOUR PROPOSAL IF NO SUB -CONTRACTORS WILD BE USED PLEASE INDICATE SG Page Intentionally Left Blank 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 $50,000 and all non -procurement transactions (e.g., sub -awards to sub -recipients). Contractors receiving individual awards of $50,000 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 $50,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a Federal agency. I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a Federal agency. COMPANY NAME: !, VOE:! FEDERAL TAX ID or SOCIAL Signature of Company Official:_ Printed name of company official si - Date Signed: Ion bl"r-f 4 yr No. 8, C') 0 C7 3 Page Intentionally Left Blank No Text Page Intentionally Left Blank J Ll I Ll I [I I BOND #S-275195 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL 1NtEN BY THESE PRESENTS, that Lone Star Dirt and Paving, Ltd., (hereinafter called the Principal(s), as Principal(s), and NGM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and finely bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Nine Hundred Eighty Eight Thousand Eight Hundred Sixty Six Dollars and Nine Cents ($8,988,866.09) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of Janus , 2012, to complete Bid #12-10387-RH - Paving improvements for 34th Street from Indiana Ave to Ave Q 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 12th day of January 2012. _ NGM surance Company Surety 'By: D R enm In Fact (Title) Lone Star Dirt & Paving, Ltd (Company Name) By: er (P 'nted Name) 'n (Title) No Text ; The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates .1_ Kirk Killorgh 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. NGM InsLonce Company Surety *gy:Dawn R. Taylor, Attomey In Fact (Title) Approved as to Form City of b4 By: _� / City Attorney • Note: If signed by an Office 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. 3 No Text ® NGM INSURANCE COMPANY POWER OF ATTORNEY A member of The Main street America Group 06-0223813 KNOW ALL MEN BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint C. Brent Aycock, Jeffrey Fowler, J. Kirk Killough, Dawn R. Taylor ----- its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Ten Million Dollars ($10,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Assistant Vice President, General Counsel and Secretary and its corporate seal to be hereto affixed this 1 Ith day of March, 2011. aa,N1a111N1q///y/ NGM INSURANCE COMPANY By; _ a "v ce - Bruce R Fox r Assistant Vice President, General3 ///eR Ilion ° Counsel and Secretary State of Florida, County of Duval. On this March 1 lth, 2011 before the subscriber a Notary Public of State of Florida in and for the County of Duval duly commissioned an, qualified, came Bruce R Fox of the NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me fully sworn, deposed and said that he i an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the sail corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the sail Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Jacksonville, Florida this 1 lth day of March, 2011. $NOTARY PUM STAIE OF fLORMA C=4EEMAV ExokwtOP. is I, Brian J Beggs, Vice President of the NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WIT SS WHEREOF have hereunto set my han and affixed the seal of said Company at Jacksonville, Florida this 144 day of vAc4 WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call I-800-225-5646. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claims. BOND #S-275195 e I I J D' D I 1 STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $50,000) KNOW ALL XIEN BY THESE PRESENTS, that Lone Star Din and Paving. Ltd., (hereinater called the Principal(s), as Principal(s), and NGM Insurance Company, (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Nine Hundred Eighty Eight Thousand Eight Hundred Sixty Six Dollars and Nine Cents ($8.988.866.09) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of Jana, 2012, to complete Bid #12-10387-RH - Paving improvements for 34th Street from Indiana Ave to Ave Q 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 12th day of January 2012. NGM surance Company Surety *By D n R. Ta for ttom In Fact (Title) Lone Star Dirt & Paving, Ltd (Company Name) By: AA r n e (P 'nted Name) n No Text The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates j Kirk Kmough 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. NGM Ins nee Company Surety *gy.Dawn R. Taylor, Attomey In Fact (Title) Approval as to Form City of ib By: w City Attorney * Note: If signed by an Office 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. C 0 A No Text ® NGM INSURANCE COMPANY POWER OF ATTORNEY A member of The Main Street America Group 06-0223813 KNOW ALL MEN BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint C. Brent Aycock, Jeffrey Fowler, J, Kirk Killough, Dawn R. Taylor ----- its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Ten Million Dollars ($10,000,000.00) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted;. That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney ;or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Assistant Vice President, General Counsel and Secretary and its corporate seal to be hereto affixed this 1 lth day of March, 2011. Ott\NINIIIN/IN// NGM INSURANCE COMPANY By; r, `'"""ce Bruce R Fox, Assistant Vice President, General Counsel and Secretary State of Florida, County of Duval. On this March 11 th, 2011 before the subscriber a Notary Public of State of Florida in and for the County of Duval duly commissioned and qualified, came Bruce R Fox of the NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and he acknowledged the execution of same, and being by me fully sworn, deposed and said that he is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Jacksonville, Florida this 1 lth day of March, 2011.TASNA OT NOTARYFUM $STATEOFFLOWA Ca wA EE 1351V Enkea 10=15 I, Brian J Beggs, Vice President of the NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WIT SS WHEREOF have hereunto set my han and affixed the seal of said Company at Jacksonville, Florida this day of v�cb WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-800-225-5646. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claims. No Text I STATUTORY PAYMENT BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE j (CONTRACTS MORE THAN $50,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt and 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 Eight Million Nine Hundred Eighty Eight Thousand Eight Hundred Sixty Six Dollars and Nine Cents ($8,988,866.09) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of January, 2012, to 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 2012. Surety *By: (Title) (Company Name) By: (Printed Name) (Signature) (Title) 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 Office 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. n 1... PERFORMANCE BOND 0 Page Intentionally Left Blank l� 4 BOND #S-275195 i STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt and Paving. Ltd.. (hereinafter called the Principal(s), as Principal(s), and INGM Insurance Company (hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in the amount of Eight Million Nine Hundred Eighty Eight Thousand Eight Hundred Sixty Six Dollars and Nag Cents ($8,988.866.09) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 1�2 h day of Janua y 2012, to completkk Roe] _#12-1Q387-RH - Paving Improvements for 34th Street from Indiana Avenue to Ave Q 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 12th day of January , 2012. NAM Surety ` By Fact (Title) Lone Star Dirt & Paving, Ltd (Company Name) By: eve- /t,A rn e-r- (Print Name) Si turel��" (Title) No Text 117, The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates j. Kirk Killough an agent resident in Lubbock County to whom any requisite notices may be ko delivered and on whom service of process may be had in matters arising out of such suretyship. NGM insurance Compa Surety • By; !Ta In Fact (Title) Approved as to form: City of b ck By: City Attorney ' Note: If signed by an Office of the Surety Company there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files. No Text i STATUTORY PERFORMANCE BOND PURSUANT TO SECTION 2253.021(a) OF THE TEXAS GOVERNMENT CODE (CONTRACTS MORE THAN $100,000) KNOW ALL MEN BY THESE PRESENTS, that Lone Star Dirt and Paying, 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 Eight Million Nine Hundred Eighty Eight Thousand Eight Hundred Sixty Six Dollars and Nine Cents $8,988,866.09) lawful money of the United States for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 12th day of January, 2012, to 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. K 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 , 2012. Surety (Company Name) *By: By: (Title) (Printed Name) (Signature) (Title) 2 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) i Approved as to Form i City of Lubbock By: City Attorney * Note: If signed by an Office 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. 9 1i 3 CERTIFICATE OF INSURANCE I I Pa2e Intentionally Left Blank A� o' CERTIFICATE OF LIABILITY INSURANCE D01/30/DD/Y2 O1/30/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES JBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-432-570-3456 Arthur J. Gallagher Risk Management Services, Inc. CONTACT Becky Chatfield PHONE FAX Ex : 432-570-3456 A/C No: 432-570-3450 E-MAIL beck _chatfield@a com ADDRESS: Y j g 110 N. Marienfeld Suite 330 Midland, TX 79701 INSURERS AFFORDING COVERAGE NAIC # INSURER A: MOUNTAIN STATES NUT CAS CO 14648 Scott Riddle INSURED Lone Star Dirt & Paving, Ltd. INSURER B : TEXAS MUT INS CO 22 945 INSURER C INSURERD: 11820 University Avenue INSURERE: Lubbock, TX 79423-7412 INSURER F : COVERAGES CERTIFICATE NUMBER: 25377129 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A GENERAL LIABILITY X X CPP0124761 03 05/30/1 05/30/12 EACHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE rx-1 OCCUR DAMAGES RENTED PREMISES Ea occurrence)$ 100,000 MED EXP (Any one person) $ 10,000 X Al - IIND 536 (07/04) PERSONAL & ADV INJURY $ 1,000,000 X WOS - CG2404 (10/93) GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,000 X POLICY PRO- X LOC $ A AUTOMOBILE LIABILITY X X BAP0124761 02 05 30 1 05/30/12 COMBINED SINGLE LIMIT Ea accident 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS IHIRED BODILY INJURY (Per accident) $ PROPERTY DAMAGE Peraccident $ NON -OWNED AUTOS AUTOS X $ AI - CA040 X WOS - CA208 A X UMBRELLALIAB X OCCUR X X UMB0124761 03 05/30/1 05/30/12 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTORY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NIA X TSF0001212603 05/30/1 05/30/12 X WCS TU- ER LIMIT E.L. EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEd $ 1, 00 0, 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1, 00 0 , 0 0 0 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Subject: Paving Improvements for 34th Street from Indiana Avenue to Avenue Q, ITB #12-10387-RH, Contract #10387, Project #92217 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Lubbock THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 2000 AUTHORIZED REPRESENTATIVE Lubbock, TX 79457 ^ J�nj�x USA / w'�15;WWWs ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) bchatfield 25377129 The ACORD name and logo are registered marks of ACORD No Text AGESICY CUSTOMER ID: LOC #: A� U ADDITIONAL REMARKS SCHEDULE Page of AGENCY - Arthur J. Gallagher Risk Management Services, Inc. NAMEDINSURED Lone Star Dirt & Paving, Ltd. 11820 University Avenue POLICY NUMBER Lubbock, TX 79423-7412 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: The General Liability and Automobile policies include a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The Workers Compensation, General Liability, Automobile, and Umbrella policies include a Waiver of Subrogation endorsement only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto, and Umbrella includes an endorsement providing that 30 days notice of cancellation or coverage change will be furnished to the certificate holder. The General Liability policy contains a special endorsement with primary and noncontributory wording and includes Products/Completed Operations. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD w 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 Commercial General Liability General Aggregate $ Claims Made Products-Comp/Op AGO $ Occurrence Personal & Adv. Injury $ Owner's & Contractors Protective Each Occurrence $ Fire Damage (Any one Fire) $ Med Exp (Any one Person) $ AUTOMOTIVE LIABILITY Any Auto Combined Single Limit $ All Owned Autos Bodily Injury (Per Person) $ Scheduled Autos Bodily Injury (Per Accident) $ Hired Autos Property Damage $ Non -Owned Autos GARAGE LIABILITY Any Auto Auto Only - Each Accident $ Other than Auto Only: Each Accident $ Aggregate $ BUILDERS RISK 100% of the Total Contract Price $ INSTALLATION FLOATER $ EXCESS LIABILITY Umbrella Form Each Occurrence $ Aggregate $ Other Than Umbrella Form $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY The Proprietor/ Included Statutory Limits Partners/Executive Excluded Each Accident $ Offices are: Disease Policy Limit $ Disease -Each Employee $ OTHER The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or canceled by the insurer in less than the legal time required after the insured has received written notice of such change or cancellation, or in case there is no legal requirement, in less than five days in advance of cancellation. FIVE COPIES OF THE CERTIFICATE OF INSURANCE - (Name of Insurer) MUST BE SENT TO THE CITY OF LUBBOCK By: Title: The Insurance Certificates Furnished shall name the City of Lubbock as a Primary Additional Insured on General Liability and provide a Waiver of Subrogation in favor of the City of Lubbock It shall be the contractor's responsibility to provide the owner all proof of coverage insurance documents including worker's compensation coverage for each sub -contractor. The additional insured endorsement shall include products and complete operations. I Page Intentionally Left Blank F_ CONTRACTORS INSURANCE CHECKLIST 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; ' V (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; 1 V (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 A PRIMARY ADDITIONAL INSURED AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. Page Intentionally Left Blank L 1 I " REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must (see reverse) 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 ✓ (8) 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) include in all contracts to provide services on the project the language in subsection (e) (3) of this rule; (D) 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; (E) obtain from each other person with whom it contracts, and provide to the contractor: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) 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 (H) contractually require each other person with whom it contracts, to perform as required by paragraphs (A) - (H), with the certificate of coverage to be provided to the person for whom they are providing services. Page Intentionally Left Blank CONTRACT Page Intentionally Left Blank CONTRACT 10387 STATE OF TEXAS COUNTY OF LUBBOCK THIS AGREEMENT, made and entered into this 12th day of January, 2012, by and between the City of Lubbock, County of Lubbock, State of Texas, acting by and through the Mayor, City of Lubbock, thereunto authorized to do so, hereinafter referred to as OWNER, and Lone Star Dirt and 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: BID 12-10387-RH - Paving Improvements for 34th Street from Indiana Avenue to Avenue Q 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 Conditions of Agreement. Lone Star Dirt and Paving, Ltd Is bid dated December 20, 2011 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 bid 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: CITY OF LUBBOCK, TEXAS (OWNER): TITLE: V A COMPLETE ADDRESS: Company LAC cam(" D r-4 q PAJ+.( Address 11 al-0 t4ajv A" City, State, Zip LI.A 79ya 3 ATTEST: Corporate Secretary MAYOR ATTEST: City Secretary APPROVE G TNT: Owner's Representative YA&sha Reed, P�., Chie Operations Officer APPR VE AS TO ORM: Assistant City Attorney No Text GENERAL CONDITIONS OF THE AGREEMENT Page Intentionally Left Blank GENERAL CONDITIONS OF THE AGREEMENT 1. OWNER Whenever the word Owner, or First Party, are used in this contract, it shall be understood as referring to the City of Lubbock, Texas. 2. CONTRACTOR Whenever the word Contractor, or Second Party, is used, it shall be understood to mean the person, persons, co- partnership or corporation, to wit Lone Star Dirt and Paving Ltd. who has agreed to perform the work embraced in this contract, or their legal representative. 3. OWNER'S REPRESENTATIVE t 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 Neil Welch, P.E., Capital Projects Engineer, so designated who shall inspect constructions; or to such other representatives, supervisors, architects, engineers, or inspectors as may be authorized by said Owner to act in any particular manner under this agreement. Engineers, supervisors or inspectors shall 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 Bidders, General Instructions to Bidders, Bid, 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 Bidder for inspection in accordance with the Notice to Bidders. The above described materials are sometimes referred to herein as the "contract" or "contract documents". 1 5. INTERPRETATION OF PHRASES Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like import shall mean approved by or acceptable or satisfactory to the Owner's Representative. 6. SUBCONTRACTOR The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents, but said Subcontractors shall look exclusively to Contractor for any payments due Subcontractor. The City reserves the right to approve or disapprove the selection of any subcontractor(s). 7. WRITTEN NOTICE Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an Office of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address known to the party who gives the notice. 8. CONTRACTOR'S RESPONSIBILITIES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known, technical or trade meaning shall be held to refer - such recognized standards. All work shall be done and all materials furnished in strict conformity with the contract documents. 9. SUBSTANTIALLY COMPLETED The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. 10. LAYOUT Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this work in a manner acceptable to the Owner's Representative. The Owner's Representative shall 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 copies of all Plans and Specifications without expense to Contractor and g 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 shall not be required to make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor shall 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 shall not be responsible for the Contractor's failure to perform the work in accordance with the Contract Documents. 13. LINES AND GRADES All lines and grades shall be furnished whenever Owner's Representative 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 shall 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 are 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 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 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 r- 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 Office, 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 man or men on the work, are, in Owner's Representative's sole opinion, incompetent, unfaithful, disorderly, or otherwise unacceptable to Owner or Owner's Representative, such man or men shall be discharged from the work and shall not again be employed on the work without the Owner's Representative's written consent. 19. CONSTRUCTION PLANT The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials, tools, equipment or machinery or any part of the work until it is finally completed and accepted. The building of structures for the housing of men or equipment are 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 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 shall 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 through oversight or otherwise. 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 shall 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 4 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 b the Owner or Owner's Representative, nor inspections, tests or approvals made b th Y P P PP Y - 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 bid, except as provided under Changes and Alterations herein. It is agreed that the Contractor shall perform all extra work under the direction 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; 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. 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 workmen, 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 1- 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 shall 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 bid, 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 bids are received, and if no such notice is received by the Owner's Representative prior to the opening of bids, then it shall be deemed that the Contractor fully understands the work to be included and has provided sufficient sums in its bid to complete the work in accordance with these plans and specifications. If Contractor does not notify Owner's Representative before bidding 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 bids. 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 all of its Offices, 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 1 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 shall 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 I A CERTIFICATE OF INSURANCE ALONG WITH A COPY OF THE ADDITIONAL INSURED ENDORSEMENT. THE INSURANCE CERTIFICATES FURNISHED SHALL NAME THE CITY OF LUBBOCK AS A PRIMARY ADDITIONAL INSURED TO INCLUDE PRODUCT-COMP/OP AND PROVIDE A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF LUBBOCK AS REQUIRED € BELOW, OR IN THE ALTERNATIVE, SHALL BE ACCOMPANIED BY A STATEMENT FROM THE CONTRACTOR TO THE EFFECT THAT NO WORK ON THIS PARTICULAR PROJECT SHALL BE SUBCONTRACTED. 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. THE ADDITIONAL INSURED ENDORSEMENT SHALL INCLUDE PRODUCTS AND COMPLETE OPERATIONS. 7 A. Commercial General Liability Insurance (Primary Additional Insured and Waiver of Subrogation required) 4 The contractor shall have Comprehensive General Liability Insurance with limits of $1,000,000 Combined Single Limit in the aggregate and per occurrence to include: Products & Completed Operations AGG Contractual Liability Personal Injury & Advertising Injury WITH HEAVY EQUIPMENT ENDORSEMENT B. Owner's and Contractor's Protective Liability Insurance. For bodily injuries, including accidental death and or property damage, - NOT REQUIRED. C. Comprehensive Automobile Liability Insurance (Waiver of Subrogation Required) The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than; Bodily Injury/Property Damage, $500,000 Combined Single Limit, to include all owned and non -owned cars including: Employers Non -ownership Liability Hired and Non -owned Vehicles. D. Builder's Risk Insurance/Installation Floater Insurance - NOT REQUIRED. E. Excess Liability Insurance -Umbrella Form - $1,000,000 F. Worker's Compensation and Employers Liability Insurance (Waiver of Subrogation required) Worker's Compensation Insurance covering all employees whether employed by the Contractor or any Subcontractor on the job with Employers Liability of at least $500,000 1. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC- 82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for 1 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 z j of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 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 shall have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6 The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on the project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) - (g), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who shall provide services on the project shall be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. G. Proof of Coverage Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of compliance with the above insurance requirements, signed by an authorized representative of the insurance company setting forth: (1) The name and address of the insured. (2) The location of the operations to which the insurance applies. (3) The name of the policy and type or types of insurance in force thereunder on the date borne by such certificate. (4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such certificate. (S) A provision that the policy may be canceled only by mailing written notice to the named insured at the address shown in the bid specifications. (6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of the policies shown on the certificate. (7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job specifications. No substitute of nor amendment thereto will be acceptable. - (8) If policy limits are paid, new policy must be secured for new coverage to complete project. (9) A Contractor shall: 10 Ll (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: F (i) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (ii) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: I REQUIRED WORKERS'COMPENSA TION CO VERA GE "Tire law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. " "Call the Texas Workers' Compensation Commission at 800-372-7713 or 512-804- 4000 (www.tdi.state.tx.us) to receive information of the legal requirements for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage;" and . (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the Contractor prior to that person beginning work on the project; 11 (iii) include in all contracts to provide services on the project the following language: 29. 30 "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reprinting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions."; (iv) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the - project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (i)-(viii), with the certificate of coverage to be provided to the person for whom they are providing services. 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. f� 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 all of its Offices, 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 12 t..I 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 all of its Offices, 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 Offices, 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 bidding. 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 all of its Offices, 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 bidding 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 therefrom. 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 contract documents, of work to be done hereunder are essential conditions of this contract; and it is finther mutually understood and agreed that the work embraced in this contract shall be commenced as provided in the contract documents. 13 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 Three Thousand Three Hundred Ninety Nine Dollars and Fifty Cents ($3,399.50) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each and every working day that the Contractor shall be in default after the time stipulated for substantially completing the work. It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the substantial completion of the work described herein is reasonable time for the completion of the same, taking into consideration the average climatic range and conditions and usual industrial conditions prevailing in this locality. The amount is fixed and agreed upon by and between the Contractor and the Owner because the actual damages the Owner would sustain in such event would be difficult and/or impossible to estimate, however, the amount agreed upon herein is a reasonable forecast of the amount necessary to render just compensation to Owner, and is expressly agreed to be not disproportionate to actual damages as measured at time of breach. IT IS FURTHER AGREED AND UNDERSTOOD BETWEEN THE CONTRACTOR AND OWNER THAT 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 at such time and sessions, in such order of precedence, and in such manner as shall be most conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the bid; provided, also, that when the Owner is having other work done, either by contract or by its own force, the Owner's Representative may direct the time and manner of constructing work done under this contract so that conflicts will be avoided and the construction of the various works being done for the Owner shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which shall show the order in which the Contractor intends to carry on the work, with dates at which the Contractor will start the several parts of the work and estimated dates of completion of the several parts. 36. TIME OF PERFORMANCE The Contractor agrees that it has submitted its bid 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 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 workmen, 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 -- 14 IJ _� 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. a , 38. OUANTITIES AND MEASUREMENTS No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. In the event this contract is let on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown, and only when same are expressly stated to be estimates, for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their bids 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. 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 any of its Offices, 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 bid 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 15 i ,a 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 5% of the amount thereof, which 5% shall be C -1 retained until final payment, and further, less all previous payments and all further sums that may be retained by rl Owner under the terms of the contract documents. Any partial payment made hereunder shall not constitute a waiver by the Owner of any and all other rights to enforce the express terms of the contract documents, and all remedies provided therein, as to any and all work performed, to be performed and/or materials delivered hereunder, including, but limited to, work to which said partial payment is attributable. 43. SUBSTANTIAL COMPLETION Contractor shall give Owner's Representative written notice of substantial completion. Within thirty-one (31) working days after the Contractor has given the Owner's Representative written notice that the work has been substantially completed, the Owner's Representative and/or the Owner shall inspect the work and within said time, if the work be found to be substantially completed in accordance with the contract documents, the Owner's Representative shall issue to the Owner and Contractor a certificate of substantial completion. Notwithstanding the issuance of a certificate of substantial completion, Contractor shall proceed with diligence to finally complete the work within the time provided in this contract. 44. FINAL COMPLETION AND PAYMENT The Contractor shall give written notice to Owner's Representative of final completion. Upon written notice of final completion, the Owner's Representative shall proceed to make final measurement to determine whether final completion has occurred. If the Owner's Representative determines final completion has occurred, Owner's Representative shall so certify to the Owner. Upon certification by Owner's Representative of final completion, Owner shall pay to the Contractor on or before the 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. 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. I£ Contractor does not remove and replace any such condemned work within a reasonable time after a written notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense. Neither the final payment, nor certification of final completion or substantial completion, nor any provision in the I contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship, and I Contractor shall remedy any defects due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one (1) year from the date of certification of final completion by Owner's 1-1Representative. 16 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. ( 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 men 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, t machinery, equipment, tools, materials and supplies to said Contractor, and the expense so charged shall z be deducted and paid by the Owner out of such moneys as may be due, or that may thereafter at any time 17 1. 1 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 1-1 (b) The Owner, under sealed bids, after notice published as required by law, at least twice in a newspaper having a general circulation in the County of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the Surety shall be and remain bound therefore. Should the cost to complete any such new contract prove to be less than that which would have been the cost to complete the work under this contract, the Contractor or his Surety shall be credited therewith. In the event the Owner's Representative elects to complete the work, as described above, when the work shall have been finally completed, the Contractor and his Surety shall be so notified and certification of completion as provided in paragraph 44 hereinabove set forth, shall be issued. A complete itemized statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and delivered to Contractor and his Surety, if applicable, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the balance due as reflected by said statement within 30 days after the date of certification of completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his Surety, if applicable, shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety, if applicable. Should the cost to complete the work exceed the contract price, and the Contractor and/or his Surety, if applicable, fail to pay the amount due the Owner within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety, if applicable, at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his Surety, if applicable, subject only to the duty of the Owner to exercise ordinary care to protect such property. After fifteen (15) calendar days from the date of said notice the Owner may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety, if applicable. Such sale may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any machinery, equipment, tools, materials, or supplies that remain on the jobsite and belong to persons other than the Contractor or his Surety, if applicable, to their proper owners. The remedies provided to Owner by law, equity, contract, or otherwise, shall be cumulative, to the extent permitted by law. It is expressly agreed and understood that the exercise by Owner of the remedies provided in this paragraph shall not constitute an election of remedies on the part of Owner, and Owner, irrespective of its exercise of remedies hereunder, shall be entitled to exercise concurrently or otherwise, any and all other remedies available to it, by law, equity, contract or otherwise, including but not limited to, liquidated damages, as provided in paragraph 34, hereinabove set forth. 49. LIMITATION ON CONTRACTOR'S REMEDY The remedies of Contractor hereunder shall be limited to, and Owner shall be liable only for, work actually performed by Contractor and/or its subcontractors as set forth in the contract documents, and Owner shall not be liable for any consequential, punitive or indirect loss or damage that Contractor may suffer in connection with the project which is the subject matter of this contract. 11 18 I 50. BONDS r 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 an approved Surety Company authorized to do business in the State of Texas. It is further agreed that this contract shall not be in effect until such bonds are so furnished. 51. SPECIAL CONDITIONS In the event special conditions are contained herein as part of the contract documents and said special conditions conflict with any of the general conditions contained in this contract, then in such event the special conditions shall control. 52. LOSS OR EXPENSE DUE TO UNUSUAL OR UNANTICIPATED CIRCUMSTANCES Unless otherwise specified herein, all loss, expense or damage to the Contractor arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance or from unusual obstructions or difficulties, naturally occurring, man made or otherwise, which may be encountered in the prosecution of the work, shall be sustained and borne by the Contractor at his own cost and expense. 53. INDEPENDENT CONTRACTOR Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct, supervise, and control its own employees and to determine the method of the performance of the work covered hereby. The fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during Contractor's performance and to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other person, firm, or corporation. 54. CLEANING UP The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the completion of the work Contractor shall remove all such debris and also its tools, scaffolding, and surplus materials and shall leave the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may remove the debris and charge the cost to the Contractor. 55. HAZARDOUS SUBSTANCES AND ASBESTOS Hazardous Substances (herein so called), as defined in the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C.S. §9601(14)) and the regulations promulgated thereunder, as same may be amended from time to time, hydrocarbons or other petroleum products or byproducts and/or asbestos, in any form, shall not (i) be utilized, in any way, manner or form, in the construction of, or incorporation into, the Project; or (ii) be brought upon, placed, or located, by any party, on the Project site, or any other property of the City, without the written consent of the Owner's Representative. If Contractor believes that the utilization of a -- Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos is necessary in the construction of the Project, or that it is necessary to place and/or otherwise locate upon the site of the Project or other property of the City, a Hazardous Substance, hydrocarbons or other petroleum products or byproducts and/or asbestos, Contractor shall notify the Owner's Representative, and request consent therefrom, at least twenty (20) days prior to such action. Owner's Representative may grant or deny the request of Contractor and l ' provide whatever requirements such consent, if granted, is conditioned upon, in its sole and absolute discretion. If 19 the request of Contractor is not granted, or otherwise not responded to, by Owner's Representative within five (5) days of the receipt of said request, said request shall be deemed to be denied. In the event Owner's Representative shall consent to the request of Contractor, Contractor shall be responsible for ensuring that all personnel involved in the Project are (i) trained for the level of expertise required for proper performance of the actions contemplated by this Contract and, in particular, in all aspects of handling, storage, disposal and exposure of Hazardous Substances, hydrocarbons or other petroleum products or byproducts and/or asbestos; and (ii) are provided and utilize all protective equipment, including without limitation, personal protective gear, necessary to provide protection from exposure to Hazardous Substances, hydrocarbons or other 1 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. 20 DAVIS BACON WAGE DETERMINATIONS I -F Page Intentionally Left Blank 0 EXHIBIT A General Decision Number: TX100008 11/18/2011 TX8 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 Modification Number Publication Date 0 09/16/2011 1 11/18/2011 * SUTX2011-002 08/02/2011 Rates Fringes CEMENT MASON/CONCRETE 1 FINISHER (Paving & Structures) ... $ 13.55 ELECTRICIAN ...................... $ 20.96 FORM BUILDER/FORM SETTER Paving & Curb ...............$ 12.36 Structures .................. $ 13.52 a LABORER Asphalt Raker ...............$ 12.28 Flagger.....................$ 9.30 Laborer, Common ............. $ 10.30 Laborer, Utility ............ $ 11.80 Work Zone Barricade Servicer.................... $ 10.30 POWER EQUIPMENT OPERATOR: Asphalt Distributer ......... $ 14.87 Asphalt Paving Machine ...... $ 13.40 Broom and Sweeper ........... $ 11.21 Crane, Lattice Boom 80 Tons or Less ................$ 16.82 Crawler Tractor Operator .... $ 13.96 Excavator, 50,000 lbs or less ........................$ 13.46 Front End Loader Operator, Over 3 CY................... $ 12.77 Front End Loader, 3CY or less ........................$ 12.28 Loader/Backhoe..............$ 14.18 Mechanic .................... $ 20.14 Milling Machine .............$ 15.54 Motor Grader, Rough ........ $ 16.15 Motor Grader, Fine .......... $ 17.49 Pavement Marking Machine .... $ 16.42 Reclaimer/Pulverizer........ $ 12.85 Roller, Asphalt .............$ 10.95 Roller, Other ............... $ 10.36 Scraper ..................... $ 10.61 Spreader Box ................ $ 12.60 Servicer .........................$ 13.98 Steel Worker (Reinforcing) ....... $ 13.50 TRUCK DRIVER Lowboy -Float ................ $ 14.46 Single Axle ................. $ 12.74 Single or Tandem Axle Dump..$ 11.33 Tandem Axle Tractor with Semi ........................ $ 12.49 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 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 (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: I ti * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION EXHIBIT B Prevailing Wage Rates Overtime Rate The rate for overtime (in excess of forty hours per week) shall be as required by the Fair Labor Standards Act. EXHIBIT C Prevailing Wage Rates Legal Holiday Rate The rate for legal holidays shall be as required by the Fair Labor Standards Act. SPECIFICATIONS 0 Specifications 4 ak, - lll�, - city City of Lubbock 34t" Street Paving Improvements Indiana Avenue to Avenue Q Lubbock, Texas r-()C)P,,- Project # 92217 ITB # 12-10387-RH November 2011 PSC Project # 01269110 ��PARKHILLSMITH&COOPER 34 h Street Paving Improvements Indiana Avenue to Avenue Q TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS AND CONTRACT INFORMATION SCSpecial Conditions.....................................................................................................................9 DIVISION I - GENERAL REQUIREMENTS 01020 Measurement and Payment...................................................................................................... 10 01025 Payment Methods...................................................................................................................... 2 01027 Applications for Payment.......................................................................................................... 2 01028 Change Order Procedures.......................................................................................................... 3 01039 Coordination and Meetings........................................................................................................ 2 01100 Summary of Work..................................................................................................................... 2 01140 Work Restrictions...................................................................................................................... 3 01310 Progress Schedules.................................................................................................................... 2 01322 Photographic Documentation..................................................................................................... 2 01330 Submittal Procedures.................................................................................................................5 01356 Storm Water Pollution Prevention Plan (SWP3).......................................................................4 01400 Quality Requirements................................................................................................................ 5 01420 References................................................................................................................................. 5 01500 Temporary Facilities and Controls............................................................................................. 5 01555 Barricades, Signs and Traffic Handling.....................................................................................2 01576 Waste Material Disposal............................................................................................................2 01600 Product Requirements................................................................................................................ 3 01700 Contract Closeout...................................................................................................................... 2 DIVISION 2 - SITE WORK 02050 Removal, Demolition and Salvage.............................................................................................4 02083 Adjusting Manholes and Valves................................................................................................3 02084 Frames, Grates, Rings, and Covers............................................................................................ 3 02221 Removing Existing Pavements.................................................................................................. 2 02300 Earthwork..................................................................................................................................9 02317 Excavation and Backfill for Structures...................................................................................... 7 02318 Borrow.......................................................................................................................................3 02320 Backfill Materials for Structures................................................................................................ 5 02513 Pavement Markings................................................................................................................... 5 02518 Interlocking Concrete Pavers.....................................................................................................4 02665 Water Works Piping, Valves and Fittings................................................................................10 02730 Sanitary Sewer Line Construction............................................................................................. 7 02741 Hot -Mix Asphalt Paving.......................................................................................................... 13 02751 Portland Cement Concrete Pavement...................................................................................... 21 02764 Pavement Joint Sealants............................................................................................................. 5 02900 Seeding......................................................................................................................................5 01269110 TABLE OF CONTENTS PAGE - 1 11/11 34'' Street Paving Improvements } Indiana Avenue to Avenue Q SPECIAL CONDITIONS 34'h STREET PAVING IMPROVEMENTS INDIANA AVENUE TO AVENUE Q SC-1 SUBSTANTIALLY COMPLETED Add the following to paragraph 9, Substantially Complete, of the General Conditions of the Agreement: For this project, any given Milestone will not be considered Substantially Complete until all traffic lanes not affected by temporary transitions into the next Milestone and all driveways within the given Milestone are fully striped with temporary or permanent pavement markings and opened to traffic. SC-2 CONTRACTOR'S LAYOUT OF WORK Add the following to paragraph 10, Layout, of the General Conditions of the Agreement: The Contractor is responsible for supplying the appropriate equipment and services to adequately layout the work in a timely manner. Vertical and horizontal control points and benchmarks are provided in the Plans. SC-3 COORDINATION OF PLANS, SPECIFICATIONS, AND SPECIAL PROVISIONS The specifications, accompanying plans (including additional plans for non -site specific work), special provisions, change orders, and supplemental agreements are intended to work together and be interpreted as a whole. Numerical dimensions govern over scaled dimensions. Special provisions govern over plans, (including general notes), which govern over standard specifications and special specifications. Job - specific plan sheets govern over standard plan sheets. Notify the Engineer promptly of any omissions, errors, or discrepancies discovered so that necessary corrections and interpretations can be made. Failure to promptly notify the Engineer will constitute a waiver of all claim for misunderstanding or ambiguities that result from the errors, omissions, or discrepancies discovered. SC-4 KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE Add the following to paragraph 11, Keeping of Plans and Specifications Accessible: The Contractor will be furnished ten (10) copies ofthe plans and specifications. Additional sets of plans and specifications may be purchased by Contractor at Contractor's expense. 7 01269110 SPECIAL CONDITIONS SC - I_ 11/11 F, it 30 Street Paving Improvements Indiana Avenue to Avenue O SC-5 LINES AND GRADES Add the following to Paragraph 13, Lines and Grades: Lines and grades are indicated in the drawings for the Contractor's layout of the work, therefore the Owner's Representative has furnished lines and grades to the Contractor. SC-6 SUPERINTENDENCE AND INSPECTION Add the following to paragraph 15, Superintendence and Inspection, of the General Conditions of the Agreement: The Owner's Representative may also appoint contracted individuals and business entities to serve in the capacity of subordinate engineers, supervisors or inspectors. Such subordinate inspectors are defined as Resident Project Representatives (RPR). For the purpose of this paragraph, ENGINEER is defined as a contracted licensed engineer, or engineering firm, subordinate to Owner's Representative. RPR is the ENGINEER'S agent during construction, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR's actions. RPR's dealings in matters pertaining to the on -site work shall in general be with ENGINEER and CONTRACTOR keeping OWNER'S REPRESENTATIVE advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of CONTRACTOR. RPR shall generally communicate with OWNER'S REPRESENTATIVE with the knowledge of and under the direction of ENGINEER. SC-6.1 Liaison: Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of the Contract Documents, and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on -site operations. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. SC-6.2 Shop Drawings and Samples: Receive samples which are furnished at the site by CONTRACTOR, and notify ENGINEER of availability of samples for examination. Advise ENGINEER and CONTRACTOR ofthe commencement of any Work requiring a Shop Drawing or sample if the submittal has not been approved by the ENGINEER. SC-6.3 Review of Work, Rejection of Defective Work, Inspections and Tests: Conduct on -site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. 01269110 SPECIAL CONDITIONS SC-2 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue O Report to ENGINEER whenever RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems startups and operating and maintenance training are conducted in the presence of appropriate personnel, and that CONTRACTOR maintains adequate records thereof; and observe, record and report to ENGINEER appropriate details relative to the test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. SC-6.4 Reports: Furnish ENGINEER periodic reports as required of progress of the Work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawing and sample submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. Report immediately to ENGINEER and OWNER upon the occurrence of any accident. SC-6.5 Payment Requests: Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship ofthe payment requested to the schedule of values or unit price bid items. Work completed and materials and equipment delivered at the site but not incorporated in the Work. SC-6.6 Limitations of Authority: Resident Project Representative: Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized by ENGINEER. Shall not exceed limitations of ENGINEER's authority as set forth in the General Conditions of the Agreement or the Contract Documents. Shall not undertake any of the responsibilities of CONTRACTOR, subcontractors or CONTRACTOR's superintendent. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. F I � 01269110 SPECIAL CONDITIONS SC-3 j 11/11 l340' Street Paving Improvements Indiana Avenue to Avenue Q Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. Shall not accept Shop Drawing or sample submittals from anyone other than CONTRACTOR. Shall not authorize OWNER to occupy the Project in whole or in part. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. SC-7 CONTRACTOR'S DUTY AND SUPERINTENDENCE Contractor will be required to maintain all existing roadway surfaces within project limits throughout the duration of the project. This item will not be a pay item. Add the following to paragraph 16, Contractor's Duty and Superintendence, of the General Conditions of the Agreement. The person representing the Contractor (i.e., superintendent) shall be considered the single, authorized point of contact between the Owner's Representative and the Contractor. Designations of different persons of contact, or contact designations that divide, or attempt to divide, the Contractor's accountability and responsibility under the contract documents shall be grounds for suspending the operations of the Contractor without recourse on the part of the Contractor. The Contractor's designated superintendent shall be physically and locally present until such time as the Owner issues notice of final completion. SC-8 C14ARACTER OF WORKERS Add the following to paragraph 18, Character of Workers, of the General Conditions of the Agreement: The provisions regarding the character of workmen shall also include persons of female gender wherever the words "man" or "men" are used. The provisions for character of workmen shall be construed to include, but not be limited to, the Contractor's superintendent, Contractor's subcontracted work forces, subcontractor superintendents, laborers, and supervisors. When such workmen are discharged from the work, such workmen shall not be associated with the work in any capacity or function whatsoever. SC-9 CONSTRUCTION OBSERVATION General Condition Paragraph 21 is retained in its entirety. Add the following to Paragraph 21, Observation and Testing of the General Conditions of the Agreement: The Contractor shall make available, or leave in place, for the Owner's observing or testing party equipment for the safe ingress and egress pertaining to the item of work. Such equipment shall include, but not be limited to, oxygen monitors, toxic gas monitors, flammable gas indicators, hoists, harnesses, ladders, excavation shoring, lighting, acid ventilation. Failure to make sufficient 01269110 SPECIAL CONDITIONS SC-4 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q equipment and monitors available for Owner's observation of the work shall be prima facie evidence that the work does not comply with the Contract Documents, specifications, or drawings. SC-10 DEFINITIONS For the following paragraphs of these Special Conditions, ENGINEER shall be defined as the Owner's primary consultant which is "Prime Consultant" and consultants to "Prime", namely "Sub -Consultant". SC-11 DOCUMENT OWNERSHIP Contractor, and any Subcontractor or Supplier or any other person or organization performing or furnishing any of the work under a direct or indirect contract with Owner (i) shall not have or acquire any title to or ownership rights in any ofthe drawings, specifications or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, and (ii) shall not reuse any of such drawings, specifications, other documents or copies on extensions of the project or any other project without written consent of the Owner and ENGINEER and specific written verification or adaptation by ENGINEER. SC-12 SUBSURFACE UTILITY INVESTIGATION The ENGINEER conducted subsurface utility investigations through Gorrondona, Inc. The existing utilities layout included in the Plans is, in part, developed from the findings of this investigation. The subsurface investigations, samples and reports were prepared for design purposes, and any reliance on the samples and report data by the Contractor is at the sole risk of the Contractor. Any conclusions, interpretations or opinions based on samples and reports data are the sole province of the Contractor. Neither the Owner nor the ENGINEER assumes any liability or responsibility for the various differing subsurface utilities that may be encountered, whether or not shown in samples or soil subsurface utility reports. Contractor may not rely upon or make any claim against Owner or Engineer with respect to: ■ the completeness of such drawings for CONTRACTOR's purposes, including but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by CONTRACTOR and safety precautions and program incident thereto, or ■ other data, interpretations, opinions and information shown or indicated in such drawings, or ■ any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. 01269110 SPECIAL CONDITIONS SC-5 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue O SC-13 UNDERGROUND FACILITIES For the purpose of this Special Provision, Underground Facilities shall be defined as all pipelines, conduits, ducts, wires, cables, manholes, vaults, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the General Conditions of the Agreement: ■ OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data; and ■ The cost of all the following will be included in the Contract Price and CONTRACTOR shall have full responsibility for: ■ (i) reviewing and checking all such information and data, ■ (ii) locating all Underground Facilities shown or indicated in the Contract Documents, ■ (iii) coordination of the Work with the owners of such Underground Facilities during construction, and ■ (iv) the safety and protection of all such Underground Facilities as provided in paragraph 21 of the General Instructions to Bidders and repairing, to the satisfaction of the facility owner, any damage thereto resulting from the Work. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents, CONTRACTOR shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby of performing any Work in connection therewith (except in an emergency as required to prevent injury, loss of life, or damage to property), identify the owner of such Underground Facility and give written notice to that owner and to OWNER and ENGINEER. SC-14 SUBSTITUTES AND "OR -EQUAL" ITEMS SC-14.1 Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent or "or -equal" item, or no substitution is permitted, other items of material or equipment of other Suppliers may be accepted by Engineer under the following circumstances: 01269110 SPECIAL CONDITIONS SC-6 11/11 t_ 34`h Street Paving Improvements Indiana Avenue to Avenue O SC-14.2 "Or -Equal": If in ENGINEER'S sole discretion an item of material or equipment proposed by CONTRACTOR is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by ENGINEER as an "or - equal" item, in which case review and approval of the proposed item may, in ENGINEER's sole discretion, be accomplished without compliance with some or all of the requirements for acceptance of proposed substitute items. SC-14.3 Substitute Items: If in ENGINEER's sole discretion an item of material or equipment proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph SC-14.2, it will be considered a proposed substitute item. CONTRACTOR shall submit sufficient information as provided below to allow ENGINEER to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the ENGINEER will include the following as supplemented in the General Requirements and as ENGINEER may decide is appropriate under the circumstances. Requests for the review of proposed substitute items of material or equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall first make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the proposed substitute will prejudice CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish additional data about the proposed substitute. SC-14.4 CONTRACTOR'S Expense: All data to be provided by CONTRACTOR in support of any proposed "or -equal" or substitute item will be at CONTRACTOR's expense. SC-14.5 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, CONTRACTOR may S furnish or utilize a substitute means, method, technique, sequence or procedure of �4 01269110 SPECIAL CONDITIONS SC-7 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue Q pp construction acceptable to ENGINEER. CONTRACTOR shall submit sufficient t_ information to allow ENGINEER, in ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The procedure for review by ENGINEER will be similar to that provided in subparagraph SC-14.3. -- SC-14.6 Engineer's Evaluation: ENGINEER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraphs SC-14.3 and SC-14.5. ENGINEER will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized without ENGINEER's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee of other surety with respect to any "or -equal" or substitute. ENGINEER will record time required by ENGINEER and ENGINEER's Consultants in evaluating substitutes proposed or submitted by CONTRACTOR pursuant to paragraphs SC-14.3 and SC-14.5 and in making changes in the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) occasioned thereby. Whether or not ENGINEER accepts a substitute item so proposed or submitted by CONTRACTOR, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's Consultants for evaluating each such proposed substitute item. SC-15 RECORD DOCUMENTS CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon completion of the Work, these record documents, Samples and Shop Drawings will be delivered to ENGINEER for OWNER. Failure to maintain and safeguard these required documents shall be grounds for the Owner to issue a non-compliance directive to the Contractor and withhold all payments until such non-compliance is remedied. SC-15 SUBMITTAL REVIEW One initial submittal of shop drawings, samples, "or -equal" items and other required submittals and one resubmittal of the same item will be reviewed by the Engineer at no cost to the Contractor. Subsequent reviews for resubmittals of the same item will be reviewed at a cost to the Contractor of $100.00 per man-hour. Such cost shall be deducted from progress payments to the Contractor and result in a reduction of total contract price. l 01269110 SPECIAL CONDITIONS SC - 8 11/1I 341h Street Paving Improvements Indiana Avenue to Avenue Q SC-16 PARTIAL PAYMENTS Add the following to paragraph 42, Partial Payments, of the General Conditions of the Agreement: Partial payments requested by the Contractor may include materials delivered, but not yet incorporated into the project. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at the site, or at another location agreed to in writing, then the application for payment shall also be accompanied by a bill of sale or invoice warranting that the equipment and materials are free and clear of all liens and evidence that the materials and equipment are covered by the appropriate property insurance and other arrangements to protect the Owner's interest therein. Materials and equipment shall not be considered for partial payment if stored where the Owner can not confirm the quantities or otherwise seize and secure the equipment and materials in the event that the Contractor defaults on the work. Materials and equipment that are eligible for partial payment will be carried as "Materials on Hand" on the partial pay estimates and then moved from "Materials on Hand" to completed items of the work once those materials and equipment are incorporated into the work. Partial payments for completed items of work will reflect adjustments for prior partial payments made to the Contractor, for the same completed items of work, for "Materials on Hand". Partial payments for "Materials on Hand" shall be subject to the five -percent retainage. Only actual invoice amounts and actual freight invoice amounts for delivered items to the locations stated above will be eligible for partial payment as "Materials on Hand". Materials on hand shall be limited to materials manufactured at a manufacturing facility such as precast reinforced concrete pipe, fiberglass pipe, precast manholes, manhole frames and covers, check valves, grates, signal masks, light poles, and so forth. Items not considered as materials on hand are those items which require further processing for use in the project such as cements, aggregates, asphalts, fill materials, concrete, riprap, topsoil, sod, seed, earthen materials, paint, glass beads, raised pavement markers, etc. The final determination of whether a substance or item qualifies as materials on hand is the sole province of the Owners representative under General Conditions Paragraph 14. SC-17 WORKING DAY 01269110 11/11 A Working Day is defined as any day, Monday through Friday, excluding national holidays when weather or other conditions permit, as determined by the Engineer, the performance of Work for a continuous period of at least 7 hours between 7:00 a.m. and 6:00 p.m. If work requiring supervision is performed on a non Working Day, and weather or other conditions permit, as determined by the Engineer, the performance of work for at least 6 hours between 8:00 a.m. and 5:00 p.m., a Working Day will be charged. Refer to Specification Section 01140 for work restrictions. END SPECIAL CONDITIONS SPECIAL CONDITIONS SC-9 L FI JI 34'h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01020 MEASUREMENT AND PAYMENT PART1-GENERAL 1.1 SCOPE A. The following sections shall be used to define measurements and payments for this project. The unit price bid on each item as stated in the bid proposal shall include furnishing all labor, superintendence, machinery, equipment, and materials except as otherwise specified, necessary or incidental to complete the various items of work in accordance with the plans and specifications. Cost of work or materials shown on the plans or called for in the specifications and on which no separate payment is made shall be included in the bid prices on the various pay items. Payment will not be made for any item that is not complete, including all associated incidental work. Only those items indicated on bid documents and plan sheets will be included for construction and payment. B. References to "OWNER" within this section shall include OWNER's representatives. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 MOBILIZATION A. Mobilization shall include costs associated with move -in related equipment and labor, bid bond, performance and construction bonds and insurance related for this project. This would include the establishment and removal of offices, plants and facilities, movement of personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. This Item will be measured by the lump sum as the work progresses. B. Payment. Partial payments of the lump sum bid for mobilization will be as follows. The adjusted Contract amount for construction Items as used below is defined as the total Contract amount less the lump sum for mobilization. 1. Payment will be made upon presentation of a paid invoice for the payment bond, performance bond, and required insurance. The combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum. 2. Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum. 3. When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 4. When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. 01269110 MEASUREMENT AND PAYMENT 01020 - 1 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 5. When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. 6. Payment for the remainder of the lump sum bid for "Mobilization' will be made on the final estimate after final acceptance of the project. 3.2 ASPHALT REMOVAL A. Payment will be made at the unit bid price for the area, in square yards, of existing asphalt pavement actually removed, regardless of thickness. Existing pavement structure will be considered all layers of material between existing roadway surface and top of existing subgrade. The unit price bid shall include full compensation for sawing, milling, separating for salvage, hauling to City of Lubbock Stockpile location as specified, all materials, labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of pavement surface prior to removal. If pavement surface is removed without measurement by the Owner, no payment will be made for that removal. 3.3 SIDEWALK REMOVAL A. Payment will be made at the unit bid price for the area, in square yards, of existing concrete sidewalk and wheel chair ramps, actually removed, regardless of thickness. The unit price bid shall include full compensation for sawing, breaking, loading, hauling and salvaging or legally disposing of the material, all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of concrete prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 3.4 CONCRETE REMOVAL A. Payment will be made at the unit bid price for the area, in square yards, of existing concrete pavement, floors, porches, patios, riprap, medians, foundations, driveways, alleys, valley gutters, and other appurtenances not included in other items, actually removed, regardless of thickness,. The unit price bid shall include full compensation for sawing, breaking, loading, hauling and salvaging or legally disposing of the material, all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of sidewalk prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 3.5 CURB AND GUTTER REMOVAL A. Payment will be made at the unit bid price for the length, in linear feet, of existing concrete curb and gutter, actually removed. The unit price bid shall include full compensation for sawing, breaking, loading, hauling and salvaging or legally disposing of the material, all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. The Contractor shall ensure that the Owner has the opportunity to measure the length of curb and gutter prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 01269110 MEASUREMENT AND PAYMENT 01020 - 2 11/11 0 346i Street Paving Improvements Indiana Avenue to Avenue Q 3.6 ASPHALT PARKING LOT REMOVAL A. Payment will be made at the unit bid price for the area, in square yards, of existing' asphalt parking lot, actually removed, regardless of thickness. The unit price bid shall include full compensation for sawing, loading, hauling and salvaging or legally disposing of the material (milling of parking lots is not necessary), all labor and equipment necessary to complete the work, and the repair of any damaged items to remain in place. The Contractor shall ensure that the Owner has the opportunity to measure the square yards of concrete prior to removal. If concrete is removed without measurement by the Owner, no payment will be made for that removal. 3.7 SIGN ASSEMBLY REMOVAL A. Payment will be made at the unit bid price for each sign assembly actually removed, regardless of size. The unit bid price shall include full compensation for removal and legal disposal of complete sign, including mount and foundation, repair of removal area where necessary, and all labor and equipment necessary to complete the work. The Contractor shall ensure that the Owner has the opportunity to count the number of sign assemblies prior to removal. If sign assemblies are removed without counting by the Owner, no payment will be made for that removal. 3.8 LIGHT POLE REMOVAL A. Payment will be made at the unit bid price for each light pole actually removed, regardless of size. The unit bid price shall include full compensation for removal and legal disposal of complete light pole, including fixture and foundation, repair of removal area where necessary, proper disconnection from and treatment of power source, and all labor and equipment necessary to complete the work. The Contractor shall ensure that the Owner has the opportunity to count the number of light poles prior to removal. If light poles are removed without counting by the Owner, no payment will be made for that removal. 3.9 EMBANKMENT A. Payment will be made at the unit bid price, in cubic yards, of embankment installed, as quantified on the plans. Limit of payment for embankment is finished subgrade elevation for all roadway surfaces. The unit price bid shall include full compensation for all borrow material, hauling, shaping, density controlled subgrade preparation, testing, and all labor and equipment necessary to complete the work. 3.10 EXCAVATION �_. A. Payment will be made at the unit bid price, in cubic yards, of excavation, as quantified on the plans. Limit of payment for excavation is finished subgrade elevation for all roadway r surfaces. The unit price bid shall include full compensation for all hauling, shaping, density controlled subgrade preparation, materials, testing, and all labor and equipment necessary to complete the work. 01269110 MEASUREMENT AND PAYMENT 01020 - 3 11/11 8.j 34`h Street Paving Improvements Indiana Avenue to Avenue O 3.11 OVER EXCAVATION A. Payment will be made at the unit bid price, in cubic yard, of excavation beyond the limits shown in the plans, as directed by the Engineer, to treat or replace deficient subgrade. The unit price bid shall include full compensation for subgrade removal and replacement with suitable material, or approved treatment of unsuitable material, all borrow material, compaction, testing, and all labor and equipment necessary to complete the work. 3.12 FLOWABLE BACKFILL A. Payment will be made at the unit bid price, in cubic yards, of flowable backfill actually installed at the direction of the Engineer. Where the Contractor chooses on his own accord to install flowable fill, payment will not be made directly, but will be subsidiary to the pertinent item(s). The unit price bid shall include full compensation for all materials, testing, materials, labor and equipment necessary to complete the work. 3.13 CONTINUOUSLY REINFORCED CONCRETE PAVEMENT A. Payment will be made at the unit bid price, in square yards, of the continuously reinforced concrete paving actually installed. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, sawing, sealing, labor and equipment necessary to complete the work. 3.14 HIGH -EARLY STRENGTH CONTINUOUSLY REINFORCED CONCRETE PAVEMENT (HES) A. Payment will be made at the unit bid price, in square yards, of the high -early strength continuously reinforced concrete paving actually installed, where directed by the Engineer. Where the Contractor chooses, on his own accord, to install high -early strength concrete, payment will be made under Item 3.13, "Continuously Reinforced Concrete Pavement." The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, sawing, sealing, labor and equipment necessary to complete the work. 3.15 CONCRETE CURB AND GUTTER A. Payment will be made at the unit bid price, in linear feet, of the curb and gutter actually installed. At intersections and driveways, or where curb and gutter is placed monolithically with the pavement, the limits of curb and gutter will be from the theoretical lip to the theoretical back of curb. The unit price bid shall include full compensation for all materials, testing, finishing, curing, sawing, sealing, labor and equipment necessary to complete the work. 3.16 CONCRETE MEDIAN A. Payment will be made at the unit bid price, in square yards, of the concrete median actually installed. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, sawing, sealing, painting of median nose, labor and equipment necessary to complete the work. 01269110 MEASUREMENT AND PAYMENT 01020 - 4 LJ L J 11/11 i _, 341h Street Paving Improvements Indiana Avenue to Avenue O 3.17 PARKING LOT PAVEMENT REPAIR A. Payment will be made at the unit bid price, in square yards, of the parking lot pavement repair actually completed, where directed by the Engineer. Parking lot pavement damaged by the Contractor will not be paid for by the Owner, but will be the responsibility of the Contractor to repair. The unit price bid shall include full compensation for sawing, breaking and removal of the damaged area to the depth indicated in the plans and replacement base and surface material detailed in the plans. Where the Engineer determines further removal depth is necessary, the additional depth of removal and replacement will be paid for under Item 3.11, "Over Excavation'. The unit bid price for parking lot repair shall also include all materials, testing, hauling, sealing, traffic control, labor and equipment necessary to complete the work. 3.18 MANHOLE ADJUSTMENT A. Payment will be made at the unit bid price for each manhole adjusted to meet proposed grades, regardless of the size or extent of adjustment. The unit bid price shall include full compensation for all excavation and flowable backfill as required, repair of adjusted area where necessary, and all materials, labor and equipment necessary to complete the work. 3.19 VALVE ADJUSTMENT A. Payment will be made at the unit bid price for each valve adjusted to meet proposed grades, regardless of the size or extent of adjustment. Removal of abandoned valves will not be paid for by the Owner, but will be subsidiary to pavement removal. The unit bid price shall include full compensation for all excavation and flowable backfill as required, repair of adjusted area where necessary, and all materials, labor and equipment necessary to complete the work. 3.20 TEMPORARY DRIVES (RECYCLED ASPHALT PAVEMENT) A. Payment will be made at the unit bid price, in square yards, of the temporary driveways constructed of recycled asphalt pavement actually installed, where directed by the Engineer. Where the Contractor chooses, on his own accord, or to satisfy the requirements of the contract, to install temporary drives, no payment will be made by the Owner. The unit price bid shall include full compensation for all materials, shaping, compacting, hauling, constructing, maintaining, traffic control, removal of the temporary driveway, and all labor and equipment necessary to complete the work. 3.21 ALLEY AND DRIVEWAY RETURNS A. Payment will be made at the unit bid price, in square yards, of the concrete alley and driveway returns actually installed. Concrete intersection returns will be paid for at the unit bid price for under Item 3.13, "Continuously Reinforced Concrete Pavement." The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, sawing, sealing, labor and equipment necessary to complete the work. 01269110 MEASUREMENT AND PAYMENT 01020 - 5 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q ` 3.22 CONCRETE SIDEWALK (5") A. Payment will be made at the unit bid price, in square yards, of the 5-inch thick concrete sidewalk actually installed. The unit price bid shall include full compensation for all materials, testing, fiber reinforcing, finishing, curing, jointing, sealing, traffic control, labor and equipment necessary to complete the work. 3.23 CONCRETE SIDEWALK (6") (REINFORCED) A. Payment will be made at the unit bid price, in square yards, of the 6-inch thick steel - reinforced concrete sidewalk actually installed. The unit price bid shall include full compensation for all materials, testing, steel reinforcing, finishing, curing, jointing, sealing, traffic control, labor and equipment necessary to complete the work. 3.24 CONCRETE SIDEWALK CURB A. Payment will be made at the unit bid price, in linear feet, of the concrete sidewalk curb actually installed. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, jointing, sealing, traffic control, labor and equipment necessary to complete the work. 3.25 ACCESSIBLE CURB RAMP A. Payment will be made at the unit bid price for each accessible curb ramp of the various types actually installed. The general limits of payment are indicated on the plans, but no additional compensation will be made by the Owner for slight modifications necessary to meet field conditions. The unit price bid shall include full compensation for all materials, testing, reinforcing, finishing, curing, jointing, sealing, concrete pavers, labor and equipment necessary to complete the work. 3.26 SEE "ACCESSIBLE CURB RAMP" ABOVE. 3.27 SEE "ACCESSIBLE CURB RAMP" ABOVE. 3.28 PEDESTRIAL BUTTON ASSEMBLY A. Payment will be made at the unit bid price for each pedestrian button assembly actually installed. The unit bid price shall include full compensation for foundation, mounting hardware, electrical connections and testing, repair of damaged areas, and all labor and equipment necessary to complete the work. 3.29 PERMANENT PAVEMENT MARKINGS (STRIPE) A. Payment will be made at the unit bid price, in linear feet of actual stripe (excluding skips), of the permanent pavement markings of the various widths and colors actually installed. The unit price bid shall include full compensation for approved removal of all conflicting markings, all materials, testing, preparation, traffic control, labor and equipment necessary to complete the work. 01269110 MEASUREMENT AND PAYMENT 01020 - 6 11/11 30 Street Paving Improvements Indiana Avenue to Avenue Q 3.30 SEE "PERMANENT PAVEMENT MARKINGS (STRIPE)" ABOVE. 3.31 SEE "PERMANENT PAVEMENT MARKINGS (STRIPE)" ABOVE. 3.32 SEE "PERMANENT PAVEMENT MARKINGS (STRIPE)" ABOVE. 3.33 SEE "PERMANENT PAVEMENT MARKINGS (STRIPE)" ABOVE. 3.34 SEE "PERMANENT PAVEMENT MARKINGS (STRIPE)" ABOVE. 3.35 PERMANENT PAVEMENT MARKINGS (ARROW) A. Payment will be made at the unit bid price for each permanent pavement marking arrow, of the various types, actually installed. The unit price bid shall include full compensation for all materials, testing, preparation, traffic control, labor and equipment necessary to complete the work. 3.36 PERMANENT PAVEMENT MARKINGS (RAISED) A. Payment will be made at the unit bid price for each permanent raised pavement marking of the various types actually installed. The unit price bid shall include full compensation for all materials, testing, preparation, traffic control, labor and equipment necessary to complete the work. 3.37 SEE "PERMANENT PAVEMENT MARKINGS (RAISED)" ABOVE. 3.38 SMALL SIGN ASSEMBLY (STAND ALONE) A. Payment will be made at the unit bid price for each stand alone sign assembly actually installed, regardless of the number of placards or posts. The unit price bid shall include full compensation for foundations, mounting hardware, and all other materials, testing, preparation, traffic control, labor and equipment necessary to complete the work. 3.39 SMALL SIGN ASSEMBLY (MOUNTED ON LIGHT POLE) A. Payment will be made at the unit bid price for each sign assembly mounted to light poles actually installed. The unit price bid shall include full compensation for mounting hardware, and all other materials, testing, preparation, traffic control, labor and equipment necessary to complete the work. 3.40 DELINEATOR ASSEMBLY (D-DY) SZ1 (FLX) SRF (BI) A. Payment will be made at the unit bid price for each delineator assembly actually installed. The unit bid price shall include full compensation for surface preparation, mounting hardware, and all other materials, traffic control, labor and equipment necessary to complete the work. 01269110 MEASUREMENT AND PAYMENT 01020.- 7 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3.41 BARRICADES AND TRAFFIC CONTROL A. Payment will be made at the unit bid price for each month that barricades and traffic control devices are provided in conformance with the plans and the 2009 Manual on Uniform Traffic Control Devices (MUTCD). Failure to meet the requirements of the plans or the 2009 MUTCD during any month may forfeit payment from the Owner for that month. No additional payment will be made for traffic control required for remediation of work, or where the Contractor elects, and is allowed by the Engineer, to set up an alternative traffic control plan. Where field or safety conditions warrant additional devices, the Contractor shall provide these devices for no additional compensation. The unit bid price shall include full compensation for all traffic control devices not included in separate items, erecting and implementing, maintaining, and removal of the traffic control devices. 3.42 PORTABLE CHANGEABLE MESSAGE BOARD (PCMB) A. Payment will be made arthe unit bid price for each PCMB actually provided. The unit price bid shall include delivery, insurance, maintenance, set-up, moving, programming, and all labor and equipment necessary. The PCMB shall become the property of the City of Lubbock upon completion of the project. 3.43 TEMPORARY PAVEMENT MARKINGS A. Payment will be made at the unit bid price, in linear feet of actual stripe (excluding skips), of the temporary pavement markings of the various widths and colors actually installed. The unit price bid shall include full compensation for approved removal of all conflicting markings, all materials, testing, preparation, traffic control, labor and equipment necessary to complete the work, including the removal of the temporary stripe upon completion of its use. 3.44 SEE "TEMPORARY PAVEMENT MARKINGS" ABOVE. 3.45 SEE "TEMPORARY PAVEMENT MARKINGS" ABOVE. 3.46 SEE "TEMPORARY PAVEMENT MARKINGS" ABOVE. 3.47 SEE "TEMPORARY PAVEMENT MARKINGS" ABOVE. 3.48 PORTABLE WATER BARRICADES (FURNISH AND INSTALL) A. Payment will be made at the unit bid price, in linear feet, of water barricade actually installed. The unit bid price shall include full compensation for all materials, connection, filling and draining, set up, maintaining, labor and equipment necessary to complete the work, including the removal of the barricades upon completion of the project. 3.49 PORTABLE WATER BARRICADES (MOVE) A. Payment will be made at the unit bid price, in linear feet, of water barricade actually moved between phases of construction. Barricade movement within any particular phase (for example, to open or close a driveway) will not be paid for by the Owner, but will be subsidiary to this item. The unit bid price shall include full compensation for all materials, 01269110 MEASUREMENT AND PAYMENT 01020 - 8 I1/11 i,__� 34 h Street Paving Improvements Indiana Avenue to Avenue Q connection, filling and draining, set up, maintaining, labor and equipment necessary to complete the work. 3.50 STORM WATER POLLUTION PREVENTION PLAN A. Payment will be made at the lump sum bid price for the Storm Water Pollution Prevention Plan (SW3P) management. Partial payments will be made on a pro-rata basis as a percentage of the construction contract duration. The sum of the partial payments made for SW3P 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. 3.51 SODDING A. Payment will be made at the unit bid price, per square yard, of sod actually installed where shown on the plans. Sod required to backfill the edges of construction will not be paid for by the Owner, but will be considered subsidiary to the pertinent items. No more than 50% of the unit bid price shall be paid until sod has established to the satisfaction of the Engineer. Price shall be complete compensation for soil preparation, sodding, mulching, fertilizing, watering, mowing until final completion of the associated Milestone, and all other incidentals necessary to establish grasses where, and as specified on the plans. 3.52 ILLUMINATION POLE ASSEMBLY A. Payment will be made at the unit bid price per each roadway illumination assembly actually installed. The unit bid price shall include full compensation for furnishing and installing complete light pole assembly, including internal conductors and foundation; testing and and all materials, labor, and equipment necessary to complete the work. 3.53 PVC CONDUIT A. Payment will be made at the unit bid price, per linear foot, for PVC conduit actually installed. The unit bid price shall include full compensation for furnishing, installing, boring, trenching, compaction -controlled backfilling, repair of disturbed areas, and all other materials, labor and equipment necessary to complete the work. 3.54 ELECTRICAL CONDUCTOR A. Payment will be made at the unit bid price, per linear foot, for electrical conductor of the various types actually installed. Conductors internal to roadway illumination assemblies or wiring equipment will not be paid for directly but will be considered subsidiary to the pertinent bid items. The unit bid price shall include full compensation for furnishing and installing, repair of disturbed areas, and all other materials, labor and equipment necessary to complete the work. j 01269110 MEASUREMENT AND PAYMENT 01020 - 9 11/11 1__ 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3.55 SEE `ELECTRICAL CONDUCTOR" ABOVE. 3.56 JUNCTION BOX A. Payment will be made at the unit bid price for each electrical ground box of the various types and sizes actually installed. The unit bid price shall include full compensation for furnishing and installing the boxes, repair of disturbed areas, and all other materials, labor and equipment necessary to complete the work. 3.57 SEE "JUNCTION BOX" ABOVE 3.58 SEE "JUNCTION BOX" ABOVE 3.59 ELECTRICAL SERVICE FOR ILLUMINATION A. Payment will be made at the unit bid price for each Electrical Service connection made for roadway illumination. The unit bid price shall include full compensation for furnishing and installing necessary connectors, switches, etc.; fees, permits, and coordination with utility companies; testing, repair of disturbed areas, and all other materials, labor and equipment necessary to complete the work. 3.60 DECORATIVE SIDEWALK (ITEM Al-1) A. Payment will be made at the unit bid price, in square yards, of the 5-inch thick decorative concrete sidewalk (including the brick paver portion and concrete portion of the decorative pattern) actually installed. The unit price bid shall include full compensation for all materials, testing, fiber reinforcing, finishing, curing, jointing, sealing, traffic control, labor and equipment necessary to complete the work. 3.61 DECORATIVE SIDEWALK (REINFORCED) (ITEM Al-2) A. Payment will be made at the unit bid price, in square yards, of the 6-inch thick decorative concrete sidewalk (including the brick paver portion and concrete portion of the decorative pattern) actually installed. The unit price bid shall include full compensation for all materials, testing, steel reinforcing, finishing, curing, jointing, sealing, traffic control, labor and equipment necessary to complete the work. 3.62 DECORATIVE ILLUMINATION POLE ASSEMBLY (ITEM A2-1) A. Payment will be made at the unit bid price per each decorative illumination assembly actually installed. The unit bid price shall include full compensation for furnishing and installing complete light pole assembly, including internal conductors and foundation; testing and and all materials, labor, and equipment necessary to complete the work. END OF SECTION 01269110 MEASUREMENT AND PAYMENT 01020 - 10__? 11/11 Ej 34'h Street Paving Improvements Indiana Avenue to Avenue O SECTION 01025 PAYMENT METHODS PARTI- GENERAL The unit price or lump sum price bid on each item, as stated in the Proposal, shall include furnishing all labor, superintendence, machinery, equipment, and materials necessary to complete the various items of work shown on the plans and called for in the specifications. Items on which no separate payment is made shall be included in the bid prices for the various pay items. 1.1 UNIT COST ITEMS A. Unit cost items, not otherwise included in this section to be paid for at a unit cost per unit shall include all work and materials involved in the installation within the limits designated on the plans. Measurement shall be made in units shown on the Bid Sheet. All work so included shall be installed, constructed or performed as shown on the drawings and/or specified. 1.2 LUMP SUM ITEMS A. Lump sum items to be paid for at a lump sum price per job shall include all work and materials involved in the installation within the limits designated on the plans. No measurement of the work or material included in such items will be made. All work so included shall be installed, constructed or performed as shown on the drawings and specified herein. 1.3 MOBILIZATION/DEMOBILIZATION A. Mobilization/Demobilization shall include costs associated with move -in and move -out costs, related equipment and labor, bid bond, performance and construction bonds and insurance required for this project. 1.4 OSHA APPROVED TRENCH PROTECTION A. Trench protection shall be paid for per linear foot, or by lump sum, and shall include all necessary work to abide by OSHA Rules as provided in these specifications. 1.5 SWPPP A. Contractor shall provide a Storm Water Pollution Prevention Protection Plan (SWPPP) as required for the project. 1.6 FINAL CLEANUP A. The Contractor shall make a final cleanup of all parts of the work before final acceptance ofthe work by the Owner. This cleanup shall include, among other things, removing all construction materials, final grading of all trench surfaces and construction sites, and in general preparing the sites of the work in an orderly manner. B. The cost of the cleanup shall be included as a part of the cost of the various items of work involved and no direct compensation will be made for this work. 01269110 PAYMENT METHODS 01025 - 1 11/I1 34t` Street Paving Improvements Indiana Avenue to Avenue Q PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269110 PAYMENT METHODS 01025 - 2 11/11 34'" Street Paving Improvements Indiana Avenue to Avenue O SECTION 01027 APPLICATIONS FOR PAYMENT PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l - General Requirements apply to work of this section. i 1.2 SECTION INCLUDES A. Procedures for preparation and submittal of Applications for Payment. 1.3 RELATED SECTIONS A. Agreement: Contract Sum/Price and unit prices. B. General Conditions: Progress Payments and Final Payment. C. Section 01020 — Measurement and Payment. D. Section 01028 - Change Order Procedures: Procedures for changes to the Work. E. Section 01330 - Submittal Procedures. F. Section 01700 - Contract Closeout. 1.4 FORMAT A. EJCDC 1910-8-E - Application for Payment including continuation sheets when required, or Owner forms, or Owner -approved form of the Contractor. B. For each item, provide a column for listing: Item Number; Description of work; Scheduled Value, Previous Applications; Work in Place; Authorized Change Orders; Total Completed; Percentage of Completion; Balance to Finish; and Retainage. 1.5 PREPARATION OF APPLICATIONS A. Present required information in typewritten form or computer generated Excel Spreadsheet. B. Execute certification by signature of authorized officer. C. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of Work. E. Prepare Application for Final Payment as specified in Section 01700. 1.6 SUBMITTAL PROCEDURES A. Submit four copies of each Application for Payment. B. Submit an updated construction schedule with each Application for Payment. Payment will not be made until an up-to-date schedule is received. C. Payment Period: Submit at intervals stipulated in the Agreement. f 01269110 APPLICATIONS FOR PAYMENTS 01027 - 1 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 1.7 SUBSTANTIATING DATA A. When Engineer requires substantiating information, submit data justifying dollar amounts in question. B. Provide one copy of data with cover letter for each copy of submittal. Show Application number and date, and line item by number and description. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269110 APPLICATIONS FOR PAYMENTS 01027 - 2 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01028 CHANGE ORDER PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Submittals. B. Documentation of change in Contract Sum/Price and Contract Time. C. Change procedures. D. Stipulated Price change order. E. Unit price change order. F. Time and material change order. G. Execution of change orders. H. Correlation of Contractor submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01330 - Submittal Procedures. C. Section 01600 - Product Requirements. D. Section 01700 - Contract Closeout. 1.4 SUBMITTALS A. Submit name of the individual authorized to receive change documents, and be responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Change Order Forms: EJCDC 1910-8-B Change Order, Owner's form, or other form approved by Owner. 1.5 DOCUMENTATION OF CHANGE IN CONTRACT SUMIPRICE AND CONTRACT TIME A. Maintain detailed records of work done on a time and material basis. Provide full information required for evaluation of proposed changes, and to substantiate costs of changes in the Work. B. Document each quotation for a change in cost or time with sufficient data to allow evaluation of the quotation. C. Provide additional data to support computations: 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract, similarly documented. 01269110 CHANGE ORDER PROCEDURES 01028 - 1 11/11 346' Street Paving Improvements Indiana Avenue to Avenue Q 6. If subcontracted, provide subcontractor documentation according to General Contract Conditions and this specification. Show Contractor markup on subcontractor changes. D. Support each claim for additional costs, and for work done on a time and material basis, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly documented. Show Contractor markup on subcontractor work. 1.6 CHANGE PROCEDURES A. The Engineer will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by the Contract by issuing supplemental instructions by letter. B. The Engineer may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and specifications and a change in Contract Time for executing the change. Contractor will prepare and submit an estimate within 7 days. C. The Contractor may propose a change by submitting a request for change to the Engineer, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01600. 1.7 CONSTRUCTION CHANGE AUTHORIZATION A. Engineer may issue a document, signed by the Owner, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. The document will describe changes in the Work, and will designate method of determining any change in Contract Sum/Price or Contract Time. C. Promptly execute the change in Work. 1.8 STIPULATED PRICE CHANGE ORDER A. Based on Proposal Request and Contractor's maximum price quotation or Contractor's request for a Change Order as approved by Engineer. 1.9 UNIT PRICE CHANGE ORDER A. For pre -determined unit prices and quantities, the Change Order will be executed on a fixed unit price basis. B. For unit costs or quantities of units of work which are not pre -determined, execute Work under a Construction Change Authorization. C. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. 01269110 CHANGE ORDER PROCEDURES 01028 - 2 11/11 [I 34'h Street Paving Improvements Indiana Avenue to Avenue Q 1.10 TIME AND MATERIAL CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum/Price and Contract Time as provided in the Contract Documents. C. Maintain detailed records of work done on Time and Material basis. D. Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in the Work. s 1.11 EXECUTION OF CHANGE ORDERS i_ A. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.12 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum/Price. B. Promptly revise progress schedules to reflect any change in Contract Time, revise sub -schedules to adjust time for other items of work affected by the change, and resubmit. C. Promptly enter changes in Project Record Documents. PART 2 - PRODUCTS Not Used PART 3-EXECUTION Not Used END OF SECTION 01269110 CHANGE ORDER PROCEDURES 01028 - 3 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue O SECTION 01039 COORDINATION AND MEETINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Coordination. B. Progress meetings. C. Preconstruction meeting. 1.3 COORDINATION A. Coordinate scheduling, submittals, and work of the various Sections of the Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate completion and clean up of Work of separate Sections in preparation for Substantial Completion. C. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule a meeting with the required attendees. B. Attendance Required: Owner, Engineer, Contractor and major Subcontractors. C. Agenda: 1. Distribution of executed Contract Documents, 2. Submission of list of Subcontractors, list of products and progress schedule. 3. Designation of personnel representing the parties in Contract and the Engineer. 4. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 5. Schedules. 6. Scheduling activities of construction testing lab. 7. Use of premises by Owner and Contractor. 8. Owner's requirements. 9. Construction facilities and controls provided by Owner. 10. Survey layout. 11. Security and housekeeping procedures. 12. Procedures for testing. 13. Procedures for maintaining record documents. 01269110 COORDINATION AND MEETINGS 01039 - 1._� 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue Q 14. Inspection and acceptance of equipment or improvements put into service during construction period. 15. Other items as deemed necessary by Owner or Engineer. D. Engineer will record minutes and distribute copies to participants. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bi-weekly intervals. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. E. Engineer will record minutes and distribute copies to participants. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION _: 01269110 COORDINATION AND MEETINGS 01039 - 2 L 11/11 34'h Street Paving Improvements r Indiana Avenue to Avenue Q SECTION 01100 ,1 SUMMARY OF WORK PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Work covered by Contract Documents B. Contractor use of site. C. Owner occupancy. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. Identification: City of Lubbock, Lubbock, Texas. Project consists of paving improvements to 341h Street from Indiana Avenue to Avenue Q. 1. Location: Lubbock, Texas. 2. Owner: City of Lubbock, Texas. B. Verbal Summary: Without force or effect on requirements of the Contract Documents a brief description of the Project is as described in 1.4(A). 1.5 CONTRACTOR USE OF PREMISES A. General: During the construction period the Contractor shall have full use of the premises for construction operations, including use of the site. The Contractor's use of the premises is limited only by the Owner's right to perform work or to retain other contractors on portions of the Project. B. Use of the Site: Limit use of the premises to work in areas indicated. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy. 2. Driveways and Entrances: Keep entrances serving the premises clear and available to the Owner, the Owner's employees, and emergency vehicles at all times. PART 2 - PRODUCTS Not Used 01269110 SUMMARY OF WORK 01100 -1 h 11/11 1 34'h Street Paving Improvements Indiana Avenue to Avenue Q PART 3 - EXECUTION Not Used END OF SECTION ki 01269110 SUMMARY OF WORK 01100 - 2 11/11 Page Intentionally Left Blank I I 34 h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01140 WORK RESTRICTIONS PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Use of premises. B. Special scheduling requirements. C. Working period. D. Utility cutovers and interruptions. E. Noise restrictions. F. Occupancy requirements. 1.3 USE OF PREMISES A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated. B. Driveways and Entrances: 1. Provide occupants a minimum of 5 days notice before closure or alterations to occupant's driveways or parking lots. 2. Provide Engineer with driveway construction plan, and evidence of occupant's approval, prior to closure or alteration. 3. Provide occupants with at least one (1) driveway suitable to traffic in and out of the location and readily accessible to 34"' Street at all times. Certain conditions may require more than the minimum number of driveways to function properly. 4. Schedule construction to minimize obstruction of driveways and entrances. 5. Refer to the Traffic Control Plan for further limitations. C. Contractor Access: 1. Provide access for Contractor's employees from/to Site. Private property shall not be used by the Contractor, its employees, suppliers, or subcontractors for parking or material storage without written approval from the property owner. 1.4 SPECIAL SCHEDULING REQUIREMENTS A. Have materials, equipment, and personnel required to perform the work at the site prior to the commencement of the work. B. Permission to interrupt any utility service shall be requested in writing a minimum of 14 calendar days prior to the desired date of interruption. C. Identify on the construction schedule each factor which constitutes a potential interruption to operations. 01269110 WORK RESTRICTIONS 01140 - 1 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 1.5 WORKING PERIOD A. Working Hours - Regular working hours shall be within an 11 hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday, and a nine hour period between 8:00 a.m. and 5:00 p.m. on Saturday. Saturday work shall be restricted to those activities that do not require observation by the Owner. The Owner reserves the right, at the Owner's discretion, to not allow work when it interferes with holiday times and traffic. No work shall be performed on the following holiday periods or days: 1. New Year's Day (observed) 2. Memorial Day Holiday (observed) 3. Independence Day Holiday (observed) 4. Labor Day Holiday (observed) 5. Thanksgiving Day Holiday plus the three days following Thanksgiving Day. 6. Christmas Day (observed) plus the day preceding Christmas Day. B. Work Outside Regular Hours - Work outside regular working hours requires Owner's approval. Make application 7 Calendar days prior to such work to allow arrangements to be made by the Owner for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Owner may approve work outside regular hours. During periods of darkness, the different parts of the work shall be lighted in a manner approved by the Owner. Lighting shall be such that it does not cause nuisance conditions. 1.6 NOISE RESTRICTIONS A. 75 dB limit at face of nearest structure during normal daylight hours. B. 65 dB limit at face of nearest structure during evening and nighttime hours in or near residential areas and for 24-hour working conditions that have received Owner approval. Evening and nighttime hours shall be defined as 6:00 p.m. to 7:00 a.m. C. Contractor shall keep on site OSHA -approved hand portable sound measurement equipment for both the Owner's and the Contractor's use for measuring noise levels. 1.7 ADVANCE NOTICE A. Contractor shall provide a minimum of five business days advance written notice of construction to businesses and residences along the construction route. 1. The advance written notice shall be in the form of a single -page flyer to be placed by hand by the Contractor's forces in door handles or handed to applicable individuals at each route building. 2. The text for the advance written notice will be provided by the Owner in written form and electronic form. 3. Reproduction shall be at the Contractor's expense. 4. Distribution shall be at the Contractor's expense. 5. Single -page flyers shall be of a paper or post -card color other than white to direct the recipient's attention to the information. 6. The text shall contain the anticipated beginning date of inconvenience to the recipient and the anticipated duration of that inconvenience. 7. The dates shall encompass the duration of driveway inconveniences and potential noise to the recipients on a single city block (i.e., the dates and durations shall reflect the time that the city block of interest will be affected by non-trafficability). 11 01269110 WORK RESTRICTIONS OI 140 - 2 11/11 34'" Street Paving Improvements Indiana Avenue to Avenue O B. Prior to closing any street or thoroughfare for any length of time, the Contractor shall notify the following a minimum of 5 business days in advance: 1. All Emergency Services - Fire, Police, EMS 2. City of Lubbock Solid Waste Department 3. Lubbock Independent School District 4. Durham Transportation 5. Citibus 6. TxDOT 7. Mail Carrier 8. Lubbock Avalanche Journal 9. Press release for local radio and television stations 1.8 WATER FOR CONSTRUCTION A. Obtaining water for construction is Contractor's sole responsibility. B. Water is available from the potable water system of the City of Lubbock for construction purposes. The Contractor is responsible for all charges and arrangements for water consumption from the potable water system. The Contractor shall make such arrangements directly with the City of Lubbock Water Utilities Department. The City will not furnish potable water free of charge for the construction work. Contractor is responsible for any required metering and hauling. C. Water from park area lakes shall not be used for construction. D. This section does not preclude Contractor from seeking other water sources for use in construction. Such water sources shall meet the purity requirements for the intended use. Such arrangements for water from other sources are the responsibility of the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 WORK AREA LIMITS A. Prior to any construction, the Contractor shall mark the areas that need not be disturbed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. Where construction operations are to be conducted during darkness, the markers shall be visible. The Contractor's personnel shall be knowledgeable of the purpose for marking and/or protecting particular objects. END OF SECTION C` 01269110 WORK RESTRICTIONS 01140 - 3 11/11 is 34°i Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01310 PROGRESS SCHEDULES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Format. B. Content. C. Revisions to schedules. D. Submittals. 1.3 RELATED SECTIONS A. Section 01027 - Applications for Payment. B. Section 01100 - Summary of Work. C. Section 01330 - Submittal Procedures. 1.4 FORMAT A. Sequence of Listings: The chronological order of the start of each item of Work. B. Scale and Spacing: To provide space for notations and revisions. C. Sheet Size: Minimum 8 1/2 x l 1 inches. D. Maintain monthly updates to schedule. 1.5 CONTENT Show complete sequence of construction by activity, with dates for beginning and completion ofeach element of construction. A. Identify each item by specification Section number. B. Provide sub -schedules to define critical portions of the entire Schedule. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide separate schedule of submittal dates for shop drawings, product data, samples, and dates reviewed submittals will be required from Engineer. 1.6 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 01269110 PROGRESS SCHEDULES 01310 - 1 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.7 SUBMITTALS A. Submit initial Schedules within 10 days after date established in Notice to Proceed. After review, resubmit required revised data within 10 days. B. Submit revised Progress Schedules with each Application for Payment. C. Submit the number of opaque reproductions which Contractor requires, plus two copies which will be retained by Engineer. 1.8 DISTRIBUTION A. Distribute copies of reviewed Schedules to Engineer's project file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION t__. 01269110 PROGRESS SCHEDULES 01310 - 2 a 11/11 34'' Street Paving Improvements , Indiana Avenue to Avenue Q SECTION 01322 PHOTOGRAPHIC DOCUMENTATION PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Preconstruction videotapes. 4. Periodic construction videotapes. 1.3 RELATED SECTIONS A. Section 01330 - Submittal Procedures for submitting construction photographs. 1.4 SUBMITTALS A. Submit three complete sets of preconstruction photographs or videotape to Engineer., Produce photographs or videotapes as close to beginning of construction as practicable. All three sets will be retained by the Owner and the Engineer. 1. Identification: On back of each print, videotape, or CD, provide an applied label or rubber-stamped impression with the following information: a. Name of Project. b. Name and address of photographer. C. Name of Engineer. d. Name of Contractor. e. Date photograph was taken. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 2. Digital Images: Submit a complete set of digital image electronic files with each submittal of prints. Identify electronic media with date photographs were taken. Submit images that have the same aspect ratio as the sensor, uncropped. PART 2 - PRODUCTS Not Used 01269110 PHOTOGRAPHIC DOCUMENTATION 01322 - 1 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue Q PART 3 - EXECUTION 3.1 PHOTOGRAPHS, GENERAL A. Field Office Prints: Retain one set of prints of preconstruction photographs in the field office at Project site, available at all times for reference. Identify photographs the same as for those submitted to Engineer. 3.2 CONSTRUCTION PHOTOGRAPHS A. Preconstruction Photographs: Before starting construction, take color photographs of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Take photographs to show existing conditions adjacent to the property before starting the Work. 2. Take photographs of existing structures either on or adjoining the property to accurately record the physical conditions at the start of construction. B. Periodic Construction Photographs: As needed to document damage either directly related to or inadvertently related to the Contractor's operations, photograph the area in question and provide to Engineer. 3.3 CONSTRUCTION VIDEOS, GENERAL A. Narration: Describe scenes on video by audio narration by microphone while video is recorded. Include description of items being viewed, recent events, and planned activities. Describe vantage point, indicating location, and direction (by compass point). 3.4 CONSTRUCTION VIDEOS A. Preconstruction Video: Before starting construction, record video of Project site and surrounding properties from different vantage points, or as directed by Engineer. 1. Show existing conditions on and adjacent to Project site before starting the Work. 2. Show existing structures either on or adjoining Project site to accurately record the physical conditions at the start of construction. 3. Existing condition videos shall cover the entire project route. 4. Show protection efforts by Contractor. B. Periodic Construction Documentation: As needed to document damage either directly related to or indirectly related to the Contractor's operations, video the area in question and provide to Engineer. END OF SECTION 01269110 PHOTOGRAPHIC DOCUMENTATION 01322 -2 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue O SECTION 01330 SUBMITTAL PROCEDURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information that requires Owner's or Engineer's responsive action. Submittals may be rejected for not complying with requirements. B. Informational Submittals: Written information that does not require Owner's or Engineer's approval. Submittals may be rejected for not complying with requirements. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Owner and Engineer reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. B. Submittals Schedule: Comply with requirements in Division l Section "Progress Schedules" for list of submittals and time requirements for scheduled performance of related construction activities. C. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Owner's or Engineer's receipt of submittal. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. Owner or Engineer will advise Contractor when a submittal being processed must be delayed for coordination. 2. If more than five submittals are transmitted for review within any five-day period, the time allowed for review will be increased to 21 days. 3. Concurrent Review: Where concurrent review of submittals by Engineer's consultants, Owner, or other parties is required, allow 21 days for initial review of each submittal. 01269110 SUBMITTAL PROCEDURES 01330 - 1 1l/11 34'' Street Paving Improvements Indiana Avenue to Avenue Q 4. If intermediate submittal is necessary, process it in same manner as initial submittal. 5. Allow 15 days for processing each resubmittal. Each resubmittal will count toward the submittal count in any five-day period in paragraph 1 A.C.2 above. 6. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to permit processing. D. Format 1. Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for the same submittal will not be accepted. 2. Submittals in any other format, including .ZIP files, will be rejected. 3. Hard copies will not be accepted. 4. To ensure each page is legible, .PDF pages of drawings shall be the same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5. Submittals shall be uploaded to Engineer's Info Exchange website. E. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals. F. Transmittal: Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a consecutively numbered transmittal form. Owner and/or Engineer will discard submittals received from sources other than Contractor. 1. On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner or Engineer on previous submittals, and deviations from requirements of the Contract Documents, including minor variations and limitations. Include the same label information as the related submittal. 2. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 3. Transmittal Form: Use Contractor's business transmittal form. Provide locations on form for the following information: a. Project name. b. Date. C. Submittal number. d. Destination (To:). e. Source (From:). f. Names of subcontractor, manufacturer, and supplier. g. Category and type of submittal. h. Submittal purpose and description. i. Submittal and transmittal distribution record. j. Remarks. k. Signature of transmitter. G. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. H. Use for Construction: Use only final submittals with mark indicating action taken by Owner or Engineer in connection with construction. _ 01269110 SUBMITTAL PROCEDURES 01330 - 2 11/11 ED 34'' Street Paving Improvements 4 } Indiana Avenue to Avenue Q PART 2-PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. 1. Number of Copies: Submit five copies of each submittal, unless otherwise indicated. The five copies will be retained by the Owner or Engineer. Any additional copies that the Contractor may need for his operations will be in addition to the five copies required. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's product specifications. b. Manufacturer's installation instructions. C. Standard color charts. d. Manufacturer's catalog cuts. e. Printed performance curves. f. Compliance with recognized testing agency standards. g. Application of testing agency labels and seals. h. Notation of coordination requirements. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Include the following information, as applicable: a. Dimensions. b. Identification of products. C. Fabrication and installation drawings. d. Schedules. e. Design calculations. f. Compliance with specified standards. g. Notation of coordination requirements. h. Notation of dimensions established by field measurement. 2. Sheet Size: Submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 1 I x 17 inches. 3. Number of Copies: Submit five copies of each shop drawing submittal. Owner and Engineer will retain all five copies. 2.2 INFORMATIONAL SUBMITTALS A. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 01269110 SUBMITTAL PROCEDURES 01330 - 3 _ 11/11 i 34`h Street Paving Improvements Indiana Avenue to Avenue O 4. Required installation tolerances. 5. Required adjustments. 6. Recommendations for cleaning and protection. B. Manufacturer's Field Reports: Prepare written information documenting factory -authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a• statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage. D. Construction Videotapes: Comply with requirements in Section 01322 - Photographic Documentation. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner or Engineer. B. Approval Stamp: Stamp each submittal with a uniform approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S AND ENGINEER'S ACTION A. General: Owner or Engineer will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner or Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Owner or Engineer will provide an action review sheet and will mark appropriately to indicate action to be taken, as follows: 1. No exception taken. 2. Make corrections noted. 3. Revise and resubmit. 4. Rej ected. 5. The submittal review by the Engineer indicates that the Engineer checked for: a. General conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specifications. Contractor is responsible for confirming and correlating all quantities and r 01269110 SUBMITTAL PROCEDURES 01330 - 4 11/11 t 34"' Street Paving Improvements Indiana Avenue to Avenue Q C. Silt Fences/Diversion Berms 1. The Contractor shall provide silt fences and/or diversion berms as a temporary structural practice to minimize erosion and sediment runoff. Silt fences and/or diversion berms shall be properly installed to effectively retain sediment immediately after completing each phase of work where erosion would occur in the form of sheet and rill erosion (e.g. clearing and grubbing, excavation, embankment, and grading). D. Sand/Gravel Bags 1. The Contractor may provide sand/gravel bags as a temporary structural practice to minimize erosion and sediment runoff. Bags shall be properly placed to effectively retain sediment immediately after completing each phase of work (e.g., clearing and grubbing, excavation, embankment, and grading) in each independent runoff area (e.g., after clearing and grubbing in an area between a ridge and drain, bags shall be placed as work progresses, bags shall be removed/replaced/relocated as needed for work to progress in the drainage area). Sand/gravel bags must remain in good condition, or they shall be replaced. E. Site Stabilization 1. Contractor shall disturb the least amount of site area as possible. 2. Stabilization measures may include, but are not limited to, any of the following measures: a. Temporary or permanent seeding or sodding. b. Mulching. C. Geotextiles. d. Vegetative buffer strips. e. Paving. 3. Stabilization measures shall be implemented in accordance with the SWP3. PART2-PRODUCTS 2.1 COMPONENTS FOR SILT FENCES A. Filter Fabric 1. The geotextile shall comply with the requirements of ASTM D 4439, and shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. The filament shall consist of a long -chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic to make the filaments resistant to deterioration due to ultraviolet and heat exposure. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0 to 120 degrees F. The filter fabric shall meet the following requirements: 01269110 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 2 11/11 �j f..a 34 h Street Paving Improvements 1 Indiana Avenue to Avenue Q FILTER FABRIC FOR SILT FENCE PHYSICAL PROPERTY TEST PROCEDURE REQUIREMENT Grab Tensile ASTM D 4632 100 lbs. min. Elongation ASTM D 4632 30% max. Trapezoid Tear ASTM D 4533 55 lbs. min. Permittivity ASTM D 4491 0.2 sec's AOS (U.S. Std. Sieve) ASTM D 4751 20-100 B. Silt Fence Stakes and Posts 1. The Contractor may use either wooden stakes or steel posts for fence construction. Wooden stakes utilized for silt fence construction shall have a minimum cross section of 2 inches by 2 inches when hardwood is used and 2 inches by 4 inches when pine is used, and shall have a minimum length of 4 feet. Steel posts (standard "U" or "T" section) utilized for silt fence construction shall have a minimum weight of 1.33 pounds per linear foot and a minimum length of 4 feet. C. Identification Storage and Handling I. Filter fabric shall be identified, stored and handled in accordance with ASTM D 4873. 2.2 COMPOUNDS FOR STRAW BALES A. Straw Bales 1. The straw in the bales shall be stalks from oats, wheat, rye, barley, rice or from grasses such as Byhalia, Bermuda, etc., furnished in air dry condition. The bales shall have a standard cross section of 14 inches by 18 inches. All bales shall be either wire -bound or string -tied. The Contractor may use either wooden stakes or 3/8" rebar to secure the straw bales to the ground. Wooden stakes utilized for this purpose shall have a minimum dimensions of 2 inches x 2 inches in cross section and shall have a minimum length of 3 feet. Rebar utilized for securing straw bales shall have a minimum diameter of 3/8" and a minimum length of 3 feet. PART 3 - EXECUTION 3.1 STORM WATER POLLUTION PREVENTION PLAN A. The Storm Water Pollution Prevention Plan (SWP3) will be provided by the Contractor. Contractor must keep a copy of the SWP3 on site at all times. B. A completed Notice of Intent (NOI) form must be submitted a minimum of 48 hours prior to start of construction. No work will be permitted until NOI is filed. C. Contractor shall maintain SWP3 in accordance with the TPDES permit to ensure that the SWP3 reflects current project conditions and remains in compliance with the TPDES permit. t 01269110 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 3 11/11 t 340' Street Paving Improvements Indiana Avenue to Avenue Q D. A completed Notice of Termination (NOT) form must be submitted prior to finalization of this contract. E. The Contractor shall furnish Owner with copy of NOI and NOT. END OF SECTION 0 01269110 STORM WATER POLLUTION PREVENTION PLAN (SWP3) 01356 - 4 I 1/11 340i Street Paving Improvements Indiana Avenue to Avenue O SECTION 01400 QUALITY REQUIREMENTS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1- General Requirements apply to work of this section. 1.2 SUMMARY Conditions and A. This Section includes administrative and procedural requirements for quality assurance and quality control. B. Construction materials testing services are required by the Contractor in order for the Engineer to verify compliance with requirements specified or indicated. These services do not relieve the Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -control requirements for individual construction activities are specified in the sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's quality control procedures that facilitate compliance with the Contract Document requirements. 1.3 DEFINITIONS A. Construction Materials Testing (CMT): CMT includes collecting of samples, performing well-defined test procedures, and reporting of such data. The Contractor will provide CMT for this project. 1. Quality -Control Services: Tests, inspections, procedures, and related actions performed by the Contractor during and after execution of the Work with results provided to the Engineer to evaluate that completed construction complies with requirements. Services do not include contract enforcement activities performed by Engineer. B. Construction Materials Engineering (CME): The assessment of a construction material for quality, appropriateness and acceptability is considered an engineering activity. The Contractor will not provide CME services for this project. CME services will be performed by the Engineer. 1. Quality -Assurance Services: Activities, actions and procedures performed by the Contractor before and during execution of the Work. Engineer will determine if the results of the Contractor's activities, actions and procedures are acceptable in guarding against defects and deficiencies and in ensuring that proposed construction complies with requirements. 01269110 QUALITY REQUIREMENTS 01400 - 1 11/11 t> 34"' Street Paving Improvements Indiana Avenue to Avenue Q 1.4 SUBMITTALS A. Qualification Data: For individuals employed by Contractor who will perform testing as required by the various specification Sections, submit at least 30 days prior to being used on the project the capabilities and experience of such individuals and the types of tests that the individual is qualified to perform. For outside testing agency employed by Contractor, submit at least 30 days prior to being used on the project the name, address and manager of such testing agency and the types of tests that the agency is qualified to perform. Such testing agency shall be acceptable to Owner prior to being used on the project. B. Reports: Prepare and submit written reports within 14 days following the date of the test that include the following: 1. Date of issue. 2. Project title and number. 3. Name, address and telephone number of testing agency. If individual employed by Contractor, use Contractor's name, address and telephone number. 4. Dates and locations of samples and tests. 5. Names of individuals making tests. 6. Description of the work and test method. 7. Identification of material, product and specification Section. 8. Complete test data. 9. Test results. 10. Ambient conditions at time of sample taking and testing. 11. Provide a statement indicating if the test passed or failed according to the specified Contract Document requirements and the applicable specification Section. 12. Name and signature of individual performing the test if employee of Contractor, or name and signature of testing agency responsible person. C. Professional Engineer Qualifications: Where a Professional Engineer is required in the specification Sections, this means a Professional Engineer who is legally qualified to practice in the jurisdiction where the project is located and who is experienced in providing engineering services of the kind indicated. D. Testing Agency or Contractor Employee Qualifications: An agency or Contractor Employee with the experience and capability to conduct testing indicated, according to reference standards, and that has the capability and experience in the types of tests to be performed. E. Preconstruction Testing: Testing agency shall perform preconstruction testing with specified requirements for performance and test methods. The Contractor shall not perform preconstruction testing except through a third -party testing agency. F. Testing Agency Responsibilities: Submit written report containing the results of each test to Contractor. State in each report whether tested work passes or fails the specified Contract Document requirements and the applicable specification section. 1.5 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's or Engineer's responsibility, such services may be performed by Owner's own forces or by a qualified testing agency to perform these services. 1. Owner or Engineer will furnish Contractor with names, addresses and telephone numbers of testing agencies engaged by Owner. 01269110 QUALITY REQUIREMENTS 01400 - 2 11/11 s 34`h Street Paving Improvements Indiana Avenue to Avenue Q 2. Owner may elect to have own forces, or a third -party testing agency, observe and report on competency of Contractor's personnel performing quality control testing, inspect and report on Contractor's quality control testing equipment and the calibration of that equipment, and inspect and report on Contractor's procedures for quality assurance of construction materials tests and test reports. 3. Results from tests performed by Owners forces or third party testing agency remain the property of the Owner. The third party agency personnel are obligated to report results of such tests only to the Owner or Engineer, not the Contractor. The Owner or Engineer shall inform the Contractor of such results at their discretion. 4. The Owner shall notify the Contractor of reported deficiencies revealed by the above inspections and observations. The Contractor shall correct such deficiencies. Should such deficiencies remain uncorrected, then the amount of the work represented by the deficiencies will be deemed as not conforming to the requirements of the contract documents and the specifications. B. Contractor Responsibilities: Provide quality control services required in the various specification Sections. 1. Where third -party testing agency is engaged by Contractor, notify testing agency sufficiently in advance of the time and date when work that requires testing will be performed. 2. Contractor shall not engage the same testing agencies as the Owner, unless the Owner agrees in writing to such engagement. 3. Where testing is indicated as Contractor's responsibility, submit written reports in duplicate of each testing service, whether performed by Contractor's personnel or Contractor -engaged testing agency. Such reports shall include failing tests and retests. 4. Testing requested by Contractor and not required by Contract Documents are Contractor's responsibility. 5. Cooperate with Owner and Engineer for Owner's testing of work. Once the Owner or Engineer has given prior notification to the Contractor that confirmation testing by the Owner is to be performed, the Contractor shall provide or leave in place trench shields, ladders, elevators, lifts, or other equipment or temporary construction related to safety, access, and ingress -egress such that the Owner's testing representative can have safe accessibility to the specific site to be tested. Failure to provide these items when confirmation testing is scheduled shall be considered prima facie evidence that the work does not meet specifications and the Owner has the option of withholding payment for the work quantity that the test would represent. 6. Where Contractor's personnel are performing tests, provide individuals with appropriate equipment to perform the tests in accordance with the test method requirements. Provide alternate equipment where the specified test method cannot be applied, and where alternative test methods and equipment must be employed to provide the necessary quality control. C. Retesting: Regardless of whether original tests were Contractor's responsibility, provide quality -control services, including retesting, for construction that revised or replaced work that failed to comply with requirements established by the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in performance of duties. Provide qualified personnel and necessary equipment to perform required tests and inspections. 1. Notify Engineer and Contractor promptly of irregularities or deficiencies observed in the work during performance of its services. 01269110 QUALITY REQUIREMENTS 01400 - 3 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue Q 2. Prepare a test report and state in each report whether tested and inspected work passes or fails the specified requirements. 3. Submit a written report, in triplicate, of each test. 4. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. 5. Do not perform any duties of Contractor. E. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field -curing of test samples. 5. Additional associated services required of Contractor for testing access are listed in the specification Sections. 6. Delivery of samples to testing agencies. 7. Preliminary design mix proposed for use for material mixes that require control by testing agency. 8. Security and protection for samples and for testing and inspecting equipment at Project site. F. Coordination: Coordinate sequence of activities to accommodate required quality assurance and quality control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 2. Notify Owner's Representative at least I day prior to when testing of any kind is to be performed. G. Schedule of Tests and Inspections: Prepare a preliminary schedule of tests, inspections, and similar quality -control services required by the Contract Documents. Submit schedule within 30 days of date established for Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Sections of these Specifications. Restore patched areas and extend restoration into adjoining areas in a manner that eliminates evidence of patching. 01269110 QUALITY REQUIREMENTS 01400 - 4 } 11/11 r: tE 34"' Street Paving Improvements Indiana Avenue to Avenue Q B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01269110 QUALITY REQUIREMENTS 01400 - 5 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01420 .S REFERENCES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Summary of Industry Standards. 1.3 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": The term "approved," when used to convey Owner's or Engineer's action on Contractor's submittals, applications, and requests, is limited to Owner's or Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required," and "permitted" mean directed by Owner or Engineer, requested by Owner or Engineer, and similar phrases. D. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on Drawings or to other paragraphs or schedules in Specifications and similar requirements in the Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help the user locate the reference. E. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Provide": The term "provide" means to furnish and install, complete and ready for the intended use. G. "Installer": An installer is the Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. H. "Project site" is the space available for performing construction activities. 1.4 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. 01269110 REFERENCES 01420 - 1 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue Q B. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Owner or Engineer for a decision before proceeding. 1. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Owner or Engineer for a decision before proceeding. C. Abbreviations and Acronyms for Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AASHTO American Association of State Highway and (202) 624-5800 Transportation Officials www.aashto.or ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.ora ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org AISC American Institute of Steel Construction, Inc. (800) 644-2400 w,vvw.aisc.ora (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.Ora ANSI American National Standards Institute (212) 642-4900 www.ansi.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASTM American Society for Testing and Materials (610) 832-9585 www.astm.ors 01269110 REFERENCES 01420 - 2 11/11 1_. 34'' Street Paving Improvements Indiana Avenue to Avenue Q AWWA American Water Works Association (800) 926-7337 www.awwa.or (303) 794-77I 1 �- CDA Copper Development Association Inc. (800) 232-3282 www.copper.org (212) 251-7200 f CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.com 01269110 11/11 CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.oM CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.ora (703) 684-0300 EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.eima.org FM Factory Mutual System (See FMG) FMG FM Global (401) 275-3000 (Formerly: FM - Factory Mutual System) www.fmalobal.com GRI Geosynthetic Research Institute (610) 522-8440 www.drexel.edu/ari NRMCA National Ready Mixed Concrete Association (301) 587-1400 www.nrmca.ora NSA National Stone, Sand and Gravel Association (800) 342-1415 www.aaare atg es.org (703) 525-8788 PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.Org SDI Steel Deck Institute (847) 458-4647 www.sdi.ora TPI Turfgrass Producers International (800) 405-8873 www.tuifgrasssod.org (847) 705-9898 UL Underwriters Laboratories Inc. (800) 704-4050 www.ul.com (847) 272-8800 REFERENCES i 01420 - 3 i £. 1.{ 34°i Street Paving Improvements Indiana Avenue to Avenue Q D. Abbreviations and Acronyms for Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name F1 of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (800) 214-4321 www.bocai.org (708) 799-2300 CABO Council of American Building Officials (See ICC) IAPMO International Association of Plumbing and (909) 472-4I00 Mechanical Officials (The) www.iapm_p o.or [CBO International Conference of Building Officials (800) 284-4406 www.icbo.org (562) 699-0541 [CC International Code Council (703) 931-4533 (Formerly: CABO - CounciI of American Building Officials) www.iccsafe.org SBCCI Southern Building Code Congress International, (205) 591-1853 Inc. www.sbcci.org E. Abbreviations and Acronyms for Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. 01269110 11/11 CE Army Corps of Engineers (601) 634-2355 CRD Standards www.usace.ai-my.mil CFR Code of Federal Regulations (888) 293-6498 vvww.access.gpo.gov/iiara/cfr (202) 512-1530 EPA Environmental Protection Agency (202) 260-2090 www.epa.gov FED -STD Federal Standard (See FS) FS Federal Specification (Available from DOD, GSA, and NIBS) REFERENCES 01420 - 4 34'h Street Paving Improvements Indiana Avenue to Avenue Q NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration T (800) 321-6742 (See CFR 29) (202) 219-5000 y www.osha.aov TCEQ Texas Commission on Environment Quality (806) 796-7092 www.tceq.state.tx.us (512) 239-1000 TxDOT Texas Department of Transportation (806) 745-4411 www.dot.state.tx.us PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269110 REFERENCES 01420 - 5 11/11 t 340' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities. B. Temporary utilities include, but are not limited to, the following: 1. Drainage water service. 2. Sanitary facilities, including toilets, wash facilities, and drinking -water facilities. 3. Electric power service. 4. Telephone service. 5. Cellular telephone service. 6. High speed internet service. C. Support facilities include, but are not limited to, the following: 1. Temporary roads and paving. 2. Project identification and signs. 3. Field offices. 4. Storage and fabrication sheds. 5. Construction aids and miscellaneous services and facilities. D. Protection facilities include, but are not limited to, the following: 1. Environmental protection. 2. Stormwater control. 3. Barricades, warning signs and lights. 1.3 RELATED SECTIONS A. Section 01356 — Storm Water Pollution Prevention Plan (SWP3). B. Section 01555 - Barricades, Signs and Traffic Handling. C. Section 02741 - Hot -Mix Asphalt Paving for construction and maintenance of asphalt paving for temporary roads and paved areas. 1.4 USE CHARGES A. General: Cost or use charges for temporary facilities are not chargeable to Owner or Engineer and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. Owner. 2. Owner's forces. 3. Engineer. 4. Resident Project Representative. 5. Testing agencies. 01269110 TEMPORARY FACILITIES AND CONTROLS 01500 - 1 11/11 I 34`h Street Paving Improvements Indiana Avenue to Avenue Q G. High Speed Internet Service — Provide temporary high speed internet connection throughout the construction period. Connection can be through cable modem or DSL. Provide all equipment necessary for a single point connection to the project computer. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Locate field offices, storage sheds, sanitary facilities, and other temporary construction and support facilities for easy access. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. B. Traffic Controls: Provide temporary traffic controls at junction of temporary roads with public roads. Include warning signs for public traffic and "STOP" signs for entrance onto public roads. Comply with requirements of authorities having jurisdiction. C. Dewatering Facilities and Drains: Comply with requirements in applicable Division 2 Sections for temporary drainage and dewatering facilities and operations not directly associated with construction activities included in individual Sections. Where feasible, use same facilities. Maintain Project site, excavations, and construction free of water. D. Project Identification and Temporary Signs: Prepare Project identification signs with the information listed below. Install signs to inform public and persons seeking entrance to Project. Do not permit installation of unauthorized signs. Submit the layout and dimensions of the sign to the Owner. The sign and lettering shall be of sufficient size to be visible and legible at 100 feet distance. 1. Provide project signs to be placed at both ends of corresponding project limits. 2. Project sign to include the following information. List all items on separate lines of the sign. a. City of Lubbock, Texas b. Capital Improvements C. Project Logo Pill.IF �. "h StreetHCOUTRUMON _ (A digital format will be provided by the Engineer for reproduction). d. Contractor: (include name of contractor and location of their main headquarters) e. Engineer: Parkhill, Smith & Cooper, Inc., Lubbock, Texas f. Project Serving the Citizens of Lubbock, Texas 3. Engage an experienced sign painter to apply graphics for Project identification signs. 4. Prepare temporary signs to provide directional information to construction personnel and visitors. 5. Construct signs of exterior -type Grade B-B high -density concrete form overlay plywood. Support on posts or framing of preservative -treated wood or steel. 6. Paint sign panel and applied graphics with exterior -grade alkyd gloss enamel over exterior primer. 7. Maintain project signs until acceptance of the project. 01269110 TEMPORARY FACILITIES AND CONTROLS 01500 - 4 I1/I1 34`h Street Paving Improvements Indiana Avenue to Avenue O E. Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Containerize and clearly label hazardous, dangerous, or unsanitary waste materials separately from other waste. 1. If required by authorities having jurisdiction, provide separate containers, clearly labeled, for each type of waste material to be deposited. F. Common -Use Field Office: Provide an insulated, weathertight, air-conditioned and heated field office for use as a common facility by all personnel engaged in construction activities; of sufficient size to accommodate required office personnel and meetings of 10 persons at Project site. Contractor shall provide weekly housekeeping service. 1. Furnish and equip office as follows: a. Desk and four chairs, four -drawer file cabinet, a plan table, a plan rack, and bookcase. b. Water cooler for drinking water and private toilet complete with water closet, lavatory with hot and cold water, and medicine cabinet with mirror. C. Drinking water for water cooler, disposable cups, toilet paper, paper towels, hand soap, first aid kit, and fire extinguisher. 2. Maintain field office and repair, as necessary, in a timely manner until acceptance of the project by the Owner. G. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment involved, including temporary utility services as needed. Sheds may be open shelters or fully enclosed spaces on -site. 3.4 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage caused by freezing temperatures and similar elements. I. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. 2. Prevent water -filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations. C. Termination and Removal: Remove each temporary facility when need for its service has ended, or no later than Substantial Completion. 1. Materials and facilities that constitute temporary facilities are the property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements. END OF SECTION 01269110 TEMPORARY FACILITIES AND CONTROLS 01500 - 5 11/11 J-1 34'h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01555 BARRICADES, SIGNS AND TRAFFIC HANDLING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 DESCRIPTION A. This Item shall govern for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of work, all barricades, portable barriers, signs, portable changeable message signs, cones, lights and other such type devices and of handling traffic as indicated on the plans or as directed by the Engineer or Owner. PART 2 - PRODUCTS 2.1 BARRICADES, SIGNS AND DEVICES A. All barricades, signs and other types of devices listed above shall conform to details shown on the plans or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). All traffic control devices shall be crashworthy according to the guidelines set forth in the National Cooperative Highway Research Program (NCHRP) Report 350. 2.2 TEMPORARY PAVEMENT MARKINGS A. Materials, handling and installation shall be in accordance with Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, 2004 (TxDOT) Item 662. B. Layout, color and placement shall conform to the TMUTCD and be verified by the Owner's representative before installation. PART 3 - EXECUTION 3.1 GENERAL A. For this project a Traffic Control Plan (TCP), responsive to the TMUTCD, has been established by the Engineer. The Contractor may propose his own TCP. Contractor - proposed major modifications to the Traffic Control Plan shall bear the seal of a Registered Professional Engineer. If the plan is approved in writing by the Engineer or Owner, it may be used. Prior to beginning work, the Contractor shall designate, in writing, a competent person who will be responsible and available on the project site or in the immediate area to insure compliance with the TCP. 01269110 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 1 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue Q 3.2 MAINTENANCE A. All retroreflective traffic control devices such as barricades, vertical panels, signs, etc., shall be maintained by cleaning, replacing or a combination thereof such that during darkness and rain the retroreflective characteristics shall equal or exceed the retroreflective characteristics of traffic industry standard reflective panels. END OF SECTION 01269110 BARRICADES, SIGNS AND TRAFFIC HANDLING 01555 - 2 11/11 30 Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01576 WASTE MATERIAL DISPOSAL PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disposal of waste material and salvageable material. 1.3 RELATED SECTIONS A. Section 02221 — Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02317 —Excavation and Backfill for Structures. 1.4 SUBMITTALS A. Submittals shall conform to requirements of Section 01330 — Submittal Procedures. B. Obtain and submit disposal permits for proposed disposal sites if required by local ordinances. C. Submit a copy of written permission from property owner, along with description of property, prior to disposal of excess material adjacent to the Project. Submit a written and signed release from property owner upon completion of disposal work. Both written permission and signed release shall include hold -harmless clauses naming the City of Lubbock, Texas, Parkhill, Smith & Cooper, Inc. and Hugo Reed and Associates, Inc., as the entities to be held harmless in any subsequent legal proceeding. Both property permissions and signed releases shall be attested to by a notary public. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 SALVAGEABLE MATERIAL A. Excavated Material: When indicated on drawings, load, haul, and deposit excavated material at a location or locations shown on drawings outside the limits of Project. B. Asphalt Pavement and Asphalt Stabilized Base: Conform to requirements in Section 02221— Removing Existing Pavements. i 01269110 WASTE MATERIAL DISPOSAL 01576 - 1 11/11 F, 340' Street Paving Improvements Indiana Avenue to Avenue Q C. Other Salvageable Materials: Conform to requirements of individual Specification Sections. D. Coordinate the delivery of salvageable material to a specified location with the Engineer. 3.2 EXCESS MATERIAL A. Vegetation, rubble, broken concrete, debris, asphaltic concrete pavement, excess soil, and other materials not designated for salvage, shall become the property of the Contractor and shall be removed from the job site in a timely manner and legally disposed of at a proper facility such as the West Texas Region Disposal Facility (WTRDF). B. Excess soil may be deposited on private property adjacent to the Project if approved by the Owner and when written permission is obtained from property owner. See Paragraph 1.4 C above. C. Waste materials shall be removed from the site on a daily basis, such that the site is maintained in a neat and orderly condition. D. Excess material may be disposed at the West Texas Region Disposal Facility. There may be a tipping fee for construction debris and for excess uncontaminated soil. For a complete list of fees associated with the West Texas Region disposal Facility, please go to the City's website at http:Hsolidwaste.ci.lubbock.tx.us/disposal/disfees.htm. There may also be a fee per load for every truck that is not covered properly when coming to the landfill. All tipping fees shall be considered to be included in the Contractor's bid prices in accordance with specification Section 01020. END OF SECTION 01269110 WASTE MATERIAL DISPOSAL 01576 - 2 11/I1 34'h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01600 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Products. B. Transportation and handling. C. Storage and protection. D. Product options. E. Substitutions. 1.3 RELATED SECTIONS A. Information to Bidders: Product options and substitution procedures. B. Section 01400 - Quality Requirements. 1.4 PRODUCTS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. C. Provide interchangeable components of the same manufacturer, for similar components. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING L J A. Delivery 1. Deliver materials, products and equipment to the project site in undamaged condition in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. f t 2. Promptly inspect shipments to assure that products comply with requirements, quantities ��1I are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4. Arrange deliveries in accordance with the construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in the construction process. 01269110 PRODUCT REQUIREMENTS 01600 - l 344i Street Paving Improvements Indiana Avenue to Avenue O B. Storage 1. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight, climate controlled enclosures. 2. For exterior storage of fabricated products, place on sloped supports, above ground. 3. Provide off -site storage and protection when site does not permit on -site storage or protection. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. 6. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7. Arrange storage of products to permit access for inspection in a local warehouse. Periodically inspect to assure products are undamaged and are maintained under specified conditions. 8. Materials, products and equipment may be stored offsite in a bonded and insured local warehouse approved by the Engineer and Owner. Pay all costs incurred for off -site storage facilities. Products properly stored in off -site storage facilities may be included in progress pay requests with written approval of the Owner. C. Handling 1. Handle materials, products and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.6 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified byNaming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 1.7 SUBSTITUTIONS A. For bidding purposes as provided in "Information to Bidders". B. Substitutions may be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. D. A request constitutes a representation that the Bidder: l . Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the Substitution as for the specified product. 3. Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re -approval by authorities. 01269110 PRODUCT REQUIREMENTS 01600 - 2 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q E. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. F. Substitution Submittal Procedure: 1. Submit four copies of request for Substitution for consideration. Limit each request to one proposed Substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. 3. The Engineer will notify Contractor, in writing, of decision to accept or reject request. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269110 PRODUCT REQUIREMENTS 01600 - 3 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 01700 CONTRACT CLOSEOUT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Closeout procedures. B. Final cleaning. C. Adjusting. D. Project record documents. E. Operation and maintenance data. F. Warranties. 1.3 RELATED SECTIONS A. Section 01500 — Temporary Facilities and Controls. 1.4 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Engineer's inspection. B. Provide submittals to Engineer that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. 1.5 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Clean site; sweep paved areas, rake clean landscaped surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the site. D. Repair, patch and touch-up marred surfaces to match adjacent finishes. 1.6 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 01269110 11/11 CONTRACT CLOSEOUT 01700 - 1 I" 34a' Street Paving Improvements~ Indiana Avenue to Avenue Q ` 1.7 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. B. Store Record Documents separate from documents used for construction. C. Record information concurrent with construction progress. D. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: l . Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes made by addenda and modification. F. S ubmit documents to Engineer as line segment installation is completed and with claim for final Application for Payment. 1.8 WARRANTIES A. Provide duplicate notarized copies. B. Execute and assemble documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble with metal prong binder in durable plastic presentation cover. D. Submit prior to final Application for Payment. E. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. F. Provide Affidavit of Bills Paid as required by General Contract Conditions and Owner. PART 2-PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01269110 CONTRACT CLOSEOUT 01700 - 2 11/11 30 Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02050 REMOVAL, DEMOLITION AND SALVAGE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Disconnecting and capping of identified utilities. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings B. Section 01600 — Product Requirements. C. Section 01700 - Contract Closeout: Project record documents. 1.4 JOINT INSPECTION A. Prior to demolition, a joint inspection by the Owner, Engineer and Contractor will be made to determine condition of existing structures adjacent to items being demolished. Adjacent structures damaged by demolition operations must be restored satisfactorily at no expense to the Owner. 1.5 PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700 — Contract Closeout. B. Accurately record actual locations of capped utilities and subsurface obstructions. 1.6 QUALIFICATIONS A. Experience in performing the Work of this Section. 1.7 DISPOSITION OF MATERIALS AND EQUIPMENT A. Ownership of Material and Equipment 1. Certain materials and equipment may be designated for reuse or salvage and will remain the Owner's property. If the designated items are damaged during demolition, handling or storage, the items must be restored satisfactorily at no expense to the Owner. 2. Materials and equipment not designated for reuse or salvage become the Contractor's property. B. Disposal. All materials and equipment not designated for reuse or salvage shall be disposed of by the Contractor at no expense to the Owner. C. Reuse. Other items may be designated for reuse as directed by the Owner's Representative. 01269110 REMOVAL, DEMOLITION AND SALVAGE 02050 - 1 34`h Street Paving Improvements Indiana Avenue to Avenue Q 1.8 REGULATORY REQUIREMENTS A. Conform to applicable code for demolition of structures, safety of adjacent structures, dust control, runoff control and disposal. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks or hydrants without permits. E. Conform to applicable regulatory procedures when discovering hazardous or contaminated materials. 1.9 SCHEDULING A. Schedule work under the provisions of Section 01039 — Coordination and Meetings. B. Schedule Work to coincide with new construction. C. Describe demolition removal procedures and schedule. PART 2-PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers and security devices. B. Protect existing landscaping materials, appurtenances and structures which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark location of utilities. 3.2 PROTECTION OF PERSONS AND PROPERTY A. The Contractor is responsible for providing protection of persons and property, including safe working conditions throughout work progress. B. Minimize the spread of dust and flying particles. Execute demolition in a manner to prevent damage from falling debris or other sources to Owner's property or adjacent property. C. Do not interfere with use of adjacent structures; maintain free. and safe access at all times. Guard against movement or settlement of adjacent structures. The Contractor is responsible for safety and integrity of adjacent structures and, consequently, is liable for any movement or settlement and any resulting injuries or damage. Provide proper bracing and shoring necessary for support. If safety of adjacent buildings appears to be endangered, cease operations. Do not resume demolition until proper protective measures have been taken. 01269110 REMOVAL, DEMOLITION AND SALVAGE 02050 - 2 11/11 E 34 h Street Paving Improvements ' Indiana Avenue to Avenue Q 3.3 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Cease operations immediately if adjacent structures appear to be in danger. Notify Engineer. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon or limit access to their property. E. Sprinkle Work with water to minimize dust. Provide hoses and water connections for this purpose. 3.4 BLASTING A. Blasting is not permitted on this project. 3.5 FIRES A. Fires are not permitted on this project. 3.6 UTILITY SERVICES A. Disconnecting Seal abandoned storm or sanitary sewers with concrete or by another approved method. B. Interruption When temporary interruption of utility service to an occupied building is required by the work, properly coordinate the outage to prevent untimely or damaging interruptions. 3.7 DEMOLITION A. Disconnect, remove and cap designated utilities within demolition areas. B. Remove foundation walls and footings to a minimum of four feet below finished grade 10 feet beyond area of new construction. C. Remove concrete slabs on grade. D. Remove materials to be re -installed or retained in manner to prevent damage. Store and protect in accordance with requirements of Section 01600 — Product Requirements. E. Rough grade and compact areas affected by demolition to maintain site grades and contours. F. Remove demolished materials from site. G. Do not burn or bury materials on site. Leave site in clean condition. H. Remove all temporary work. 3.8 GENERAL WORK ITEMS A. Contractor may use equipment and materials necessary to properly complete the demolition. Operational procedures are at the Contractor's option but must not interfere with the execution of other work. Materials or equipment designated for reuse or salvage shall be carefully removed, transported and stored in approved storage areas. B. Structures. Remove structures entirely, including footings, contents, attachments and improvements. Carefully remove and lower structural steel. 01269110 REMOVAL, DEMOLITION AND SALVAGE 02050 - 3 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q C. Removing and Replacing Concrete. Use these procedures where existing concrete must be removed to facilitate operations but will be replaced subsequently. 1. Make initial cut with a concrete saw exercising care to avoid cutting reinforcement. 2. After removing concrete, cut cross bars at center of breakout and bend back. 3. Before replacing concrete, bend bars back to the original position and provide a splice bar for each cut bar. Splice bars must be the size of cut bars and of a length to lap each cut end a minimum of 20 diameters of the bar, unless restricted by the job conditions. 4. Immediately before placing new concrete, thoroughly clean old concrete and apply a heavy coat of bonding agent. 5. Replace concrete as specified in Division 3 - Concrete. D. Backfill 1. Backfill and compact holes or other hazardous openings resulting from demolition with an approved material to the density of adjacent soil as specified in the section describing Earthwork. 2. Backfilling with rubbish or burying on the site is not permitted. E. Cleaning. Keep the work areas free of accumulated debris. Materials and equipment that are not for reuse of salvage must be removed from the site daily, unless otherwise approved. 3.9 MECHANICAL WORK ITEMS A. Remove existing mechanical work items to the extent necessary to accommodate new work. 3.10 ELECTRICAL WORK ITEMS A. Unless otherwise noted, remove all electrical materials and equipment from areas indicated for demolition and from site. B. Remove existing conduit to the extent necessary to accommodate new work or to a minimum of 5 feet beyond area indicated for demolition, whichever is greater. C. Remove all wiring from abandoned conduit. D. Seal abandoned conduits. E. Existing electrical services and controls to items being removed must be disconnected. 3.11 SCHEDULES A. No salvage material or equipment shall be reused on the project unless specifically provided for in the Specifications or so noted on the drawings. END OF SECTION 01269110 REMOVAL, DEMOLITION AND SALVAGE 02050 - 4 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02083 ADJUSTING MANHOLES AND VALVES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications pertains to manholes and valve adjustments. 1.3 RELATED SECTIONS A. Section 02084 — Frames, Grates, Rings, and Covers. B. Section 02317 — Excavation and Backfill for Structures. C. Section 02665 — Water Works Piping, Valves and Fittings. D. TxDOT Item 401— Flowable Backfill. 1.4 REFERENCES A. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. B. ASTM C 857 — Minimum Structural Design Loading for Underground Precast Concrete Utility Structures. C. ASTM C 858 — Underground Precast Concrete Utility Structure. D. ASTM C 1107 - Packaged Dry, Hydraulic -Cement Grout (Nonshrink). E. ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lbf/ft3) 1.5 SUBMITTALS A. Conform to requirements of Section 01330 — Submittal Procedures. B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. D. Submit manufacturer's data and details of material to be used for sealing of riser joints. PART 2-PRODUCTS 2.1 RINGS AND LIDS A. Reuse removed manhole rings, valve boxes, plates, grates, covers, and brick if they are in good condition as determined by the Engineer. Provide additional materials in accordance with Section 02084, Frames, Grates, Rings, and Covers and Section 02665, Water Works Piping, Valves and Fittings at no cost to the OWNER. 01269110 ADJUSTING MANHOLES AND VALVES 02083 - 1 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q ri B. Manhole covers shall be stamped "City of Lubbock, Texas, Sanitary Sewer". C. Valve box covers shall be stamped "Water". D. Single- or multiple -piece prefabricated metal extension rings may be used for the adjustment of manholes as approved. Provide concrete that meets Section 02751, "Portland Cement Concrete Pavement." 2.2 MORTAR A. Conform to requirements of ASTM C 270, Type S using Portland cement. 2.3 MISCELLANEOUS METALS A. Provide gray -iron frames, rings, and covers conforming to the requirements of Section 02084 — Frames, Grates, Rings, and Covers. B. Provide cast iron valve boxes conforming to the requirements of Section 02665 - Water Works Piping, Valves and Fittings. 2.4 PIPE TO MANHOLE/VAULT CONNECTIONS FOR STORM SEWERS A. Grout space between the pipe and manhole -wall conforming to ASTM C 1107. 2.5 SEALANT MATERIALS A. Provide sealing materials between precast concrete adjustment ring and manhole cover frame, such as ConSeal CS-202 Butyl Sealant or approved equal. B. Seal joints between sections with ConSeal CS-202 Butyl Sealant or approved equal conforming to ASTM C 990. 2.6 BACKFILL MATERIALS A. Backfill materials shall conform to the requirements of Section 02317 - Excavation and Backfill for Structures and Section 02321 — Flowable Backfill. 2.7 NON -SHRINK GROUT A. Provide prepackaged, inorganic, flowable, non -gas -liberating, non-metallic, cement -based grout requiring only the addition of water. B. Grout shall meet the requirements of ASTM C 1107 and shall have a minimum 28-day compressive strength of 7000 psi. C. Grout shall be recommended by the manufacturer for use in wet environments and immersion service. PART 3 - EXECUTION 3.1 CONSTRUCTION A. Verify that lines and grades are correct. B. Adjust or cap existing manholes or valve boxes shown on the plans or as directed by the Engineer. 01269110 ADJUSTING MANHOLES AND VALVES 02083 - 2 11/11 �1 340' Street Paving Improvements Indiana Avenue to Avenue Q C. Carefully remove manhole and valve rings, covers, plates, and grates to be reused. Clean mortar and grease from the contact areas of all reused items. Take precautions so that foreign material (dirt, trash, debris, etc.) is not introduced into the manhole or valve box. Use construction methods described below unless otherwise shown on the plans. 1. Lowering the Top of a Manhole. Remove a sufficient depth of brick courses or concrete to permit reconstruction. Where brickwork is present, clean the mortar from the top course of brick. Rebuild the manhole to the dimensions shown in the plans. Install the manhole ring and the cover, plate, or grate to conform to the proposed surface elevation and slope. 2. Raising the Top of a Manhole. Clean the top surface of brick or concrete. Construct to the proper new elevation using new brick, brick salvaged from other manholes, prefabricated metal extension rings, concrete rings, or Class A concrete. Install the manhole ring and the cover, plate, or grate to conform to the proposed new surface elevation and slope. Install prefabricated extension rings in accordance with manufacturer's instructions. 3. Lowering the Top of Valve Box. Cut riser with proper machinery to allow top of valve lid to be installed at the proposed surface elevation and slope. 4. Raising the Top of a Valve Box. Extend the riser with approved splice or joint appropriate for riser material to allow top of valve lid to be installed at the proposed surface elevation and slope. S. Capping a Valve. Remove the valve box and riser to an elevation below bottom of subgrade. Fill remaining riser with flowable fill and allow to cure. If embankment above valve cannot be placed and processed homogonously with surrounding subgrade, extend flowable fill to surface of treated subgrade at no additional cost. D. Dispose of unused, removed material as directed. E. Backfill all disturbed areas with flowable fill, unless otherwise instructed by the Engineer. END OF SECTION 01269110 ADJUSTING MANHOLES AND VALVES 02083 - 3 ! 1/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02084 FRAMES, GRATES, RINGS, AND COVERS PART 1-GENERAL A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section._ 1.2 SECTION INCLUDES A. This section of the specifications covers gray iron castings for use as manhole frames and lids, gratings, and rings. 1.3 RELATED SECTIONS A. Section 02083 — Adjusting Manholes and Vaults. B. Section 03300 — Cast -in -Place Concrete. 1.4 REFERENCES A. AASHTO - American Association of State Highway and Transportation Officials Standard Specification for Highway Bridges. B. ASTM A 48 - Specification for Gray Iron Castings. C. ASTM A 615 - Standard Specification for Deformed Billet -Steel Bars for Concrete Reinforcement. D. AWS - D 12.1 Welding Reinforcing Steel. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 - Submittal Procedures. r B. Submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions. C. Submit shop drawings for fabrication and installation of casting assemblies that are not included in Drawings. Include plans, elevations, sections and connection details. Show anchorage and accessory items. Include setting drawings for location and installation of castings and anchorage devices. r PART 2-PRODUCTS 2.1 GENERAL CASTINGS A. Castings for frames, grates, rings and covers shall conform to ASTM A 48, Class 35. Provide locking covers if indicated on Drawings. B. Castings shall be capable of withstanding the application of an AASHTO H-20 loading without permanent deformation. i 01269110 FRAMES, GRATES, RINGS, AND COVERS 02084 - 1 . 11/11 L__ 34''' Street Paving Improvements - Indiana Avenue to Avenue Q C. Fabricate castings to conform to the shapes, dimensions, and with wording or logos shown on the Drawings. Standard dimensions for manhole covers are 24 inches in diameter. Cast dimensions may vary by +/- 1/16 inch per foot. Weight shall not vary from published weight by more than +/- 5 percent. D. Castings shall be clean, free from blowholes and other surface imperfections. Cast holes in covers shall be clean and symmetrical, free of plugs. 2.2 FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 2040 manhole lid and ring with Type 5 pick bar, labeled "storm sewer", with a minimum weight of 280 lbs, or approved equal. 2.3 SPECIAL FRAMES AND COVERS FOR MANHOLES A. Where indicated on the drawings, provide watertight manhole frames and covers with a minimum of four one -inch anchor bolt holes in the frame flange. Supply watertight manhole covers and frames meeting Neenah R-1916-D (335 pounds), Neenah R-1916-E (410 pounds), Neenah R-1916-F (330 pounds), Neenah R-1916-F1 (375 pounds), or equal to fit cone section and adjustment rings, and to allow for anchor bolts extending into the cone section. Frame and cover shall be suitable for internal low pressure storm water service to 20 pounds per square inch internal pressure. B. Anchor lid with manufacturer's recommended size, number, and strength of bolts and nuts. C. Lid to be stamped "Storm Sewer". D. Anchor frame with 7/8-inch Hilti stainless steel bolt or stainless steel threaded rod with washer and nut. Embed anchor bolts a minimum of three inches into concrete cone section of manhole, exclusive of length required to penetrate adjustment rings. Use a minimum of four bolts evenly spaced on the frame circumference. Minimum pullout force per bolt to be 3,000 pounds in tension. Use anchor bolts equal to Hilti HVA System or Hilti Kwik Bolt I1 System. Total anchor bolt length dependent on frame thickness and number of grade rings. Top nuts, after tightening, shall leave at least three full threads of the bolt showing above the nut. 2.4 CASTINGS FOR INLET STRUCTURES A. Where indicated on the drawings, provide manhole frames and covers, East Jordan Iron Works 2141 with 135 lb. lid, or approved equal. B. Where indicated on drawings for "stair step" inlets, provide slab type frame and grate with anchor flange, Neenah R-3340-D or approved equal. C. Where indicated on the drawings for "tower" inlets, provide slab type ring and grate, East Jordan Iron Works V-3600-5 or approved equal. PART 3 - EXECUTION 3.1 INSTALLATION A. Install castings according to approved shop drawings, instructions given in related specifications, and applicable directions from the manufacturer's printed materials. 01269110 FRAMES, GRATES, RINGS, AND COVERS 02084 - 2 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q B. Set castings accurately at required locations to proper alignment and elevation. Keep castings plumb, level, true, and free of rack. Measure location accurately from established lines and grades. Brace or anchor frames temporarily in formwork until permanently set. C. At inlets, wedge the manhole covers and grates with hammered -in -place metal wedges to prevent removal unless wedges are first removed. Metal wedges must be removable by } sledge hammer. END OF SECTION 01269110 FRAMES, GRATES, RINGS, AND COVERS 02084 - 3 11/11 340i Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02221 REMOVING EXISTING PAVEMENTS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers the removal of existing pavements. Included, but not limited to the following are: concrete paving, asphaltic paving, concrete curb and/or gutter, miscellaneous items. 1.3 RELATED SECTIONS A. Section 01576 — Waste Material Disposal. B. Section 02300 — Earthwork. C. Section 02317 — Excavation and Backfill for Structures. D. Section 02741— Hot -Mix Asphalt Paving. E. Section 03300 — Cast -in -Place Concrete. 1.4 REGULATORY REQUIREMENTS A. Conform to applicable codes for disposal of debris. Refer to Section 01576 — Waste Material Disposal. B. Coordinate removal work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Obtain advance approval from Engineer for dimensions and limits of removal work. B. Identify all utilities below grade. Stake and flag locations. C. Prior to removal of any concrete curb and gutter, Contractor shall survey the section of curb and gutter to determine existing grades and elevations. Submit survey field notes to the Engineer prior to removal of curb and gutter. All curb and gutter to be replaced will be installed to the original grades and elevations unless otherwise shown on the drawings or as approved by the Owner and Engineer. 01269110 REMOVING EXISTING PAVEMENTS 02221 - 1 11/11 30 Street Paving Improvements Indiana Avenue to Avenue O 3.2 PROTECTION A. Protect the following from damage or displacement: 1. Adjacent public and private property. 2. Trees, plants, and other landscape features designated to remain. 3. Utilities not designated to be removed. 4. Pavement and utility structures not designated to be removed. 5. Bench marks, monuments, and existing structures not designated to be removed. 3.3 REMOVALS A. Remove pavements and structures by methods that will not damage underground utilities. Do not use a drop hammer near existing underground utilities. B. Minimize amount of earth loaded during removal operations. C. Where existing pavement is to remain, make straight saw cuts in existing pavement to provide clean breaks prior to removal. Do not break concrete pavement or base with drop hammer unless concrete or base has been saw cut to a minimum depth of 2 inches. D. Where street and driveway saw cut locations coincide or fall within 3 feet of existing construction or expansion joints, break out to existing joint. E. Remove sidewalks and curbs to nearest existing dummy, expansion, or construction joint. F. Any existing concrete which is damaged or destroyed beyond the neat lines so established shall be replaced at the Contractor's expense. G. Remaining concrete shall be mortared to protect the reinforcing steel and provide a neat clean appearance. H. Where reinforcement is encountered in the removed portions of structures to be modified, a minimum of 1-foot of steel length shall be cleaned of all old concrete and left in place to tie into the new construction where applicable. I. Existing asphalt pavement and caliche base removed from the roadway shall be separately salvaged and delivered to stockpile area at 8425 North Ave. P. Salvage to depth indicated in drawings. Care shall be taken to exclude subgrade soils from the salvaged paving material. Material shall be crushed to a maximum diameter of 2-inches, whether crushed or milled. 3.4 BACKFILL A. Backfill of removal zones shall be in accordance with requirements of Section 02300 — Earthwork or Section 02317 — Excavation and Backfill for Structures as applicable to the specific portion of the work. 3.5 DISPOSAL A. Remove from the site debris resulting from work under this section in accordance with requirements of Section 01576 — Waste Material Disposal. END OF SECTION 01269110 REMOVING EXISTING PAVEMENTS 02221 - 2 _ 11/11 { 34 h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02300 EARTHWORK PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division l - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications refers to general excavation of various materials at storm sewer inlets, storm sewer outlets, channel grading, subgrade preparation related to paving, flexible base, topsoil placement, and other miscellaneous grading items. For trenching -specific earthwork and excavations at least five feet deep, refer to Section 02317 — Excavation and Backfill for Structures. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 01500 - Temporary Facilities and Controls. C. Section 02317 — Excavation and Backfi11 for Structures. D. Section 02318 — Borrow. E. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft — lb/ft). ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1556 (2000) Density and Unit Weight of Soil in Place by the Sand -Cone Method ASTM D 1557 (2002) Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lb/ft) ASTM D1586 (1999) Penetration Test and Split -Barrel Sampling of Soils 01269110 EARTHWORK 02300 - 1 11/11 340' Street Paving Improvements Indiana Avenue to Avenue O ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils 1.5 DEFINITIONS P A. Backfill: Soil materials used to fill an excavation. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Borrow: Satisfactory soil imported from off -site for use as fill or backfill. D. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Bulk Excavation: Excavations more than 20 feet in width and pits more than 30 feet in either length or width, and not associated with trenching for pipe installation. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. E. Fill: Soil materials used to raise existing grades. F. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. G. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. H. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. I. Utilities: Include on -site underground pipes, conduits, ducts, and cables. J. Suitable Material: Suitable soil materials are those meeting specification requirements. Unsuitable soils meeting specification requirements for suitable soils after treatment with lime or cement are considered suitable, unless otherwise indicated. K. Unsatisfactory Materials: Materials which do not comply with the requirements for satisfactory materials are unsatisfactory. Unsatisfactory materials also include man-made fills; trash; refuse; backfills from previous construction; and material classified as satisfactory which contains root and other organic matter or frozen material. The Engineer shall be notified of any contaminated materials. L. Cohesionless and Cohesive Materials: Cohesionless materials include materials classified in ASTM D 2487 as GW, GP, SW, and SP. Cohesive materials include materials classified as GC, SC, ML, CL, MH, and CH. Materials classified as GM and SM will be identified as cohesionless only when the fines are nonplastic. Testing required for classifying materials shall be in accordance with ASTM D 4318, ASTM C 136, ASTM D 422, and ASTM D 1140. 01269110 EARTHWORK 02300 - 2 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue Q M. Degree of Compaction: Degree of compaction required is expressed as a percentage of the maximum density obtained by the test procedure presented in ASTM D 698 or ASTM D 1557 as designated in the Contract Documents abbreviated as a percent of laboratory maximum density. Procedure A, B or C shall be applied as applicable along with corrections according to ASTM D 4718. For free draining soils, use maximum reference density according to ASTM D 4253. N. Topsoil: Material suitable for topsoils obtained from offsite areas or the top 3 feet of excavated material shall be defined as clean and uncontaminated soils capable of sustaining plant life. 1.6 SUBMITTALS A. Material Reports E--- 1. Classification according to ASTM D 2487 for each site of borrow soil material. 2. Laboratory compaction curve according to ASTM D 1557 for each on -site or borrow soil material. 1.7 QUALITY ASSURANCE A. Refer to Section 01400 — Quality Requirements. PART 2-PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Refer to Section 02318 — Borrow. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Satisfactory soils should have a liquid limit of 45 maximum and a plasticity index of 15 maximum. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Satisfactory soils. F. Flexible Base: 1. The material for flexible base shall consist of crushed caliche (limestone, calcareous clay particles, conglomerate, gravel, or other approved granular materials) produced from oversized quarried aggregate, sized by crushing and produced from a naturally occurring single source except that blending of clean crushed concrete will be allowed. Blended material must meet requirements for flexible base as defined in this and other sections. The material source shall be subject to approval by the Engineer. If material characteristics within the approved source change, the material shall be subject to retesting and re -approval prior to continued use. The Contractor shall not change material sources without approval by the Engineer. 01269110 EARTHWORK 02300 - 3 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q Flexible base material shall conform to the following test requirements: Sieve Analysis Sieve Size 2-1/2" 1-3/4" 7/8" ''/Z" #4 #40 % retained 0 0-10 10-35 30-50 45-65 70-85 Atterberg Limits Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum and 3 minimum Linear Shrinkage 10 maximum Wet Ball Mill When tested in accordance with Tex- 116-E (Wet Ball Mill) the material shall have a value not to exceed 55. The percent of material passing the No. 40 sieve shall not increase by more than 25 during the test. G. Subgrade: Subgrade material for concrete or asphalt construction shall consist of suitable native soil or off site soil, free from vegetation or other objectionable matter. All unstable or objectionable material shall be removed from the subgrade and replaced with approved material. The material shall be suitable for forming a stable embankment and shall meet the following requirements: Liquid Limit 45 maximum Plasticity Index 15 maximum Linear Shrinkage 2 min — 10 max Subgrade material which does not meet the above requirements may be conditioned with lime or caliche screenings. The conditioning shall produce a uniform subgrade material which meets all of these specified subgrade requirements. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant polyethylene film warning tape manufactured for marking and identifying underground utilities uncovered during prosecution of the work, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: 1. Red: Electric. 2. Yellow: Gas and oil. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. B. Warning tape to be placed within 3 feet of ground surface. 01269110 11/11 EARTHWORK 02300 - 4 '. 34`" Street Paving Improvements Indiana Avenue to Avenue O PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Protect subgrades and foundation soils against freezing temperatures or frost. C. Provide erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.2 STRIPPING OF TOPSOIL A. Topsoil will be separately excavated, stored, and used for surface finish in preparation for seeding, sodding, or other planting, only where topsoil is definitely superior for grass and plant growth as compared with the remainder of the excavated material. In general, this shall be considered as the top 6 inches of excavated material. Surface soil that is heavy clay, predominantly sandy, or is lean in grass -and plant -growth qualities, will not be saved. The hauling, spreading, smoothing, and maintenance of the topsoil in preparation for the seeding and planting operations are generally considered under a separate section, and therefore are not considered in this specification. B. Special consideration is required for topsoil salvage in cultivated farm land. See Section 02317 — Excavation and Backfill for Structures, and Section 02320 — Backfill Materials for Structures. 3.3 FROZEN MATERIAL A. Soils shall not be placed on a foundation which contains frozen material, or which has been subjected to freeze -thaw action. This prohibition encompasses all foundation types, including the natural ground, all prepared subgrades (whether in an excavation or on an embankment) and all layers of previously placed and compacted earth fill which become the foundations for successive layers of earth fill. All material that freezes or has been subjected to freeze -thaw action during the construction work, or during periods of temporary shutdowns, such as, but not limited to, nights, holidays, weekends, winter shutdowns, or earthwork operations, shall be removed to a depth that is acceptable to the Engineer and replaced with new material. Alternatively, the material will be thawed, dried, reworked, and recompacted to the specified criteria before additional material is placed. The Engineer will determine when placement of fill or backfill shall cease due to cold weather. The Engineer may elect to use average daily air temperatures, and/or physical observation of the soils for his determination. Embankment material shall not contain frozen clumps of soil, snow, or ice. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks, pavements and similar paths to indicated cross sections, elevations, and grades. 01269110 EARTHWORK 02300 - 5 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q 3.5 SUBGRADE PREPARATION A. Subgrade shall be prepared in conformance with the lines and grades shown on the plans, or as directed by the Engineer, by scarifying and compacting to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. Subgrade shall be constructed in maximum of 6 inch lifts. The total thickness of the subgrade shall be 12 inches minimum for thoroughfares and streets greater than 36 feet in width and 6 inches minimum for all other streets, or as indicated on plan sheets. The compaction method for subgrade shall provide for each lift to be compacted to the specified density using appropriate equipment. After each lift of subgrade is complete, tests will be made by Contractor with respect to moisture and density using nuclear testing equipment. At any time the Engineer may require proof rolling with a 25-ton pneumatic roller to test the uniformity of compaction. For 12-inch subgrade preparation in earth cuts, excavate to top of finish subgrade which will be the limit of payment for excavation. Remove the first 6 inches of material and wind row then scarify and compact to a uniform depth at least 12 inches below finish subgrade elevation. Once this first lift meets the testing requirements stated above then the remaining 6 inches of material may be laid back in place to compact and return to finish subgrade elevation. Any fill placed within existing or proposed street right-of-way in execution of an approved cut and fill plan shall meet these requirements for materials and construction. Subgrade not covered with base or other paving material within 7 days of meeting required density may be subject to retesting and reprocessing as determined by the Engineer. 3.6 UNSUITABLE MATERIAL A. If unsuitable material is encountered during subgrade preparation regardless of how it is discovered, the Contractor shall take corrective action as directed by the Engineer. If removal and replacement of the material is required or if drying is required deeper than 6 inches below subgrade it will be considered over excavation and paid for separately. Contractor shall back fill any over excavation with suitable material and compact to 95% of Modified Proctor Density at a moisture content within 2% of optimum in accordance with ASTM D 1557. 3.7 FLEXIBLE BASE CONSTRUCTION A. Areas behind curbs shall be backfilled and leveled with approved topsoil prior to placing base material. B. Approved flexible base material shall be hauled in vehicles of uniform capacity and dumped evenly along the project length for processing and compaction. Processing shall be accomplished in multiple lifts of 3 inches compacted thickness. Each course shall be wetted and rolled as required to produce a uniform compaction of 95% of Modified Proctor Density at a moisture content 1% to 2% below optimum. At any time the Engineer may require proof rolling with a 25-ton pneumatic roller to test the uniformity of compaction. C. Completed flexible base shall be cured for at least 7 days before finishing. During the curing period the street may be opened to traffic. The base shall be maintained by blading, watering, or other methods until the wearing surface is placed. 01269110 EARTHWORK 02300 - 6 11/11 1 j { �. i 34h Street Paving Improvements Indiana Avenue to Avenue Q D. The compacted flexible base shall be finished and shaped immediately preceding the application of the surface treatment. All loose or unconsolidated material shall be removed and the surface moistened and rolled with a steel wheel roller. All irregularities, depressions, or weak spots which develop shall be corrected by scarifying, adding or removing material as required, reshaping, and recompacting, or other methods approved by the Engineer. E. Any deviation in the surface of the finished base in excess of 3/8 inch from the established grade or true cross-section, using a 10 foot long straight edge, shall be corrected as provided above. 3.8 STORAGE OF SOIL MATERIALS A. Stockpile satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover or spray with dust suppressant to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of trees. 3.9 UTILITY TRENCH BACKFILL A. Refer to Section 02317 — Excavation and Backfill for Structures. 3.10 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material to required elevations as directed in Paragraph 3.12 using satisfactory soil material. 3.11 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.12 COMPACTION OF FILLS A. Place fill materials in layers not more than 6 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Each layer of backfill or fill material should be compacted to a minimum of 95% of Modified Proctor Density at a moisture content within 2% of optimum. 01269110 EARTHWORK 02300 - 7 11/11 34`h Street Paving Improvements } Indiana Avenue to Avenue O 3.13 TESTING A. Testing Agency: Contractor shall perform construction materials testing in conformance with Section 01400 — Quality Requirements. Owner may conduct independent testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill'layer. Proceed with subsequent earthwork only after Engineer has verified that test results for previously completed work comply with requirements. C. Testing agency will test compaction of soils in place according to ASTM D 1556 and ASTM D 2922, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved Areas: At subgrade and at each compacted fill layer, at least one test for every 5000 sq. ft. or less of paved area, but in no case fewer than three tests. 2. Trench Backfill: Refer to Section 02317 — Excavation and Backfill for Structures. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. Contractor shall be responsible for paying for failing tests conducted by Owner. Such failing tests shall include pro-rata technician time charges, pro-rata mileage expense and other pro -rated agency charges. 3.14 GRADING A. General: Uniformly grade areas to a smooth surface free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Finish subgrades to required elevations within the following tolerances: I. Lawn or Unpaved Areas: Plus or minus I inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 3/8 inch. 3.15 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash, debris and excess weeds. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. fI 01269110 EARTHWORK 02300 - 8 11/11 l.f T 34"' Street Paving Improvements Indiana Avenue to Avenue Q 3.16 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property according to Section j' 01576 — Waste Material Disposal. END OF SECTION 01269110 EARTHWORK 02300 - 9 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02317 EXCAVATION AND BACKFILL FOR STRUCTURES PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications includes information on excavation, trenching, foundation, embedment, and backfill for installation of structures, including storm sewers, culverts, manholes and other pipeline structures. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 —Quality Requirements. C. Section 0 1500 —Temporary Facilities and Controls. D. Section 01555 — Barricades, Signs and Traffic Handling. E. Section 02221 — Removing Existing Pavements. F. Section 02300 — Earthwork. G. Section 02318 — Borrow. H. Section 02320 — Backfill Materials for Structures. 1.4 DEFINITIONS A. Pipe Foundation: Suitable and stable native soils that are exposed at the trench subgrade after excavation to depth of bottom of the bedding as shown on the Drawings, or foundation backfill material placed and compacted in over -excavations. B. Pipe Bedding: The portion of trench backfill that extends vertically from top of foundation up to a level line at bottom of pipe, and horizontally under 1/3 of the pipe O.D. C. Haunching: The material placed on either side of pipe from the foundation to the springline of the pipe for rigid wall pipe, and horizontally from one trench sidewall to opposite sidewall, excluding the bedding section as shown on the plans. For flexible wall pipe, the haunching material extends to a minimum of 12" above the top of the pipe. D. Initial Backfill: The portion of trench backfill that extends vertically from the top of haunching or cement stabilized backfill up to a level line immediately below pavement subgrade, and horizontally from one trench sidewall to opposite sidewall. E. Pipe Embedment: The portion of trench backfill that consists of bedding, haunching and initial backfill. F. Trench Zone: The portion of trench backfill that extends vertically from top of pipe embedment up to a line immediately below pavement subgrade or up to final grade when not beneath pavement. G. Backfill: Suitable material meeting specified quality requirements, placed and compacted under controlled conditions. 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 1 11/11 1 34°i Street Paving Improvements Indiana Avenue to Avenue Q H. Surface Water Control: Diversion and drainage of surface water runoff and rain water away from trench excavation. Rain water and surface water accidentally entering trench shall be controlled and removed as a part of excavation drainage. I. Excavation Drainage: Removal of surface water in trench by sump pumping or other approved means. J. Trench Conditions are defined with regard to the stability of trench bottom and trench walls of pipe embedment zone. Maintain trench conditions that provide for effective placement and compaction of embedment material directly on or against undisturbed soils or foundation backfill, except where structural trench support is necessary. 1. Dry Stable Trench: Stable and substantially dry trench conditions exist in pipe embedment zone as a result of typically dry soils or achieved by ground water control (dewatering or depressurization) for trenches extending below ground water level. 2. Stable Trench with Seepage: Stable trench in which ground water seepage is controlled by excavation drainage. a. Stable Trench with Seepage in Clayey Soils: Excavation drainage is provided in lieu of or to supplement ground water control systems to control seepage and provide stable trench subgrade in predominately clayey soils prior to bedding placement. b. Stable Wet Trench in Sandy Soils: Excavation drainage is provided in the embedment zone in combination with ground water control in predominately sandy or silty soils. 3. Unstable Trench: Unstable trench conditions exist in the pipe embedment zone if ground water inflow or high water content causes soil disturbances, such as sloughing, sliding, boiling, heaving or loss of density. K. Subtrench: Subtrench is a special case of benched excavation. Subtrench excavation below trench shields or shoring installations may be used to allow placement and compaction of foundation or embedment materials directly against undisturbed soils. Depth of a subtrench depends upon trench stability and safety as determined by the Contractor. L. Trench Dam: A placement of low permeability material in pipe embedment zone or foundation to prohibit ground water flow along the trench. M. Over -Excavation and Backfill: Excavation of subgrade soils with unsatisfactory bearing capacity or composed of otherwise unsuitable materials below top of foundation as shown on Drawings, and backfilled with foundation backfill material. N. Foundation Backfill Materials: Natural soil or manufactured aggregate of controlled gradation, to control drainage and material separation. Foundation backfill material is placed and compacted as backfill to provide stable support for bedding. 1.5 REFERENCES A. ASTM D 558 - Test Methods for Moisture -Density Relations of Soil Cement Mixtures. B. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures Using 5.5-lb (2.49-kg) Rammer and 12-in. (304.8-mm) Drop. C. ASTM D 1557 - Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft — lb/ft3). D. ASTM D 2487 - Classification of Soils for Engineering Purposes. E. ASTM D 2922 - Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). F. ASTM D 3017 - Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 101269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 2 11/11 30 Street Paving Improvements Indiana Avenue to Avenue O G. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. H. TxDOT Tex- 101-E - Preparation of Soil and Flexible Base Materials for Testing. I. TxDOT Tex- 110-E - Determination of Particle Size Analysis of Soils. J. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 1.6 SCHEDULING A. Schedule work so that pipe embedment can be completed on the same day that acceptable foundation has been achieved for each section of pipe installation, manhole, or other structures. 1.7 SUBMITTALS A. Conform to Section 01330 - Submittal Procedures. B. Submit a written description for information only of the planned typical method of excavation, backfill placement and compaction, including: 1. Sequence of work and coordination of activities. 2. Selected trench widths. 3. Procedures for foundation and embedment placement, and compaction. 4. Procedure for use of trench boxes and other premanufactured systems while assuring specified compaction against undisturbed soil. C. Submit a surface water control plan in accordance with requirements in this Section. D. Submit backfill material sources and product quality information in accordance with requirements of Section 02320 - Backfill Materials for Structures. E. Submit record of location of storm sewer installed, referenced to survey control points. Include locations of utilities encountered that are not shown on Drawings or rerouted for the convenience of the Contractor. Give stations, NAD 83 state plane coordinates, NAVD 88 elevations, inverts, and gradients of installed storm sewer. F. Submit all field density tests results. G. Submit laboratory density compaction curves for each material. H. Submit 28 day compressive strength of flowable fill. 1.8 TESTS A. Perform backfill material source qualification testing in accordance with requirements of Section 02320- Backfill Materials for Structures. B. Once within pavement subgrade depth under paved areas, perform field density tests of subgrade at the frequency specified in Section 02300 — Earthwork. C. The Owner will perform his own check of field densities at random intervals at Owner's expense for passing tests. Failing tests will be charged to the Contractor. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Perform excavation with hydraulic excavator or other equipment suitable for achieving the requirements of this Section. 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 3 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue O B. Use only hand -operated tamping equipment until a minimum cover of 12 inches is obtained over pipes, conduits, and ducts. Do not use heavy compacting equipment until adequate cover is attained to prevent damage to pipes, conduits, or ducts. Do not use vibratory equipment until 5 feet of cover over pipes, conduits and ducts is obtained. Do not use vibratory equipment if adjacent structures are affected. C. Use trench shields or other protective systems or shoring systems which are designed and operated to achieve placement and compaction of backfill directly against undisturbed native soil. D. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. 2.2 MATERIAL CLASSIFICATIONS A. Embedment and Trench Zone Backfill Materials: Conform to classifications and product descriptions of Section 02320 - Backfill Materials for Structures. PART 3 - EXECUTION 3.1 PREPARATION A. Establish traffic control to conform to requirements of Section 01555 — Barricades, Signs and Traffic Handling and the Drawings. B. Perform work to conform to applicable safety standards and regulations. C. Immediately notify the agency or company owning any existing utility line which is damaged, broken, or disturbed. Obtain approval from the Owner and agency for any repairs or relocations, either temporary or permanent. D. Remove existing pavements and structures, including sidewalks and driveways, to conform to requirements of Section 02221 - Removing Existing Pavements. E. Maintain permanent benchmarks, monumentation, and other reference points. Unless otherwise directed in writing, replace those which are damaged or destroyed. 3.2 PROTECTION A. The Contractor shall locate all existing underground lines within construction limits, whether or not they are shown on the Drawings, sufficiently in advance of trenching operations to prevent any damage thereto. Conflicting utilities should be relocated by others prior to construction. Verification of location, size and burial depth of existing utilities shall be the complete responsibility of the Contractor. B. The Contractor shall protect existing structures, and other permanent objects outside of grading limits and within the grading limits as designated on the Drawings. C. Contractor shall protect and support above -grade and below -grade utilities which are to remain. D. Contractor shall restore damaged permanent facilities to pre -construction conditions, at the Contractors expense, unless replacement or abandonment of facilities are indicated on the Drawings. 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 4 11/11 Mh Street Paving Improvements Indiana Avenue to Avenue 0 E. Contractor shall implement measures to minimize erosion of trenches. Do not allow water to pond in trenches. Where slides, washouts, settlements, or areas with loss of density or pavement failures occur, repair, recompact, and repave those areas at no additional cost to Owner. F. The Contractor is responsible for notifying pipeline and cable utility owners of his intention of crossing their utility no less than seven days prior to crossing the utility. 3.3 EXCAVATION A. Perform excavation work so that pipe, conduit, and ducts can be installed to depths and alignments shown on the Drawings. Avoid disturbing surrounding ground and existing facilities and improvements. B. Structural excavation quantities have been determined based on dimensions shown in the Drawings C. Salvage topsoil in unpaved areas for later re -introduction into surface of trench. In roadside ditch areas, topsoil will be considered to be the soil above the uppermost calcium carbonate caliche layer. Depth of topsoil will vary. Excavate topsoil and keep separate from other excavated soil. Excavate with smooth -lip excavator bucket if necessary to avoid intermixing with caliche and undesirable soils. Stockpile topsoil separately from other excavated materials. D. Upon discovery of unknown utilities, badly deteriorated utilities not designated for removal, or concealed conditions, discontinue work at that location. Notify the Engineer and obtain instructions before proceeding. 3.4 HANDLING EXCAVATED MATERIALS A. Use only excavated materials which are suitable as defined in this Section and conforming to Section 02320 - Backfill Materials for Structures. Place material suitable for backfilling in stockpiles at'a distance from the trench to prevent slides or cave-ins. B. When required, provide additional backfill material conforming to requirements of Section 02318 - Borrow. C. Do not place stockpiles of excess excavated materials on streets and adjacent properties except as approved by Owner prior to excavation operations. Protect excess stockpiles for use on site. Maintain site conditions in accordance with Section 01500 - Temporary Facilities and Controls. D. Protect topsoil from intermixing with undesirable materials. E. All surplus or unsuitable materials shall be loaded and wasted at the Contractor's expense. 3.5 TRENCH FOUNDATION A. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. B. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. C. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with approved material, and thoroughly compacted. 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 5__ 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue O 3.6 PIPE EMBEDMENT, PLACEMENT, AND COMPACTION A. Immediately prior to placement of embedment materials, the bottoms and sidewalls of trenches shall be free of loose, sloughing, caving, or otherwise unsuitable soil. B. Place pipe bedding and backfill as shown on Drawings. 1. Sand bedding shall be loosely placed in trench as shown on Drawings. C. For pipe installation, manually spread embedment materials around the pipe to provide uniform bearing when compacted. Do not allow materials to free -fall from heights greater than 24 inches above top of pipe. D. For flowable backfill, vibrate with concrete vibrator to consolidate material under haunches. Use minimum two-inch diameter vibrator, vibrate backfill continuously along entire length of pipe leaving no unconsolidated lengths or areas. Fill all voids with flowable backfill, then hand operated tampers may be used. 3.7 TRENCH ZONE BACKFILL PLACEMENT AND COMPACTION A. Place backfill for pipe or conduits and restore surface as soon as practicable. Leave only the minimum length of trench open as necessary for construction. B. Place trench zone backfill in lifts and compact by methods selected by the Contractor. Fully compact each lift before placement of the next lift. C. When flowable backfill is used to encase the pipe, backfilling of the remaining trench depth shall not commence until the in -place flowable backfill has attained a penetration resistance reading of at least 30 when measured with a soil penetrometer according to ASTM D 1558 and using one -tenth square -inch needle. This equates to a penetration resistance of approximately 300 pounds per square inch. This is not a strength requirement for the flowable backfill, but a measure of the degree of curing of the flowable backfill. After a penetrometer reading of 30 is obtained on the flowable backfill, then compacted backfill operations may commence. The contractor shall furnish and have on site a calibrated ASTM D 1558 soil penetrometer with one -tenth square -inch needle. The Contractor shall take no less than four penetrometer readings, equally spaced on both sides of the pipe (8 readings total) in accordance with ASTM D 1558, for each day's trench length that is planned for controlled density backfill operations. Such readings shall be taken prior to commencing backfill operations. 3.8 MANHOLES, JUNCTION BOXES, AND OTHER PIPELINE STRUCTURES A. Meet the requirements of adjoining utility installations for backfill of pipeline structures, as shown on the Drawings. 3.9 FIELD QUALITY CONTROL A. Test for material source qualifications as defined in Section 02320 - Backfill Materials for Structures. B. Provide excavation and trench safety systems at locations and to depths required for testing and retesting during construction at no additional cost to Owner. C. Tests will be performed by Contractor on a minimum of three different samples of each material type for plasticity characteristics, in accordance with ASTM D 4318, and for gradation characteristics, in accordance with Tex-101-E and Tex-110-E. Additional classification tests will be performed whenever there is a noticeable change in material gradation or plasticity. 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 6 34°i Street Paving Improvements Indiana Avenue to Avenue Q D. One test for moisture -density relationship will be performed initially for backfill materials in accordance with ASTM D 1557. Additional moisture -density relationship tests will be performed whenever there is a noticeable change in material gradation or plasticity. E. In -place density tests of soil materials will be performed according to ASTM D 1557, or ASTM D 2922 and ASTM D 3017, and at the following frequencies and conditions. 1. A minimum of one test for every 100 linear feet of compacted pipe foundation. 2. One test for every 12" lift of backfill material outside of trench zone. 3. One test on all precast inlet or manhole foundations. 4. The number of tests will be increased if inspection determines that soil type or moisture content are not uniform or if compacting effort is variable and not considered sufficient to attain uniform density, as specified. 5. Density tests may be performed at various depths below the fill surface by pit excavation. Material in previously placed lifts may therefore be subject to acceptance/rejection. 6. Two verification tests will be performed adjacent to in -place tests showing density less than the acceptance criteria. Placement will be rejected unless both verification tests show acceptable results. 7. Recompacted placement will be retested at the same frequency as the first test series, including verification tests. F. Recondition, recompact, and retest at Contractor's expense if tests indicate Work does not meet specified compaction requirements. For hardened cement stabilized backfill with nonconforming density, core and test for compressive strength at Contractor's expense. 3.10 DISPOSAL OF EXCESS MATERIAL A. Dispose of excess materials in accordance with requirements of Section 01576 - Waste Material Disposal END OF SECTION 01269110 EXCAVATION AND BACKFILL FOR STRUCTURES 02317 - 7 11/11 __ 348 Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02318 BORROW PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This portion of the specifications shall consist of the removal and proper utilization of materials secured from sources obtained by the contractor and approved by the Engineer. 1.3 RELATED SECTIONS A. Section 01400 —Quality Requirements. B. Section 02300 - Earthwork. C. Section 02317 - Excavation and Backfill for Structures. IA REFERENCES AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM C 136 (2001) Sieve Analysis of Fine and Coarse Aggregates ASTM D 422 (1963; R 2002) Particle -Size Analysis of Soils ASTM D 698 (2000a) Test Method for Laboratory Compaction ASTM D 1140 (2000) Amount of Material in Soils Finer than the No. 200 (75-micrometer) Sieve ASTM D 1557 (2002) Test for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ib/ft) ASTM D 2487 (2000) Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D 2922 (2001) Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth) ASTM D 3017 (2001) Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) ASTM D 4318 (2000) Liquid Limit, Plastic Limit, and Plasticity Index of Soils ..a 01269110 BORROW 02318 - 1 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue O 1.5 DEFINITIONS A. Refer to Section 02300 — Earthwork and Section 02317 — Excavation and Backfill for Structures. 1.6 SUBMITTALS A. Material Reports 1. Classification according to ASTM D 2487 of borrow soil material. 2. Laboratory compaction curve according to ASTM D 1557 for borrow soil material. PART 2 - PRODUCTS 2.1 MATERIALS A. Class A (Select Borrow): This material shall consist of sand or other suitable granular material, free from vegetation or other objectionable matter and reasonably free from lumps of earth, and when tested by ASTM laboratory methods, shall meet the following requirements: I. The liquid limits shall not exceed 45. 2. The plasticity index shall not be less than 4 or more than 15. B. Class B: This material shall consist of suitable non -swelling (soils with a plasticity index less than 20) earth material such as loam, clay or other such materials that will form a stable embankment. C. Topsoil: This material shall consist of approved topsoil material and shall be clean, friable soil capable of supporting plant life. This material shall also be free of stones and all other debris. Topsoil for a particular location shall closely match the original topsoil removed from that particular location in terms of color, Atterberg limits and texture. PART 3 - EXECUTION 3.1 METHODS OF CONSTRUCTION A. Prior to commencing this work, all erosion control and environmental measures required shall be in place. B. Use all suitable materials removed from excavation insofar as practicable. C. All complicated excavation grade work shall conform to the established alignment, grades, and cross-section required of the Contractor by the borrow pit owner. D. Contractor shall arrange for borrow from one of the following sources: 1. Existing borrow pit. 2. New borrow pit. 3. Surplus excavated material from a site which has all required permits. E. Contractor shall notify Engineer 3 weeks prior to opening pit to permit necessary testing for approval of materials. All borrow sites shall comply with the requirements of the permit. 01269110 BORROW 02318 - 2 t 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q F. During construction, keep borrow sources drained insofar as practicable to permit final cross sections to be taken, when required. CG. Maintain borrow sites to minimize the impact on the appearance of the natural topographic features and at no time create a potential hazard to the public. END OF SECTION 01269110 BORROW 02318 - 3 11/11 0 34°i Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02320 BACKFILL MATERIALS FOR STRUCTURES PART I - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section of the specifications covers materials related to the backfill of structures. Included are the following: 1. Sand bedding. 2. Flowable fill. 3. Lean concrete backfill. 4. Native soil materials. 5. Topsoil. 1.3 RELATED SECTIONS A. Section 01330 — Submittal Procedures. B. Section 01400 — Quality Requirements. _ C. Section 02300 — Earthwork. D. Section 02317 — Excavation and Backfill for Structures. E. Section 02318 — Borrow. 1.4 DEFINITIONS A. Refer to Section 02317 — Excavation and Backfill for Structures. 1.5 REFERENCES A. ASTM C 33 - Specification for Concrete Aggregate. P B. C. ASTM C 40 - Test Method for Organic Impurities in Fine Aggregates for Concrete. ASTM C 123 - Test Method for Lightweight Pieces in Aggregate. D. ASTM C 131 Test Method for Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. E. ASTM C 136 - Test Method for Sieve Analysis of Fine and Coarse Aggregates. F. ASTM C 142 - Test Method for Clay Lumps and Friable Particles in Aggregates. G. ASTM D 698 — Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft3). H. ASTM D 1140 - Test Method for Amount of Materials in Soils Finer Than No. 200 Sieve. 1 I. ASTM D 1557 — Test for Laboratory Compaction Characteristics of Soil Using Modified 1 Effort (56,000 ft-lb/ft3) J. ASTM D 2487 - Classification of Soils for Engineering Purposes (Unified Soil Classification System). 01269110 BACKFILL MATERIALS FOR STRUCTURES 02320 - 1 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q K. ASTM D 2488 - Standard Practice for Description and Identification of Soils (Visual -Manual Procedure). L. ASTM D 4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. M. ASTM D 4643 - Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method. N. TxDOT Tex-101-E - Preparation of Soil and Flexible Base Materials for Testing. O. TxDOT Tex-104-E - Test Method for Determination of Liquid Limit of Soils (Part 1) P. TxDOT Tex- 106-E - Test Method - Methods of Calculating Plasticity Index of Soils. Q. TxDOT Tex-110-E - Determination of Particle Size Analysis of Soils. 1.6 SUBMITTALS A. Conform to requirements of Section 01330 - Submittal Procedures. B. Submit a description of source, material classification and product description, production method, and application of backfill materials. C. Submit test results for samples of off -site backfill materials to comply with Paragraph 2.2, Materials Testing and Section 02318 - Borrow. D. Before stockpiling materials, submit a copy of temporary easement or approval from landowner for stockpiling backfill material on private property. E. For each delivery of material, provide a delivery ticket which includes source location. 1.7 TESTS A. Perform tests of sources for off -site backfill material in accordance with Paragraph 2.2 and Section 02318 - Borrow. B. Verification tests of backfill materials may be performed by the Owner, at Owner's expense; however, failing tests will be charged to the Contractor and deducted from Contractor's progress payments. PART 2-PRODUCTS 2.1 MATERIAL DESCRIPTIONS A. Sand Bedding 1. Coarse -grained, well -graded, sand (natural, manufactured, or a combination of both) conforming to requirements of ASTM C33. 01269110 BACKFILL MATERIALS FOR STRUCTURES 11/11 02320 - 2 34'' Street Paving Improvements Indiana Avenue to Avenue Q V I� E. 2. Gradation shall conform to ASTM C136 and the following limits. SIEVE PERCENT PASSING 3/8" 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 Flowable Fill 1. Cement content 2 sack mix per cubic yard. 2. Water —to -cement ratio = .6 to 0.75. 3. Maximum aggregate size shall not exceed 1.5-inch diameter. Native Soil Material for Backfill 1. Provide backfill material that is free of stones greater than 6 inches, free of roots, waste, debris, trash, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Topsoil 1. Provide topsoil material that is free of stones greater than 1-inch, free of roots, waste, trash, debris, organic material, unstable material, non -soil matter, hydrocarbon or other contamination. Cultivated farm land topsoil shall be free of rocks. 2. Surface should be made clear of rock and other debris before planting. 3. Use topsoil material salvaged under Section 02317 — Excavation and Backfill for Structures of excavated material for topsoil backfill. This material shall be set aside to prevent mixing with other excavated material. Topsoil is only required in non - paved areas. It is the intent that materials excavated from trench or cut and cover operations be used as backfill in the same general open cut location. There is not a specification limit on liquid limit, plastic limit or plasticity index for native materials removed from a trench and then used as backfill in that same trench. Native backfill materials shall meet the requirements of paragraph 2.1.D. Where material must be imported to bring a trench to grade, then the material requirements of this section shall be followed. Where street flexible base is involved, the flexible base shall meet the requirements of Section 02300 - Earthwork. 2.2 MATERIAL TESTING A. Ensure that material selected, produced and delivered to the project meets applicable specifications and is of sufficiently uniform properties to allow practical construction and quality control. B. Source or Supplier Qualification. Perform testing, or obtain representative tests by suppliers, for selection of material sources and products. Provide test results for a minimum of three samples for each source and material type. Tests samples of processed 01269110 BACKFILL MATERIALS FOR STRUCTURES 02320 - 3 I " 34`h Street Paving Improvements Indiana Avenue to Avenue Q materials from current production representing material to be delivered. Tests shall verify that the materials meet specification requirements. Repeat qualification test procedures each time the source characteristic changes or there is a planned change in source location or supplier. Qualification tests shall include, as applicable: 1. Gradation. Complete sieve analyses shall be reported regardless of the specified control sieves. The range of sieves shall be from the largest particle through the No. 200 sieve. 2. Plasticity of material passing the No. 40 sieve. 3. Los Angeles abrasion wear of material retained on the No. 4 sieve. 4. Clay lumps. 5. Lightweight pieces 6. Organic impurities C. Production Testing. Provide reports to the Engineer from an independent testing laboratory that backfill materials to be placed in the Work meet applicable specification requirements. D. Assist the Engineer in obtaining material samples for verification testing at the source or at the production plant. E. Native material requires testing only when questionable material is encountered. PART 3 - EXECUTION 3.1 SOURCES A. Use of material encountered in the trench excavations is acceptable, provided applicable specification requirements are satisfied. If excavation material is not acceptable, provide from other approved source. B. Identify off -site sources for backfill materials at least 21 days ahead of intended use so that the Engineer may obtain samples for verification testing. C. Obtain approval for each material source by the Engineer before delivery is started. If sources previously approved do not produce uniform and satisfactory products, furnish materials from other approved sources. Materials may be subjected to inspection or additional verification testing after delivery. Materials which do not meet the requirements of the specifications will be rejected. Do not use material which, after approval, has become unsuitable for use due to segregation, mixing with other materials, or by contamination. Once a material is approved by the Engineer, expense for sampling and testing required to change to a different material will be at the Contractor's expense with no additional cost to the Owner. 3.2 MATERIAL HANDLING A. Establish temporary stockpile locations for practical material handling and control, and verification testing by the Engineer in advance of final placement. Obtain approval from landowner for storage of backfill material on adjacent private property. B. When stockpiling backfill material near the project site, use appropriate covers to eliminate blowing of materials into adjacent areas and prevent runoff containing sediments from entering the drainage system. C. Cement stabilized backfill and lean concrete backfill shall be consolidated upon placement by using concrete vibrators to ensure filling of voids, filling around and under haunches of pipe and filling of spaces between corrugations. Vibration shall not be applied to the utility pipe itself. 01269110 BACKFILL MATERIALS FOR STRUCTURES 02320 - 4 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 3.3 FIELD QUALITY CONTROL A. Quality Control 1. The Engineer may sample and test backfill at: a. Sources including borrow pits, production plants and Contractor's designated off -site stockpiles. b. On -site stockpiles. C. Materials placed in the Work. 2. The Engineer may resample material at any stage of work or location if changes in characteristics are apparent. B. Production Verification Testing: The Owner's testing laboratory will provide verification testing on backfill materials, as directed by the Engineer. Samples may be taken at the source or at the production plant, as applicable. Contractor shall cooperate with Owner and Engineer in allowing access to materials. END OF SECTION 01269110 BACKFILL MATERIALS FOR STRUCTURES 11/11 02320 - 5 a 340' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02513 PAVEMENT MARKINGS PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, General Conditions of the Contract for Construction, Supplementary Conditions and Division I - General Requirements apply to Work of this Section. 1.2 DESCRIPTION A. This item shall consist of the painting of markings and stripes on the surface of pavements applied in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. PART 2 - PRODUCTS 2.1 PARKING LOT PAVEMENT MARKING A. Furnish in accordance with TxDOT DMS-8200, "Traffic Paint." B. Glass Traffic Beads. Furnish drop on glass beads C. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer. 2.2 ROADWAY PAVEMENT MARKINGS A. Materials: Use materials that produce an adherent, retroreflective pavement marking system that meets all of the performance requirements of this Specification. Use materials that do not result in the generation of any hazardous materials/wastes. If requested, provide a laboratory report from a commercial laboratory indicating material used does not result in the generation of any hazardous materials/wastes during application or removal. B. Use a multipolymer resin material, as follows: 1. 2-component (a predominantly multipolymer pigmented resin component with a curing agent component). 2. 100% solids, producing no toxic fumes when heated to application temperature. 3. Track -free in less than 40 min. with appropriate ambient temperature as recommended by the manufacturer. 4. Formulated and tested to perform as a pavement marking material with glass spheres applied to the surface. 5. On the TxDOT Material Producer List for Pavement Markings (Multipolymer). C. Before work begins, provide a laboratory report from an independent testing laboratory showing that the initial color of each material selected for use conforms to the color limits set forth in Table 1, measured by 45*/0' geometry CIE, D65 Illuminant, 2° standard observation angle in accordance with ASTM E 1347, E 1348, or E 1349. j 01269110 PAVEMENT MARKINGS 02513 - 1 I1/11 34'" Street Paving Improvements Indiana Avenue to Avenue Q PART 3 - EXECUTION 3.1 CONSTRUCTION METHODS A. Weather Limitations 1. Apply markings on surfaces with a minimum surface temperature of 50°F, when measured in accordance with TxDOT test method Tex-829-B. 2. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all costs associated with replacing the markings if required. B. Equipment 1. Parking Lot Pavement Markings. Use pavement marking application equipment as follows: a. Is maintained in satisfactory condition. b. Meets or exceeds the requirements of the National Board of Fire Underwriters and Texas Railroad Commission for this application. C. Uses an automatic bead dispenser attached to the pavement marking equipment. d. Can provide continuous mixing and agitation of the pavement marking material. e. Lines with clean edges, uniform cross-section and thickness, and reasonably square ends. f. Beads uniformly and almost instantly upon the marking as the marking is being applied. g. Beads uniformly during the application of two adjacent lines. Each line must have an equivalent bead yield rate and embedment. h. Type II and Type III beads from separate bead applicators, when applying a combination of Type lI and Type III beads. 2. Roadway Pavement Markings. Use pavement marking application equipment as follows: a. A minimum of 40,000 feet of 4 inch solid or broken markings per day at the specified thickness over five consecutive days. b. Linear markings up to 8 inch wide in a single pass. C. Markings other than solid or broken lines at an approved rate. d. A center -line and no -passing barrier -line configuration consisting of one broken line with two solid lines at the same time to the alignment, spacing, and thickness shown on the plans. e. White lines from both sides. f. Lines with clean edges, uniform cross-section and thickness, and reasonably square ends. g. Skip lines between 10 and 10 1/2 ft., an approximate stripe -to -gap ratio of one to three, and a stripe -gap cycle between 39 1/2 feet and 40 1/2 feet. h. Beads uniformly and almost instantly upon the marking as the marking is being applied. i. Beads uniformly during the application of two adjacent lines. Each line must have an equivalent bead yield rate and embedment. 3. Additional Roadway Pavement Markings Equipment. a. Provide a colorimeter using 45 '/0 ° geometry CIE, D65 Illuminant, 2 ° standard observation angle meeting the requirements of ASTM 1347, E 13 48, or E 1349. b. Provide a portable retrofeflectometer meeting the requirements ofASTM E 1710. 01269110 PAVEMENT MARKINGS 02513 - 2 11/11 1- ` 34 h Street Paving Improvements Indiana Avenue to Avenue Q 3.2 CONSTRUCTION A. Place markings before opening to traffic unless short-term or work zone markings are allowed. B. Obtain approval for the sequence of work and estimated daily production. C. Apply markings on pavement that is completely dry and passes the following tests: D. Place a 1 sq. ft., clear piece of plastic on the pavement and weigh down the edges. The pavement is dry if, after observation for 15 minutes, no condensation occurs on the underside of the plastic. 3.3 PARKING LOT PAVEMENT MARKINGS A. Apply markings: I . Using dimensions, colors and at locations shown in the plans. 2. In proper alignment with the guides without deviating from the alignment more than 2 inch maximum. 3. Free of blisters and with no more than 5%, by area, holes or voids. 4. With uniform cross section and thickness. 5. With clean and reasonably square ends. 6. Using personnel skilled and experienced with installation of pavement markings. 7. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense. 8. Apply glass beads immediately following markings to ensure adequate embedment before marking dries. B. Surface Preparation. Unless otherwise shown on the plans, prepare surfaces in accordance with this section. C. Cleaning and Retracing for Asphalt Surfaces. Air -blast or broom the pavement surface to remove loose material, unless otherwise shown on the plans. D. Application l . Apply markings at an application rate of 100-110 square feet per gallon for a solid 4 inch line and same rate adjusted proportionally for other widths. The addition of thinner will not be permitted. 3.4 ROADWAY PAVEMENT MARKINGS A. Apply Markings: 1. According to multipolymer's manufacturer's recommendations using widths, colors, and shapes, and at locations as shown on the plans. 2. Establish guides to mark lateral location of pavement and have guide locations verified using materials that will not leave a permanent mark on roadway. 3. In proper alignment with the guides without deviating from the alignment more than 1 inch per 200 feet of roadway or mare than 2 inch maximum. 4. With uniform cross section and thickness. 5. Using personnel skilled and experienced with installation of pavement markings. 6. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense. B. Surface Preparation. Prepare the pavement surface using controlled techniques that minimize pavement damage and hazards to the traveling public and must have prior approval by Engineer prior to commencing the operation. 01269110 PAVEMENT MARKINGS 02513 - 3 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q 3.5 INITIAL PERFORMANCE REQUIREMENTS A. Meet the following initial performance requirements after installation. Perform an initial performance evaluation from 7 to 15 days after MPM are installed to verify that the MPM meet the performance requirements for retroreflectivity. Conduct initial retroreflectivity evaluations of placed pavement markings with a portable retroreflectometer. The Contractor is responsible for traffic control when conducting performance evaluations. 1. The Engineer will conduct a visual evaluation for color and durability and require testing only if MPM do not appear to meet the performance requirements. 2. For MPM not meeting performance requirements, repair or replace until re-evaluation shows the MPM meet the performance requirements. B. Color: Provide MPM consisting of pigments blended to provide color conforming to standard highway colors as shown in Table 1. Table 1 Color Requirements Federal 595 Color Chromatici Coordinates Brightness (Y) 1 2 3 4 x x x x White 17855 .290 .315 .310 .295 .350 .340 .330 .360 60 Min Yellow 33538 .470 .455 .510 .489 .490 .432 .537 .462 30 Min Black - - - - - - - - - 5 Max C. Retroreflectivity. Provide MPM meeting the minimum retroreflectivity values listed in Table 2. Table 2 Minimum Retroreflectivitv Requirements Color Retroreflectivity, mcd/mZ/Ix, Min White -- -- 250 Yellow 175 D. Durability. Provide MPM that do not lose more than 5% of the striping material in a 1,000 foot section of continuous stripe or broken stripe (25 broken stripes). Pavement markings must remain in the proper alignment and location. 3.6 PERFORMANCE EVALUATIONS A. Provide traffic control and conduct evaluations of color, retroreflectivity, and durability as required or directed. B. Color: Measure the color using 45'/0' geometry CIE, D65 Illuminant, 2° standard observation angle in accordance with ASTM E 1347, E 1348, or E 1349. C. Retroreflectivity: I . Unless otherwise shown on the plans, conduct retroreflectivity evaluations of pavement markings with a portable retroreflectometer. Make all measurements in the direction of traffic flow, except for broken centerline on 2-way roadways, where measurements will be made in both directions. 2. Take a minimum of 1 measurement every half mile on each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.), at approved locations. If more than 1 measurement is taken, average the measurements. For all markings measured in 01269110 PAVEMENT MARKINGS 02513 - 4 }_ 11/11 340' Street Paving Improvements Indiana Avenue to Avenue Q both directions, take a minimum of 1 measurement in each direction. Ifthe measurement taken on a specific series of markings within each mile segment falls below the minimum retroreflectivity values, take a minimum of 5 more measurements within that half mile segment for that series of marking. If the average of these 5 measurements falls below the minimum retroreflectivity requirements, that half mile segment of the applied markings does not meet the performance requirement. D. Durability: Measure the durability in accordance with ASTM D 913 for marking material loss and visual inspection for alignment and location. Conduct evaluations at approved locations. END OF SECTION 01269110 PAVEMENT MARKINGS 02513 - 5 11/11 t_ 34'' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02518 INTERLOCKING CONCRETE PAVERS PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Concrete paver units. B. Aggregate setting bed. 1.3 REFERENCES A. American Society of Testing and Materials (ASTM): 1. C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Fine and Coarse Aggregate. 3. C 140, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 936, Specification for Solid Interlocking Concrete Paving Units. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5-lb Rammer and 12 in. drop. 8. D 1557, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 10-lb Rammer and 18 in. drop. 9. D 2940, Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in the manufacture of concrete interlocking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one (1) year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. C. Installation Contractor shall conform to all local, state/provincial licensing and bonding requirements. 1.5 SUBMITTALS A. Submit product drawings and data. B. Submit full size sample sets of concrete paving units to indicate color and shape selections. Color will be selected by Landscape Architect from manufacturer's available colors. C. Submit sieve analysis for grading of mortar. D. Submit test results from an independent testing laboratory for compliance of paving unit requirements to ASTM C 936. E. Substitutions: Substitutions shall be submitted 10 days prior to bid opening for acceptance. 01269110 INTERLOCKING CONCRETE PAVERS 02518 - 1 t_ 11/11 I> 34" Street Paving Improvements i- Indiana Avenue to Avenue Q 1.6 MOCK-UPS A. Install a 7 ft. x 7 ft. (2 m x 2 m) paver area as described in Article 3.02. This area will be used to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. This area shall be the standard from which the work will be judged. Consideration shall be given with regard to differences in age of materials from time of mock-up erection to time of actual product delivery. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. PART 2 - PRODUCTS 2.1 CONCRETE PAVERS A. Concrete pavers shall be supplied by Pavestone Company, or approved equal. 1. D/FW, Texas: 817.481.5802 2. San Antonio/Austin, Texas: 5 12.55 8.7283 3. Dallas Service Center: 972.404.0400 B. Pavers shall meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8,000 psi (55 MPa) with no individual unit under 7,200 psi (50 MPa). 2. Average absorption of 5% with no unit greater than 7% when tested in accordance with ASTM C 140. 3. Resistance to 50 freeze -thaw cycles when tested in accordance with ASTM C 67. C. Pigment in concrete pavers shall conform to ASTM C 979. D. Material shall be manufactured in individual layers on production pallets. E. Materials shall be manufactured to produce a solid homogeneous matrix in the produced unit. F. See plans for paver type. 2.2 VISUAL INSPECTION A. All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of the construction. B. Minor cracks incidental to the usual methods of manufacture, or chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection. 01269110 INTERLOCKING CONCRETE PAVERS 02518 - 2 11/11 �i 34`h Street Paving Improvements Indiana Avenue to Avenue Q [A 2.3 SAMPLING AND TESTING A. Manufacturer shall provide access to lots ready for delivery to the Owner or his authorized representative for testing in accordance with ASTM 936 82 for sampling of material prior to commencement of paver placement. B. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet and exceed ASTM 936-82 when tested in compliance with ASTM C-140. C. Sampling shall be random with a minimum of nine (9) specimens per 20,000 sq. ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with ASTM for compressive strength, absorption and dimensional tolerance. A minimum of three (3) specimens per test required for an average value. Testing of full units is preferred. 2.4 REJECTION A. In the event the shipment fails to conform to the specified requirements, the manufacturer may sort it, and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. If the second set of test units fails to conform to the specified requirements, the entire lot shall be rejected. 2.5 EXPENSE OF TESTS A. The expense of inspection and testing shall be borne by the Owner. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade preparation, compacted density and elevations conform to the specifications. Compact subgrade to density shown on the plans. Stabilization of the subgrade and/or base material may be necessary with weak or saturated subgrade soils. The Architect/Engineer should inspect subgrade preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that geotextiles, if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. D. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. E. Verify that base is dry, uniform, even, and ready to support sand, pavers, and imposed loads. F. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. 01269110 INTERLOCKING CONCRETE PAVERS 02518 - 3 1 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 3.2 INSTALLATION A. Concrete pavers in pedestrian rated areas only are to be placed on a 4" concrete base with a 1" sand base between pavers and the concrete. B. Concrete pavers in vehicular rated sidewalks shall be placed on a 6" concrete base with a 1" sand base between pavers and the concrete. C. Concrete base shall be a minimum of 3500 psi. D. I" bedding sand to be placed between the concrete base and the concrete pavers. E. Ensure the concrete pavers are free of foreign objects before installation. F. Lay concrete pavers in the pattern shown on the drawings. Maintain straight pattern lines. G. Joints shall be on average 1/8 in. wide. H. Fill gaps at the edges of the paved area with cut pavers. I. Final surface elevations shall not deviate more than 3/8 in. under a 10 ft. long straightedge. J. The surface elevations of pavers shall be 1/8 in. above adjacent concrete collars. K. Survey sand in all joints to insure tight fit joints. END OF SECTION 01269110 INTERLOCKING CONCRETE PAVERS 11/11 02518 - 4 34`h Street Paving Improvements i, Indiana Avenue to Avenue O SECTION 02665 WATER WORKS PIPING, VALVES AND FITTINGS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers all water piping, force main piping, lift station piping, valves, and fittings required for the project. The term piping as used herein shall include all piping, valves, fittings and accessories as shown on the plans and/or as specified herein. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01330 — Submittal Procedures. 1.4 MATERIAL SCHEDULE A. All water supply lines shall be C900 DR 18 PVC pipe except as noted below. B. Miscellaneous piping shall be furnished and installed as indicated on the drawings. Sanitary sewer piping shall be as specified in Section 02730 — Sanitary Sewer Line Construction. 1.5 SUBMITTALS A. Submit all manufactures data for all pipe, valves and fitting including all pipe thickness class calculations. PART 2 - PRODUCTS 2.1 PVC PIPE A. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-900, Class 150 (DR 18) for sizes < 14" diameter. B. PVC pipe shall be of the rubber gasketed, push on joint type (Bell-Tite or approved equal), AWWA C-905, PR = 235(DR 18) for sizes>14" diameter. C. All PVC pipe shall be approved by the National Sanitation Foundation (NSF) for use in the transportation of potable water and shall bear the NSF seal of approval. 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 1 11/11 ! 34 h Street Paving Improvements Indiana Avenue to Avenue Q 2.2 DUCTILE IRON PIPE (DIP) A. Ductile iron pipe shall be manufactured in accordance with AWWA C151. In general, ductile iron pipe shall have flanged fittings when installed above and below ground. Pipe thickness shall be as required for the scheduled internal working pressure with minimum Thickness Class 50. Thickness for buried pipe shall be computed in accordance with AWWA C150 for appropriate depths of cover. B. All ductile iron pipe shall have an exterior bituminous coating and shall be cement lined in conformance with AWWA C104. C. Flanged joints shall meet the requirements ofAWWA C 115. Bolts and nuts shall be ofthe best quality mild steel and shall have hexagonal heads. Suitable rubber ring gaskets shall be provided in all flanged joints. Flanges shall be of ductile iron. D. Mechanical joints and push -on joints shall conform to the requirements ofAW WA C I I I unless otherwise specified. E. The pipe shall be new and of best quality in materials and workmanship. All pipe shall be subjected to thorough inspection at the job site before being placed. Any piece found to be defective shall be rejected and removed from the project. 2.3 EXTERIOR DUCTILE IRON PIPE COATING A. Surface Preparation — Solvent wipe all surfaces to remove oil, grease, or other contaminants. Measure existing surface profile of substrate. If existing profile is 1.5 mils or greater, hand or power tool clean all rusted areas per SSPC — SP2 or SSPC-SP3. If profile is less than 1.5 mils, brush-off blast entire surface per SSPC-SP7. B. Prime Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. C. Second Coat — Tnemec Series 135 at 4.0 — 6.0 dry mils. 2.4 PIPE FITTINGS A. General - Pipe fittings shall be of a type and design especially suitable for use with the type of piping with which they are installed. Pressure rating of fittings shall not be less than that of the pipe. 1. Fittings shall be ductile iron and shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. 2. All flanged fittings shall be faced and drilled in accordance with the standard drilling for ANSI B 16.1 Class 125 flanges rated for at least 250 psi working pressure. Bolts for flanged joints shall be of the length and diameter required by the ANSI Specification. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads. Suitable 1/8" thick rubber ring gaskets shall be provided for all flanged joints. B. Ductile Iron Fittings - Ductile iron fittings shall conform to AWWA C110. In general, flanged fittings shall be used on all exposed piping and all other fittings shall be mechanical joint or push -on joint unless otherwise specified or shown on the drawings. All fittings shall have a pressure rating equal to that of the pipe with which they are used but in no case less than 150 psi. 1. Unless otherwise indicated, all ductile iron fittings shall have an external bituminous coating and shall be cement -lined in accordance with the AWWA specifications C 104 and C106 respectively. 2. All ductile iron fittings shall be cast from the same quality of metal used in casting the ductile iron pipe and shall be subjected to the same test requirements. Marking and weighing shall be as required for the ductile iron pipe. 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 2 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3. Where flanged fittings are used the flanges shall be of the same material as the fitting. Where bell or mechanical joint fittings are used, the bells shall be cast integrally with the fitting. Screwed -on bells will not be acceptable. 2.5 PIPE JOINTS A. Push -on Joints - Push -on joints shall be as specified in AWWA Standard C111. B. Mechanical Joints - Mechanical joints shall be as specified in AWWA Standard C111. C. Flanged Joints - Flanged joints shall meet the requirements of ANSI B 16.1 (Class 125) rated for a working pressure of not less than 250 psi. Bolts shall be of the length and diameter required by the ANSI Specification for Class 125 flanges. Bolts and nuts shall be of best quality mild steel and shall be provided with hexagonal heads, except where other types of bolts are specified. Tighten bolts progressively to prevent unbalanced stress. Draw bolts tight to insure proper setting of gaskets. Suitable full face gaskets shall be used in all flanged joints. D. Miscellaneous Joints - Miscellaneous types of joints shall be made as specified in other paragraphs or as recommended by the manufacturer. All joints shall be made using materials and methods as required to produce joints that will function satisfactorily under the various conditions encountered. 2.6 VALVES A. General - Valves shall be gate valves unless otherwise noted on the plans or specified herein. All valves shall be designed for a working pressure of at least 150 psi unless otherwise noted. B. Gate Valves - All gate valves shall be resilient seat, iron body, bronze mounted throughout and shall meet all requirements of AWWA C 509. The valves shall be of the type of joint used in the piping. All valves shall be opened by turning to the left, and unless otherwise specified, shall have non -rising stems when buried and outside screw and yoke when exposed. Valves shall be furnished with a two-inch operating nut when buried or with hand wheels when exposed. Gate valves shall be furnished with O-ring stem packing and shall be Mueller 2360 Series or approved equal. C. Check Valves 1. Check Valves — shall be surgemaster swing check valves series #7200 as manufactured by Val-Matic Valve and Manufacturing Corporation, Elmhurst, IL USA, unless otherwise shown on the plans. 2. The Check Valve shall be of the full body type, with a domed access cover and only two moving parts, the flexible disc and the disc accelerator. 3. The valves shall be designed, manufactured and tested in accordance with American Water Works Association Standards ANSI/AWWA C508. 4. Valves shall be provided with flanges in accordance with ANSI B 16.1, Class 125. 5. The valve body shall be full flow equal to nominal pipe diameter at all points through the valve. The valve shall be capable of passing a 3 in. (75mm) sphere. The seating surface shall be on a 45 degree angle to minimize disc travel. A threaded port with pipe plug shall be provided on the bottom of the valve to allow for field installation of a backflow actuator, air cushion or hydraulic cushion without special tools or removing the valve from the line. 6. The top access port shall be full size, allowing removal of the disc without removing the valve from the line. The access cover shall be domed in shape to provide flushing action over the disc for operating in lines containing high solids content. A threaded port with pipe plug shall be provided in the access cover to allow for field installation of a mechanical, disc position indicator. j 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 3 i_l, 1' t; 34 h Street Paving Improvements ` Indiana Avenue to Avenue Q 7. The disc shall be of one-piece construction, precision molded with an integral o-ring type sealing surface, and contain alloy steel and nylon reinforcement in the flexible hing area. The flex portion of the disc shall be warranted for twenty-five years. Non -slam closing characteristics shall be provided through a short 35 degree disc stroke and a disc accelerator. 8. The disc accelerator shall be of one piece construction and provide rapid closure of the valve in high head applications. The disc accelerator shall be enclosed within the valve and shall be field adjustable and replaceable without removal of the valve from the line. The disc accelerator shall be securely held in place by being captured between the cover and disc. It shall be formed with a large radius to allow smooth movement over the disc surface. 9. The valve disc shall be cycle tested 1,000,000 times in accordance with ANSI/AW WA and show no signs of wear, cracking, or distortion to the valve disc or seat and shall remain drop tight at both high and low pressures. The test results shall be independently certified. 10. The valve body and cover shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. 11. The disc shall be precision molded Buna-N (NBR), ASTM D2000-BG. 12. The disc accelerator shall be type 302 stainless steel. 13. The manufacturer shall demonstrate a minimum of five (5) years experience in the manufacture of resilient, flexible disc check valves with air and hydraulic cushions. 14. All valves shall be hydrostatically tested and seat tested to demonstrate zero leakage. When requested the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals. 15. The exterior and interior of the valve shall be coated with an ANSI/NSF 61 approved fusion bonded epoxy coating. 16. Surgebuster Swing Check Valves shall be Series #7200 as manufactured by Val-Matic(O Valve & Manufacturing Corporation, Elmhurst, 1L. USA. D. Butterfly Valves —All butterfly valves shall be elastomeric seat with a cast-iron body. All valves shall conform to AWWA C504. The valves shall be of the type of joint used in the piping. The valves shaft shall be corrosion resistant and constructed of type 304,18-8 stainless steel. The shaft is one piece, through -shaft construction sized to meet or exceed requirements ofAWWA C504 for Class 150B service. The valve shall have self-lubricating nylon bearings. The disc shall be secured to the valve shaft by stainless steel pins sized to transmit torques required and stresses imposed under severe operating conditions. The disc shall be cast iron ASTM A-126 Class B with 316 stainless steel disc edge. All butterfly valves shall be Mueller Lineseal III Butterfly Valves 4"-20" Design. E. Valve Boxes and Extension Stems - Extension stems shall be furnished on buried valves where the top of the operating nut is more than 36-inches below finished grade. Top of the extension stem shall not be more than 9-inches below the top of the valve box. 1. Buried valves shall be provided with cast iron valve boxes. The boxes shall be designed to fit over a section of 6-inch C900 PVC riser pipe which will be used as an extension from the top of the valve to within 8-inches of the ground surface. The box shall have a heavy cast iron cover. The box shall have a flange type base, with the base being approximately 4 inches larger in diameter than the outside diameter of the barrel of the box. The necessary length of 6-inch C900 PVC riser pipe required for the extension shall be considered as a part of the box. 1._ 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 4 11/11 340' Street Paving Improvements Indiana Avenue to Avenue O 2.7 TAPPING SLEEVES A. Tapping sleeves shall be full wrap -around type. The sleeves shall be stainless steel or cast iron tapping sleeves as manufactured by Mueller, M & H or Clow Corporation and shall be Class 150. 2.8 POLYETHYLENE WRAP A. All buried valves and iron fittings shall be thoroughly wrapped prior to installation with a polyethylene material meeting the requirements of ASTM D 1248. The wrapping shall extend beyond the valve or fitting a minimum of 6 inches. The polyethylene material shall have a minimum thickness of 8 mil. The wrap shall be secured by 2" duct type. 2.9 FLEXIBLE COUPLINGS AND FLANGED COUPLING ADAPTERS A. Flanged coupling adapters and flexible couplings shall be provided at the locations shown on the drawings and at other locations required for installation of the piping system. Flanged coupling adapters will be provided with anchoring studs to provide thrust restraint. Epoxy coated steel construction shall be used for all couplings. PART 3 - EXECUTION 3.1 GENERAL A. All pipe and accessories shall be unloaded, handled, laid, jointed, tested for defects and for leakage and disinfected in the manner herein specified. 3.2 INSPECTION A. The pipe, fittings, valves, and accessories shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected by the Engineer, and the Contractor shall remove such defective material from the site of the work. 3.3 RESPONSIBILITY FOR MATERIALS A. The Contractor shall be responsible for all material furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has become damaged in handling after delivery. 3.4 HANDLING PIPE AND ACCESSORIES A. All pipe, fittings, valves, and other accessories shall, unless otherwise directed, be unloaded at the point of delivery, hauled to and distributed at the site of the work by the Contractor. In loading and unloading, they shall be lifted by hoists or slid, or rolled on skidways in such a manner as to avoid shock or damage to the materials. Under no circumstances shall they be dropped. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. B. The pipe, fittings and accessories shall be placed along the site in such a manner as to be kept as free as possible from dirt, sand, mud and other foreign matter. 0I269I IO WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 5 _ t ; I I/1I f 34'" Street Paving Improvements Indiana Avenue to Avenue Q 3.5 ALIGNMENT AND GRADE A. All pipe shall be laid and maintained to the lines and grades shown on the plans or as established on the ground by the Engineer. B. Wherever it is necessary to deflect pipe from a straight line either in a vertical or horizontal plane to avoid obstructions, to plumb valves, or where vertical or horizontal curves are shown or permitted, the degree of deflection at each joint shall not exceed the maximum deflection recommended by the manufacturer of the particular type of pipe being laid and the degree of deflection shall be approved by the Engineer. 3.6 MANNER OF HANDLING PIPE AND ACCESSORIES INTO TRENCH A. After the trench grade has been completed, all bell holes dug and the grade inspected, the pipes and accessories may be placed in the trench. All pipe, fittings, and valves shall be carefully lowered into the trench piece by piece by means of derricks, ropes, or other suitable tools or equipment, in such a manner so as to prevent damage to the material in any way. Under no circumstances shall pipe or accessories be dropped or dumped in to the trench. 3.7 CLEANING AND INSPECTING A. Before being placed, the pipe shall be again inspected for defects and the pipe, while suspended, shall be lightly hammered to detect cracks. Any defective, damaged or unsound pipe and materials shall be rejected. B. All foreign matter or dirt shall be removed from the inside ofthe pipe and from all bells, spigots or parts of the pipe used in forming the joint, before the pipe is placed, and it shall be kept clean by approved means during and after laying. C. At time when pipe placing is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be allowed to enter the pipe. 3.8 LAYING AND JOINTING DUCTILE IRON PIPE A. General - Unless otherwise directed, pipe shall be laid with bells facing in direction of laying; and for lines on appreciable slopes, bells shall, at the discretion of the Engineer, face up grade. l . Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workmanlike manner without damage to the pipe or the cement lining. 2. The jointing shall be completed for all pipe laid each day, in order not to leave joints open overnight. At times when pipe laying is not in progress, the open ends of pipe shall be closed by approved means, and no water shall be permitted to enter the pipe. 3. Flanged joints shall be used where shown on the plans. Mechanical joint, or other approved joints shall be installed with materials furnished by the manufacturer and in accordance with the manufacturer's specifications. 4. Before laying the pipes, all lumps, blisters and excess coating shall be removed from the bell and spigot ends of each pipe; the outside of the spigot and the inside of the bell shall be wire brushed and wiped clean and dry. Pipe ends shall be kept clean until joints are made. 5. Defective joints shall be repaired as directed by the Engineer. 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 6 11/11 34'h Street Paving Improvements 4 Indiana Avenue to Avenue Q B. Mechanical Joint Piping - The last 8 in. outside of the spigot and inside of the bell of mechanical joint pipe shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter from the joint, and then painted with lubricant recommended by the pipe manufacturer. The cast-iron gland shall then be slipped on the spigot end of the pipe with the lip extension of the gland toward the socket or bell end. The rubber gasket shall be painted with lubricant recommended by the pipe manufacturer and placed on the spigot end with the thick edge toward the gland. 1. The entire section of the pipe shall be pushed forward to seat the spigot end in the bell. The gasket shall then be pressed into place within the bell; care shall be taken to locate the gasket evenly around the entire joint. The gland shall be moved along the pipe into position for bolting, all of the bolts inserted, and the nuts screwed up tightly with the fingers. All nuts shall be tightened with a suitable torque -limiting wrench. 2. Nuts spaced 180 deg. apart shall be tightened alternately in order to produce an equal pressure on all parts of the gland. C. Flanged Joints - Flanged joints where used shall be bolted with Flange bolts of best quality mild steel and of the size and length required by American Standards Association; bolts and nuts shall be provided with standard hexagonal heads. Gasket rings shall be used and shall be made of best quality rubber composition sheet packing one -eighth (1/8) inch thick, of a brand and quality approved by the Engineer. 1. The pipe and fittings shall be properly aligned and free to move in any direction while bolting, and the bolts shall be gradually tightened at a uniform rate around the entire flange. D. Push -On -Joints - The inside of the bell and the outside of the spigot end shall be thoroughly cleaned to remove oil, grit, excess coating, and other foreign matter. The circular rubber gasket shall be flexed inward and inserted in the gasket recess of the bell socket. 1. A thin film of gasket lubricant shall be applied to either the inside surface of the gasket or the spigot end of the pipe or both. Gasket lubricant shall be as supplied by the pipe manufacturer. 2. The spigot end of the pipe shall be entered into the socket with care used to keep the joint from contacting the ground. The joint shall then be completed by forcing the plain end to the bottom of the socket with a forked tool or jack -type tool or other device. Pipe that is not furnished with a depth mark shall be marked before assembly to assure that the spigot end is inserted to the full depth of the joint. Field -cut pipe lengths shall be filed or ground to resemble the spigot end of such pipe as manufactured. 3. The jointing shall be completed for all pipe laid each day, in order not to leave open joints overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be properly plugged. 4. Immediately after completion of the jointing, sufficient bedding and backfill material shall be placed around and over the pipe to hold the pipe to line and grade. 5. Premoulded joints shall be made in accordance with the recommendations of the manufacturer of the pipe. The surfaces of the jointing material on both the bell and the spigot at each joint shall be wiped with the solvent recommended by the pipe manufacturer. The spigot shall then be firmly forced into the bell using a bar or other similar lever and a block of wood to prevent damage to the pipe. 3.9 SETTING VALVES, VALVE BOXES AND FITTINGS A. Valves and fittings shall be set at the locations shown on the plans or at locations as established by the Engineer, and shall be set and jointed to the pipe in the manner heretofore specified for pipe installations. All valves buried in the ground shall have a valve box set over the valve. All i� 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 7 11/11 g, 346' Street Paving Improvements Indiana Avenue to Avenue Q valves shall be thoroughly inspected and checked for operation before installation. Concrete blocking shall be provided for all buried valves and fittings. B. Valve boxes shall be firmly supported and maintained centered and plumb over the wrench nut of the valve, with box cover flush with the surface of the ground or at such level as directed. 3.10 EXCAVATION AND TRENCHING A. The trench shall be excavated to the lines and grades as established by the Engineer and as shown on the plans. The minimum depth of cover for all pipe shall be forty-eight (48) inches unless otherwise specifically shown on the drawings. B. The minimum width of the trench shall be the outside diameter of the pipe plus twelve (12) inches and the maximum width shall be the outside diameter of the pipe plus eighteen (18) inches or as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical trench walls. C. The trench shall be excavated to an even grade so that the bottom of the pipe will rest on the bottom of the trench over the entire length of pipe. In order to obtain a true even grade, the trench shall be fine graded by hand. D. Any part of the trench excavated below grade shall be corrected by filling with approved material and compacting thoroughly. E. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151- Trench Safety for guidelines on trench shoring methods for pipelines. F. If ledge rock, rock fragments or other unyielding material is encountered in the bottom of the trench it shall be removed to a depth of six inches below grade, refilled with selected material, and thoroughly compacted. G. Bell holes of ample dimensions shall be dug at each joint to permit the jointing of pipe to be made properly, and of sufficient depth to prevent the bell of the pipe from resting on undisturbed materials. H. Wherever necessary to prevent caving, the trench shall be adequately supported as required by the drawings and specifications. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. 1. Trench digging machinery may be used to make the trench excavations except in places where operation of same would cause damages to pipelines, fences or other existing structures either above or below ground; in such instances hand methods shall be employed. The Contractor shall locate all existing underground lines of which he has been advised, whether or not they are shown on the drawings, sufficiently in advance oftrenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extensive care shall be used to prevent damage to these lines and the Contractor shall be fully responsible for damage to any such line. J. All excavated material shall be piled in a manner that will not endanger the work or existing structures. Excess trench excavation, not used for backfilling, shall be disposed of by Contractor, and at contractor's expense. K. There will be no classification of the excavated materials and the term excavation shall include all materials encountered in excavating the trenches or structural excavations. L. Blasting for excavation of solid rock will not be permitted. M. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 8 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue O 3.11 BACKFILLING A. Backfill Material - All backfill material shall be free from cinders, ashes, refuse, vegetable or organic material, boulders, rocks or stones, or other unsuitable material. From I foot above the top of the pipe to the existing ground, however, material containing stones up to 4-inches in their greatest dimension may be used. Selected materials from trench excavations shall be used for backfilling except where special bedding material is required. B. Backfilling Under Pipe - All pipe shall be backfilled by hand from the bottom of the trench to a3 the centerline ofthe pipe with selected backfill material free from rocks or boulders greater than 2 inches in size or other unsuitable material. The material shall be placed in 3-inch layers, moistened if necessary, and thoroughly compacted under and on each side ofthe pipe. Backfill material shall be deposited in the trench for its full width on each side of the pipe, fitting, and E appurtenances simultaneously. C. Backfilling Over Pipe - From the centerline of the pipe todepth of 1 foot above the top ofthe" .a pipe, the trench shall be backfilled by hand or by approved mechanical methods using materials free from rocks or boulders greater than 2 inches in size. The material shall be moistened and placed in lifts not exceeding 8-inches in thickness and compacted by tamping to a density of not less than 95% of maximum density at optimum moisture as determined by AASHTO Method T-180. The Contractor shall use special care in placing this portion of the backfill to insure placement under and around the pipe and to avoid injuring or moving the pipe. D. Backfilling to Grade - From 1 foot above the top of the pipe to finish grade shall be backfilled by tamping. Where tamping is required, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom ofthe trench to the finish grade to a density of at least 95% of maximum density at optimum moisture as determined by ASTM D 698 - Modified. E. Anchorage of Bends, Tees and Plugs, Etc. - Reaction or thrust backing shall be applied to all pipe lines at all tees, plugs, caps, and bends. Concrete shall be used for backing the pipe and fittings and shall conform to the concrete specifications as set forth in the Section 03300 - Cast - In -Place Concrete, except a minimum compressive strength of2500 psi will be acceptable. The backing shall be placed between solid ground and the fittings to be anchored; the area of bearing on pipe and on the ground in each instance shall be sufficient to withstand the maximum thrust anticipated and as required by the Engineer. The backing shall be so placed that the pipe and fitting joints will be accessible for repair. 3.12 MARKING TAPE A. All pipes installed in an open trench will be identified with the appropriate color and description of 3 inch wide pipe identification tape. Install the tape parallel to the pipe it identifies at a distance above the pipe of 12 to 18 inches. Install the tape detectable from the top of finished grade with a metal detector above non-metallic (PVC) pipe material. 3.13 LINE TESTING After the pipe is laid and the joints completed, each section or run of piping, shall be tested as specified herein. The Contractor shall bear all costs of providing all equipment, materials, labor and other incidentals required to test pipe lines as specified herein. The Contractor shall provide suitable means for filling the lines and developing the required pressure in the lines. Testing procedure shall be as follows: A. Duration - The duration of the hydrostatic test shall be a minimum of four (4) hours. g j 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 9 i 11/11 F 34 h Street Paving Improvements ,. Indiana Avenue to Avenue Q B. Pressure - The pipeline shall be tested so that the pressure at the lowest point in the test section is at least 100%, but not greater than 120% of the pipe pressure class of the pipe, and the minimum pressure at the highest point in the test section is not less than 85% of the pipe pressure class of the pipe. C. Allowable Leakage - The maximum allowable leakage for push -on joints is the number of gallons per hour as determined by the following formula(s): Ductile Iron: PVC: L= SDIP L-NDIP 133,200 7,400 where: L = Allowable leakage in gallons/per hour N = Number of joints in length of pipe tested S = Length of pipe D = Nominal diameter of the pipe in inches P = Average of the max. and min. pressures within the test section in psi Any leakage which becomes evident prior to final acceptance of the project shall be found and repaired to the satisfaction of the Engineer even though the particular line has been previously accepted and tested. 3.14 DISINFECTION OF PIPE LINES A. The Contractor shall furnish all labor, equipment, and materials necessary for the disinfection of all potable water pipe lines, which shall be disinfected before being placed in service. The lines shall be disinfected by the application of a chlorinating agent in accordance with the requirements ofAWWA C651. B. After disinfection has been completed and the pipe is filled with water, the City will sample the water in the pipe for bacteriological testing. If acceptable bacteriological test results are not received, the Contractor shall disinfect the pipe again and provide whatever measures are necessary to achieve an acceptable result. 3.15 CLEANUP A. The backfill shall be rounded up over the trench sufficiently to allow for future settlement and any excess dirt shall be removed from the site. B. The Contractor shall maintain the trench surfaces in a satisfactory manner until final completion and acceptance of the work. The maintenance shall include blading from time to time as necessary, filling depressions caused by settlement, and other work required to keep all areas in a presentable condition. END OF SECTION V 01269110 WATER WORKS PIPING, VALVES AND FITTINGS 02665 - 10 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q ' SECTION 02730 SANITARY SEWER LINE CONSTRUCTION PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This section of the specifications covers all piping, manholes and accessories required for the sanitary sewer line portion ofthe project. All materials used in construction of sewer lines shall be of the type and class as shown on the plans and as specified herein for the various items of construction. 1.3 RELATED SECTIONS A. Section 01039 - Coordination and Meetings. B. Section 01330 — Submittal Procedures. C. Section 02665 — Water Works Piping, Valves and Fittings. 1.4 APPROVED MATERIAL Unless otherwise shown on the plans or specified herein, sewer piping shall be "approved type pipe". Approved type pipe shall be one of the following: A. Flexible Pipe Materials: 1. Polyvinyl Chloride (PVC, ASTM F 679) B. Non -Metallic pipe location wire. In the event that non-metallic pipe material is installed along or across an access road, a durable metal wire shall be installed in the trench with the pipe to facilitate locating the pipe in the future. 1.5 SUBMITTALS A. Submit all manufacturers' data on all pipe, fittings and materials to be used on the project, including pipe thickness class calculations. 1.6 SEPARATION CRITERIA A. New sanitary sewer pipe shall be installed no closer to any water line than 9 feet in all directions. Parallel water and sewer lines must be installed in separate trenches. B. Where a new sanitary sewer pipe crosses a water line, the sewer pipe within 9 feet of the crossing shall be constructed either of PVC or other material as specified and placed no closer than 6 inches from the water line, measured between the nearest outside pipe diameters. The _t 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 1 t.1 11/11 34'` Street Paving Improvements Indiana Avenue to Avenue Q water line shall be located above the sewer line wherever possible and one length of sewer pipe must be centered on the water line. PART 2 - PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) PIPE A. PVC pipe shall conform to the requirements of ASTM D3034, SDR 21 cell classification 12454B as described in ASTM D1784 SDR 21 (PVC) PR as shown on the plans. B. PVC pipe shall be formed with an integral bell and shall be joined using a gasketed bell and spigot joint. Gaskets shall conform to ASTM F477. The nominal joint length shall be 20 feet. 2.2 MANHOLE FRAMES AND COVERS A. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted to the Engineer for approval before items are shipped. Bolted and gasketed covers shall be furnished at the locations identified on the drawings. 2.3 PRECAST REINFORCED CONCRETE MANHOLES (WITH EPDXY COATING) A. Manholes shall be tongue and groove precast reinforced concrete epoxy coated manholes or (Section 02732 — Glass -Fiber Reinforced Polyester (FRP) Manholes), constructed in accordance with ASTM C 478 of the diameter indicated on the drawings. Concrete manholes shall be provided with a flat top cone unless otherwise shown on the drawings. B. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. Ram-Nek flexible plastic gaskets or approved equal shall be used in all joints. Manholes shall be epoxy coated as specified in Section 09703 — Rehabilitation and Corrosion Protection. 2.4 ROCK EMBEDMENT MATERIAL A. Where rock embedment is required it shall conform to the following gradation: (ASTM D2321): Passing V sieve Passing No. 4 sieve Passing No. 200 sieve % by Weight 100 0-10 0- 5 B. Crushing shall result in a product in which the coarse aggregate shall have at least 85% by weight of particles with one or more fractured faces and 65% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM D2321. The coarse aggregate shall not show evidence of disintegration nor show a total loss greater than 20% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 2 I1/11 34`h Street Paving Improvements Indiana Avenue to Avenue O 2.5 SOIL EMBEDMENT MATERIAL Material shall be obtained from trench excavation provided it meets the requirements of Class III bedding as defined in ASTM D2321. The material shall be a soil group SC or SM and meet the following requirements. A. Gradation Sieve Size Percent Passins 12" 100% No. 4 50% No. 200 12% to 50% B. Atterberg Limits: 1. SC Soil, PI > 7 2. SM Soil, PI > 4 PART 3 - EXECUTION 3.1 GENERAL A. All sewer pipe and fittings shall be unloaded, handled, laid, jointed and tested for defects in the manner herein specified. 3.2 INSPECTION 1.1 A. The pipe and fittings shall be inspected upon delivery and during the progress of the work and any material found to be defective will be rejected and the Contractor shall remove such defective material from the site of the work. B. The Contractor shall be responsible for all materials furnished by him and he shall replace at his own expense all such material that is found to be defective in manufacture or has been damaged in handling after delivery. 3.3 PIPE TRENCH EXCAVATION A. Pipe trenches shall be excavated to the lines and grades shown on the drawings or as established by the Engineer. Before excavation begins in paved areas, except in locations shownon the drawings to be bored, the existing pavement shall be cut or sawed to a neat line by methods that meet the approval of the Engineer. Trench widths shall be as shown on the drawings. Trench safety systems as specified and detailed shall be installed where required. The trench walls shall be made vertical to a point one foot above the top of the pipe. Vertical trench walls above this point will not be required; however, in areas of limited right-of-way or when necessary to protect existing facilities or private property, the slope of the trench wall shall be limited. Where necessary to stay within the maximum width limits at the top of the pipe or to maintain a relatively straight trench wall to remain within available right-of-way, the trench walls shall be adequately supported. The Contractor shall be fully responsible for any damage to private property or existing facilities due to inadequate support. ...� B. The minimum and maximum width of the trench shall be as shown on the plans. The trenching equipment shall be maintained on a sufficiently level road bed to provide substantially vertical t trench walls. 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 3 34 h Street Paving Improvements Indiana Avenue to Avenue Q C. The Contractor shall be responsible for implementing a trench shoring system wherever the trench depth exceeds five (5) feet. The Contractor shall refer to Section 02151 - Trench Safety Systems for approved trench shoring methods for pipelines. D. Unless otherwise approved by the Engineer, the Contractor will be allowed to have a maximum of 600 feet, of open trench at any time. As soon as practicable after the completion of laying and jointing of the pipe, the trench shall be backfilled. The Contractor shall be responsible for properly and adequately barricading and signing open trenches and excavations to protect the public during the construction of the project. E. In order to obtain a true even grade, the trench shall be fine graded and shaped in accordance with the details as shown on the plans. Any part of the trench excavated below grade shall be corrected by filling with approved material and thoroughly compacting. If clay, rock or other unyielding material is encountered in bottom of the trench, it shall be removed to a depth of six (6) inches below grade, refilled with selected material and thoroughly compacted to grade. F. Bell holes of ample dimensions shall be dug at each joint to permit the jointing and bedding of the pipe to be properly accomplished. G. All excavated material shall be piled in a manner that will not endanger the work or existing structures, or will cause obstruction to roadways. H. Before the next phase of construction can take place above the trench bottom which has been excavated to the proposed subgrade of the specified class of bedding, the Contractor shall shape and grade earth subgrade. The earth subgrade for the bedding shall be free of surface water, firm, solid and stable before the bedding material is placed. I. Trench digging machinery may be used to make trench excavations except in places where operations of same would cause damage to existing structures either above or below ground; in such instances, hand methods shall be employed. The Contractor shall locate all existing underground lines, of which he has been advised whether or not they are shown on the drawings, sufficiently in advance of trenching operations to prevent any damage thereto. The operators of all oil or gas pipelines shall be notified prior to excavation around such lines so that these operators may be present during excavation. Extreme care shall be used to prevent damage and the Contractor shall be fully responsible for damage to any such lines. J. Wherever necessary to prevent caving, the trench shall be adequately supported as required by Section 02151 - Trench Safety Systems. The Contractor is entirely responsible for assuring that trenches are adequately supported to protect both his workmen and the public. K. There will be no classification of or extra payment for excavated materials and all materials encountered shall be excavated as required. Adjacent structures and property shall be protected from damage by construction equipment. L. Blasting for excavation of solid rock not will be permitted. M. The Contractor will be required to locate all known utility lines, including consumer service lines, far enough in advance of the trenching to make proper provisions for protecting the lines and to allow for any deviations that may be required from the established lines and grades. N. The Contractor shall not be allowed to disrupt the service on any utility lines except consumers service lines, which may be taken out of service for short periods of time, if the Contractor obtains permission from the Engineer and the City. O. The Contractor shall immediately notify the proper utility company of any damage to utility lines, in order that service may be established with the least possible delay. Any damage to existing lines and the repair of consumer lines which are authorized to be cut or temporarily taken out of service shall be repaired or replaced by the Contractor at his own expense, and as directed by an official representative of the owner of the damaged line. P. All new and existing lines shall be properly supported to prevent settlement or damage to the line both during and after construction. 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 4 11/ 1 1 34`h Street Paving Improvements Indiana Avenue to Avenue Q ` Q. Any permanent relocation of existing utility lines shall be done by proper utility company without expense to the Contractor. R. Where pipes, conduits or concrete curbs, gutters, or other obstructions are encountered in the construction, the cost of tunneling shall be included as a part of the cost of the pipe line, or other pay items, complete in place. Cutting of curb and gutter will not be permitted. S. Excess trench excavation, not used for backfilling, shall be disposed of by the Contractor, and at the Contractor's expense. 3.4 EMBEDMENT MATERIAL A. Embedment is defined as the portion of backfill from the bottom of the trench to a point either six inches or one foot above the top of pipe depending on the type of pipe and the depth. B. Materials for embedment. I. Rock embedment shall be as that specified in this section, Paragraph 2.4. 2. Class III embedment material shall be that defined in ASTM D2321 and as specified in this section, Paragraph 2.5. C. Trench Depths 10 feet or less shall consist of Class III material and compacted to the density specified in this specification, Paragraphs 3.7.A.I and 3.7.A.2. D. Trench depths greater than 10 feet shall consist of all rock for flexible pipe or for rigid pipe, a combination of rock and Class III material that is placed and compacted to the density specified in this specification, Paragraphs 3.7.A.3 and 3.7.A.4. E. Paved and Unpaved Road Crossings shall consist of rock embedment and placed as specified in this specification, Paragraph 3.7.A.5. 3.5 BACKFILL MATERIAL A. Backfill is defined as portion of backfill above the embedment to the existing ground. 3.6 PIPE LAYING IN TRENCH A. After the trench has been properly fine graded, the pipe shall be laid in accordance with the following specifications. Each length of pipe shall be inspected for defects and shall be thoroughly cleaned inside and outside of the spigot before being lowered into the trench. Pipe laying shall proceed up -grade with the spigot ends pointing in the direction ofthe flow. All pipe shall be laid true to the lines and grades as established by the drawings using a laser beam to control the grade of each joint of pipe. Bell holes shall be dug at each joint of sufficient depth to allow the entire length of the barrel of the pipe to rest on the trench floor and to allow ample space for properly jointing the pipe. B. Installation and jointing of the pipe shall be in accordance with the manufacturer's recommendations except where the requirements of these specifications are more strict. 1. The jointing shall be completed for all pipe laid each day, in order not to leave open joints in the trench overnight. At times when pipe laying is not in progress, the open ends of the pipe shall be plugged by approved means. No pipe shall be laid in water, or when trench conditions or weather is unsuitable for such work. 2. If water gets in the trench before the joint is completed, or if the pipe is disturbed from line and grade after being laid, the pipe shall be taken up, the joints cleaned and the pipe relaid. 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 5 11/l I 34 h Street Paving Improvements Indiana Avenue to Avenue O 3.7 EMBEDMENT AND BACKFILLING CONSTRUCTION A. Pipe Embedment 1. Flexible Pipe Trench Depths 10 Feet or Less - Place Class III material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade and thoroughly compacted to density of not less than 95% of maximum density at optimum moisture as determined by ASTM D698. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. a. After pipe has been laid, place additional material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Compact to 95% of maximum density (ASTM D698). b. The initial backfill shall then be placed (maximum 6" lifts) and compacted to 90% maximum density (ASTM D698) to a point above the top of pipe as shown on the plans. Do not permit compaction equipment to contact and damage pipe. 2. Flexible Pipe Trench Depths Greater than 10 Feet - Place rock material in the trench following fine grading. The bedding material shall be laid in the pipe trench, shaped, smoothed to grade. Vibratory compaction shall be used to consolidate the material. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. a. After pipe has been laid, place additional rock material in the trench around the haunches up to the springline of the pipe (6" lift maximum). Make certain the rock material is placed under the haunches. Vibratory compaction shall be used to consolidate the material. b. The initial backfill (rock material) shall then be placed (6" lift maximum) to a point above the top of pipe as shown on the plans. Vibratory compaction shall be used to consolidate the material. 3. Paved and Unpaved Road Crossings - Place rock embedment in the trench following fine grading. The bedding layer shall be laid in the pipe trench, shaped and smoothed to grade and then thoroughly consolidated by vibratory compaction. The bedding material shall be checked for grade and bell holes dug before the pipe is laid. a. The second lift of rock shall be laid around the haunch of the pipe to a point above the top of pipe as shown on the plans. Thoroughly consolidate the material by using vibratory compactors. 4. Trench Backfill - From the top of the pipe embedment to finish grade shall be backfilled by tamping. 5. Pavement Sections - Where tamping is required, such as road crossings, the material shall be placed in 8-inch layers, moistened if necessary, and thoroughly compacted with mechanical tampers from the bottom of the trench to the finish grade to a density of at least 95 - 98% of maximum density at minus 0 to plus 2 percent of optimum moisture as determined by ASTM D698. B. Testing - Pipe embedment will be periodically tested for compaction. Finp , backfill above pipe embedment shall not be placed until the embedment is approved by the Engineer. 3.8 MANHOLE CONSTRUCTION A. General - Manholes shall be constructed at the locations shown on the plans or as directed by the Engineer. The manholes shall be constructed in accordance with the details shown on the plans and as specified herein for precast reinforced concrete or fiberglass manholes. Concrete for manhole bases shall meet the requirements of the Section 03410 - Precast Concrete. j 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 6 I1/11 340' Street Paving Improvements Indiana Avenue to Avenue Q B. Precast Reinforced Concrete Manholes - After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 1. On straight runs the pipe shall be laid through the manholes, and upon completion of the invert the top half of the pipe shall be broken out. On manholes where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 2. Where the concrete bottom has properly cured for not less than 24 hours the precast manhole shall be installed, Ram-Nek flexible plastic gaskets shall be used in the tongue and groove joints. The bottom ring shall be grouted in as shown on the plans. Either concrete grade rings or brick shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12 inches. 3.9 LEAKAGE TEST A. Leakage tests shall be made by the Contractor on all sewer lines after installation. The tests on the sewer lines shall be made on sections of pipe between manholes. Each section ofsewer line shall be tested in accordance with ASTM D 3212 (latest revision). B. If a test fails to meet the minimum allowable requirements of the test, the Contractor shall immediately determine the cause, make the necessary repairs and retest. All testing and repair work shall be done at the Contractor's expense. C. Leakage testing will not be performed until all backfill material required has been placed and densified for a period of 30 days. 3.10 DEFLECTION TEST A. A deflection test shall be made by the Contractor on all flexible sewer pipe. The test shall not be made on a section of sewer until all the backfill on that section has been in place for 30 days. B. The deflection test shall be run using a rigid Go -No Go full circle mandrel with a diameter equal to 95% of the inside diameter of the pipe. The Contractor shall submit shop drawings of the mandrel to the Engineer for approval prior to using the mandrel for testing. C. The test shall be performed without mechanical pulling devices. Wherever possible and practical, the testing shall be initiated at a downstream manhole and proceed upstream. D. No pipe shall exceed a deflection of 5% of the inside diameter of the pipe. All excess deflections shall be corrected. The Contractor shall excavate to the point of the excess deflection, correct the deficiency and retest the pipe. If the pipe retest fails the 5% allowable deflection, the pipe shall be replaced. 3.11 CLEAN UP A. After the construction work is completed and before final acceptance by the Owner, the Contractor shall remove all rubbish, excess materials from excavations and other debris from the site of the work, and all trench surfaces shall be bladed and all depressions caused by settlement shall be filled. The cost of cleanup shall be included in the bid prices for the various units of work. END OF SECTION 01269110 SANITARY SEWER LINE CONSTRUCTION 02730 - 7 11/1 l 34`h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02741 HOT -MIX ASPHALT PAVING PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Hot -mix asphalt paving. B. Hot -mix asphalt patching. C. Asphalt surface treatments. D. Pavement -marking paint. E. Cold milling of existing hot -mix asphalt pavement. F. Construction Detours. G. Asphalt Stabilized Base. 1.3 RELATED SECTIONS A. Section 01400 — Quality Requirements. B. Section 02300 - Earthwork. C. Section 02764 - Pavement Joint Sealants. 1.4 DEFINITIONS A. Hot -Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. 1.5 REFERENCES AASHTO T 102 Spot Test of Asphaltic Materials AASHTO T 245 Resistance to Plastic Flow of Bituminous Mixtures Using AASHTO M 248 Al MS-2 Al MS-22 ASTM C 29/C 29M 01269110 11/11 Marshall Apparatus Standard Specification for Ready -Mixed White and Yellow Traffic Paints (1994) Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types Construction of Hot Mix Asphalt Pavements (1991; Rev. A) Unit Weight and Voids in Aggregate HOT -MIX ASPHALT PAVING 02741 - 1 34`h Street Paving Improvements Indiana Avenue to Avenue Q ASTM C 88 (1990) Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C 117 (1995) Materials Finer than 75-Micrometer (No. 200) Sieve in Mineral Aggregates by Washing ASTM C 127 (1988; R 1993) Specific Gravity and Absorption of Coarse Aggregate ASTM C 128 (1993) Specific Gravity and Absorption of Fine Aggregate ASTM C 131 (1996) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine _ ASTM C 136 (1996; Rev. A) Sieve Analysis of Fine and Coarse Aggregates ASTM C 188 (1995) Density of Hydraulic Cement ' ASTM D 70 (1982; R 1990) Specific Gravity of Semi -Solid Bituminous Materials ASTM D 75 (1987; R 1992) Sampling Aggregates ASTM D 242 (1995) Mineral Filler for Bituminous Paving Mixtures ASTM D 546 (1994) Sieve Analysis of Mineral Filler for Road and Paving Materials ASTM D 692 (1994; Rev. A) Coarse Aggregate for Bituminous Paving Mixtures ASTM D 854 (1992) Specific Gravity of Soils ASTM D 946 (1982; R 1993) Penetration -Graded Asphalt Cement for Use in Pavement Construction ASTM D 979 (1996) Sampling Bituminous Paving Mixtures ASTM D 995 (1995; Rev. B) Mixing Plants for Hot -Mixed, Hot -Laid Bituminous Paving Mixtures ASTM D 1073 (1994) Fine Aggregate for Bituminous Paving Mixtures ASTM D 1075 (1996) Effect of Water on Cohesion of Compacted Bituminous Mixtures ASTM D 1188 (1996) Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens ASTM D 2027 Standard Specification for Cutback Asphalt (Medium -Curing 4 Type) — 01269110 HOT -MIX ASPHALT PAVING 02741 - 2 11/11 34'' Street Paving Improvements Indiana Avenue to Avenue Q ASTM D 2041 (1995) Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D 2172 (1995) Quantitative Extraction of Bitumen from Bituminous Paving Mixtures ASTM D 2726 (1996; Rev. A) Bulk Specific Gravity and Density of Non - Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM TM D 3381 (1992) Viscosity -Graded Asphalt Cement for Use in Pavement Construction ,t ASTM D3405 Standard Specification for Joint Sealants, Hot -Applied, for Concrete and Asphalt Pavements ASTM D3549 Standard Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens TEX-126-E Molding, Testing and Evaluating Bituminous Black Base Materials TEX-204-F Design of Bituminous Mixtures TEX-224-F Determining Flakiness Index TxDOT item 300 Asphalt, Oils and Emulsions TxDOT item 301 Asphalt Antistripping Agents - TxDOT item 320 Equipment for Asphalt Concrete Pavement TxDOT Item 340 Specification for Dense -Graded Hot -Mix Asphalt (Method) TxDOT Item 662 Work Zone Pavement Markings TxDOT Item 666 Reflectorized Pavement Markings TxDOT Item 672 Raised Pavement Markers City of Lubbock City of Lubbock Street/Drainage Engineering Standard Specifications Specifications, Current Version 01269110 HOT -MIX ASPHALT PAVING 02741 - 3 11/11 34'` Street Paving Improvements Indiana Avenue to Avenue Q 1.6 SUBMITTALS A. Product Data 1. For each type of product indicated. Include technical data and tested physical and performance properties. B. Job -Mix Designs I. Submit a job -mix design, for approval prior to preparing and placing the bituminous mixture. Design mix using procedures contained throughout this section with materials as specified. Formulas shall indicate physical properties of the mixes as shown by tests made by a commercial laboratory approved by the Engineer, using materials identical to those to be provided on this project. Submit formulas with material samples. Job -mix formula for each mixture shall be in effect until modified in writing by the Contractor and approved by the Engineer. Provide a new job -mix formula for each source change. Job mix shall be for this specific project. Job mixes developed for other projects, although they may have similar requirements, [ will be subject to review and approved/denied by the Engineer. C. Qualification Data 1. Submit qualifications for product manufacturers. D. Material Test Reports 1. Specific gravity test of asphalt 2. Coarse aggregate tests 3. Weight of slag test IJ 4. Percent of crushed pieces in gravel 5. Fine aggregate tests 6. Specific gravity of mineral filler 7. Bituminous mixture tests 8. Aggregates tests 9. Bituminous mix tests 10. Pavement courses E. Product Submittals 1. Pavement marking materials. 1.7 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. B. Mock -Up Test Section I. Prior to full production of the binder and wearing course[s], prepare a quantity of bituminous mixture according to the job -mix formula. Construct a test section 200 feet long by not less than 10 feet wide and of the same compacted depth specified for the construction of the course which the test section represents. The test section may be placed within required project/plan limits as specified, but contractor will be required to remove and replace based on required testing samples or as approved by the Engineer. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. Test not less than two samples of the mixture produced at the plant for gradation, asphalt cement content, stability, flow, air voids, voids in mineral aggregate, and in weight. Obtain not less than three cores from the test strip for density and thickness tests. Check the test section for smoothness and 01269110 HOT -MIX ASPHALT PAVING 02741 - 4 11/11 L.� l 34'h Street Paving Improvements Indiana Avenue to Avenue Q finish surface texture. If the test section should prove to be unsatisfactory, make the necessary adjustments to the mix design, plant operation, transportation, laydown, and/or rolling procedures. Additional test sections, as required, shall be constructed and evaluated for conformance to the specified requirements. When test sections do not conform to specified requirements, remove and replace the bituminous pavement. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specified requirements, remove both sections at the Contractor's expense. Full production shall not begin without the Engineer's approval. C. Required Data l . Job -mix formula shall show the following: a. Source and proportions, percent by weight, of each ingredient of the mixture; b. Correct gradation, the percentages passing each size sieve listed in the specifications for the mixture to be used, for the aggregate and mineral filler from each separate source and from each different size to be used in the mixture and for the composite mixture; C. Amount of material passing the No. 200 sieve determined by dry sieving; d. Number of blows of hammer compaction per side of molded specimen; e. Temperature viscosity relationship of the asphalt cement; f. Stability, flow, percent voids in mineral aggregate, percent air voids, unit weight; g. Asphalt absorption by the aggregate; h. Effective asphalt content as percent by weight of total mix; i. Temperature of the mixture immediately upon completion of mixing; j. Asphalt viscosity grade and/or penetration range; and k. Curves for the asphalt stabilized base and hot mix asphalt paving courses. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspect materials delivered to the site for damage and store with a minimum of handling. Store aggregates in such a manner as to prevent segregation, contamination, or intermixing of the different aggregate sizes. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hrs. If the temperature of any HMAC, measured while passing through the lay down machine, is plus or minus 25 degrees F from the mixing temperature, the load shall be rejected. 1.9 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Prime and Tack Coats: Minimum surface temperature of 60 deg F. 2. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. 3. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. 1.10 MIXING PLANT A. Provide mixing plant capable of meeting the needs of the project B. At no time shall the plant hinder the progress of the project. .. 01269110 HOT -MIX ASPHALT PAVING 02741- 5 I1/II 1-1 34`h Street Paving Improvements Indiana Avenue to Avenue Q PART 2 - PRODUCTS 2.1 MATERIALS A. Aggregate General: Use materials and gradations that have performed satisfactorily in previous installations. 1. Coarse Aggregate — Coarse aggregate shall conform to ASTM D692. a. The coarse aggregate shall be the material retained on a No. 4 sieve, and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel IJ of uniform quality. Mixing or combining of crushed gravel and crushed stone will not be permitted. Coarse aggregate shall be crushed to the extent that produces a minimum of 55% crushed faces when tested in accordance with j ASTM D 692. Course aggregate shall be crushed to the extent that produces a minimum 85% crushed faces for both Type "C" HMAC, and Type "D" HMAC. b. Coarse aggregate shall have a maximum loss of 20% when subjected to 5 cycles of the Magnesium Sulfate Soundness Test ASTM C-88. The amount of organic matter, clays, loams, or particles coated therewith, or other undesirable materials shall not exceed 2 percent. When subjected to the Los Angeles Abrasion test, the coarse aggregate shall not have a loss greater than 40 percent by weight. C. Coarse aggregate may be enhanced by the addition of recycled asphaltic pavement (RAP). The material shall be clean without any foreign materials so as to produce a crushed aggregate in conformance with these specifications. 2. Fine Aggregate -- fine aggregate shall conform to ASTM D1073. a. The fine aggregate shall be that part of the material passing the No. 10 sieve and shall be uniform quality throughout. A maximum of 15% of the total virgin aggregate may be field sand or other crushed fine aggregate. Screenings shall be of the same or similar material as specified for course aggregate. b. Sand shall be composed of durable stone particles free from injurious foreign w matter. Screenings shall be of the same or similar material as specified for coarse aggregate. 3. Mineral Filler a. Mineral filler shall conform to ASTM D242 and consist of thoroughly dry stone dust, Portland cement or other material dust approved by the Engineer. The mineral filler shall be free of foreign and other injurious matter and shall meet the following gradation: Percent by Weight Retained on No. 30 Sieve 95-100 Percent by Weight Retained on No. 80 Sieve 75 minimum Percent by Weight Retained on No. 200 Sieve 55 minimum B. Asphalt 1. Asphalt shall be performance grade 64-22 or better, AASHTO Performance Graded Binder Specification (MP 1). 2. The Contractor shall notify the Engineer of the source of asphaltic material for approval prior to production of the asphaltic mixture. 3. The optimum asphalt content shall be determined by the Test Method Tex 204-F. 01269110 HOT -MIX ASPHALT PAVING 02741- 6 11/I1 34`h Street Paving Improvements i Indiana Avenue to Avenue O 4. Asphalt content will be plus or minus 0.3% of design during production. When asphalt content falls outside these parameters immediate action is required. 5. If at any time the asphalt content falls to 0.5%, immediate cease in production will take place until which time the contractor has provided sufficient evidence of the problem being corrected. C. Prime Coat 1. The surface shall be primed using an application of 0.20 to 0.30 gallons per square yard of MC asphalt conforming to ASTM D 2027 — MC 30. D. Tack Coat 1. The asphaltic material for tack coat shall meet the requirements for slow rate cure SS -I emulsified asphalt, or medium rate cure MS-1 emulsified asphalt or PG grade asphalt as used in the HMAC Surface Course. All vertical joints shall be tack coated. E. Joint Sealant 1. ASTM D 3405 or AASHTO M 301, hot -applied, single -component, polymer - modified bituminous sealant. F. Emulsified Asphalt Sealer 1. All ASB surface courses shall be sprayed with an emulsified asphalt sealer consisting of a 15/85 mixture of MS-2, or 20/80 SS-1, liquid anionic asphalt and distilled water. The emulsified asphalt sealer shall be applied after the HMAC surface has cooled to below 70 degrees F, and shall be applied at a rate of 0.10 to 0.12 gallons per square yard of surface. G. Mix Design 1. Hot -Mix Asphalt: Dense, hot -laid, hot -mix asphalt plant mixes approved by authorities having jurisdiction; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: a. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course/Temporary Pavement a. Hot Mix Base shall consist of a compacted mixture of graded gravel aggregate and asphalt cement mixed hot in a mixing plant in accordance with TxDOT Standard Specifications, 2004, Item 340 Dense -Graded Hot -Mix Asphalt (Method), Type B (fine base), using the Texas gyratory compaction method (TX206-F). b. The Contractor shall provide a current mix design using the approved materials indicating gradation and optimum asphalt content. The aggregate mixture shall conform to the following master gradation: Sieve Size 1" 7/8" 5/8" 3/8" #4 #10 #40 #80 #200 Percent Retained by Weight 0 95-100 75-95 60-80 40-60 27-40 10-25 3-13 1-6 Material passing the #40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 C. The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing with asphalt. 01269110 HOT -MIX ASPHALT PAVING 02741 - 7 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q d. The ASB mixture shall consist of a uniform mixture of mineral aggregate and asphaltic material. The mineral aggregate shall conform to the gradation requirements specified. The percent asphaltic material shall be determined in accordance with Test Method Tex. 204-F, with a target density of 96.5% lab molded density. Asphalt content tolerances will be plus or minus .3%. Outside these parameters corrective action must be taken immediately, over .5% shall require immediate cease of production. No more than 20% RAP will be allowed in ASB designs.. The percent asphaltic material shall be determined in accordance with Test Method Tex.-236F. Asphalt for the mixture shall meet the requirements of TxDOT Item "Asphalt, Oils, and Emulsions", and must be a performance graded (PG) 64-22 or better. The grade of asphalt and source must be approved by the Engineer prior to use. The contractor shall submit the mix design prepared by a qualified lab for approval by the Engineer. The Engineer will approve the asphalt content to be used in the mixture after design tests have been made with the aggregate to be used. The asphalt content of the production mixture during production shall not vary from the design more than 0.2% dry weight based on total mixture. Surface Course a. Hot mix asphalt concrete surface shall consist of a minimum of one and one half inch thick compacted mixture of coarse aggregate, fine aggregate, mineral filler and asphalt cement mixed hot in a mixing plant in accordance with these specifications. Unless otherwise specified, the materials and construction shall conform to TxDOT Item 340 Dense Graded Hot Mix Asphalt Method. b. Mix designs will be in accordance with TX204-F with a lab molded density of 96.0% using the Texas gyratory compaction method. With a target VMA (voids in mineral aggregate) to be determined according to type of HMAC utilized. Designs will need to be resubmitted annually or when material properties change. C. The contractor's plant and equipment are subject to approval by Engineer, and shall be appropriate and in suitable condition to produce the HMAC surface consistently in compliance with these specifications. Approval of the source and character of the materials shall be obtained from the Engineer prior to use. The combined mineral aggregate, after final processing by the mixing plant and prior to addition of asphalt and mineral filler, hall have a sand equivalent value of not less than 45 when tested in accordance with Test Method Tex 203-F. The percent of flat and elongated slivers of stone for any aggregate shall not exceed 25% when tested in accordance with Test Method Tex 224-F. d. Asphaltic mixtures with aggregates which exhibit stripping characteristics shall be conditioned with either lime or liquid anti -stripping agent approved by the Engineer. Anti -stripping agents shall meet requirements of TxDOT Item "Asphalt Anti -Stripping Agents", and shall be added at the manufacturer's recommended dosage and temperature range. 01269110 HOT -MIX ASPHALT PAVING 02741 - 8 I1/11 [I 340' Street Paving Improvements Indiana Avenue to Avenue O e. The contractor shall provide a current HMAC mix design using the approved materials, indicating gradation and optimum asphalt content as determined by Test Method Tex 204-F. 1) If approved by the Engineer, the contractor may furnish an alternate mix design based on specific proposed materials. Otherwise the 1 aggregate mixture shall conform to the following master gradation: Type "C" (Course Graded Surface Course — Streets greater than 36 feet wide) Percent passing 7/8" 100 Percent passing W 95-100 Percent passing 3/8" 70-85 Percent passing No. 4 43-63 Percent passing No. 8 32-44 Percent passing No. 30 14-28 Percent passing No. 50 7-21 Percent passing No. 200 2-7 VMA Design min. 12% TVoe "D" (Fine Graded Surface Course — Streets 36 feet or less wide Percent passing 1/2" 98-100 Percent passing 3/8" 85-100 Percent passing No. 4 50-70 Percent passing No. 8 35-46 Percent passing No. 30 15-29 Percent passing No. 50 7-20 Percent passing No. 200 2-7 VMA Design min. 14% 2) Lab molded density will be plus or minus 1.0% of design before corrective action is required. Plus or minus 1.5% will require immediate cease in production operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. Asphalt content will be plus or minus .3% before corrective action is required. Plus or minus .5% will require immediate cease in production in operations with removal and replacement of HMAC laid at that location. Production will cease until which time the contractor has sufficiently proven they have taken corrective actions. 3) Material passing the No. 40 sieve shall be known as soil binder and shall meet the following requirements: Liquid Limit shall not exceed 45 Plasticity Index shall not exceed 15 Linear Shrinkage shall not exceed 5 4) The mineral aggregate shall not contain more than 0.5% moisture prior to entering the pugmill for mixing asphalt. The HMAC mixture shall consist of a uniform mixture of mineral aggregate and asphalt materials. 01269110 HOT -MIX ASPHALT PAVING 02741 - 9 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 5) If approved by the Engineer, the contractor may provide an alternate mix design based on his proposed materials. The contractor's materials and mix design shall meet all the performance criteria addressed in these specifications. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof -roll subbase using heavy, pneumatic -tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Surface shall be clean and free of loose dirt, rock, or any other foreign matter. 3.2 PRIME COAT A. Application 1. Immediately following the surface preparation, apply the prime coat by means of the bituminous distributor. Apply the bituminous material at a pressure range of 25 to 75 pounds per square inch within the temperature limits specified herein, and at the rate of not less than 0.20 gallon nor more than 0.30 gallon of bituminous material per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated with slight puddling on the surface. B. Curing 1. Following the application of bituminous material, allow the surface to cure without being disturbed for a period of not less than 48 hours, or longer as may be necessary, to attain penetration into the foundation course and evaporation of the volatiles from the bituminous material. Furnish and spread enough sand to effectively blot up and cure excess bituminous material. Maintain the primed surface until the succeeding layer of pavement is placed by protecting the surface against damage and by repairing and repriming deficient areas. C. Temperature 1. Maintain application temperature between 68 ° F and 149 ° F. D. Protection 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades to prevent traffic over freshly treated surfaces. 3.3 TACK COAT A. Application 1. Apply the tack coat when the surface to be treated is dry. Immediately following the preparation of the surface for treatment, apply the bituminous material by means of the bituminous distributor, within the limits of temperature specified herein and at a rate of not less than 0.05 gallon nor more than 0.15 gallon of diluted emulsion per square yard. Apply the bituminous material so that uniform distribution is obtained over the entire surface to be treated. Treat lightly coated areas and spots missed by the distributor with the bituminous material. Following the application of bituminous material, allow the surface to cure without being disturbed for period of time necessary to permit setting of the tack coat. Apply the bituminous tack coat only as t 01269110 HOT -MIX ASPHALT PAVING 02741 - 10 11/11 30 Street Paving Improvements Indiana Avenue to Avenue Q far in advance of the placing of the overlying layer as required for that day's operation. Maintain and protect the treated surface from damage until the succeeding course of pavement is placed. B. Temperature 1. Maintain application temperature between 122' F and 185' F. C. Material Test 1. Perform spot test for asphalt in accordance with AASHTO T 102 on each shipment. D. Traffic Controls 1. Keep traffic off surfaces freshly treated with bituminous material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 3.4 ASPHALT STABILIZED BASE COURSE (ASB) A. ASB shall not be placed when air temperature as reported by the National Weather Service is below 45 degrees F and falling. B. ASB shall be placed at a temperature between 255 and 285 degrees F during the months of June, July and August. During other months, ASB shall be placed at a temperature between 275 and 325 degrees F. C. Any ASB material that is above, or below the specified temperature range may be rejected. No payment will be made for any rejected material. D. ASB shall be placed and compacted in 3 inch lifts, unless otherwise directed by the Engineer. The material shall be placed in such a manner that when properly compacted, the finished course is smooth, of uniform density, and in conformance with required cross -sections and grades. E. The ASB shall be compacted thoroughly and uniformly with approved rollers to a density of 90.1% to 97.3% in place air voids with a lab molded target of 96.5% plus or minus 1%. All results will be calculated using the maximum theoretical rice gravity. Lab molding will take place in accordance to the asphalt manufacturer's recommended temperature. 1. Rolling patterns shall be set by using a thin lift nuclear gauge in order to ensure maximum compaction. All roller marks shall be removed and compaction completed prior to the ASB mixture cooling below 185 degrees F. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to all joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints as described in Al MS-22, "Construction of Hot Mix Asphalt Pavements." 5. Compact joints as soon as hot -mix asphalt will bear roller weight without excessive displacement. 6. Compact asphalt at joints to a density within 2 percent of specified course density. 01269110 HOT -MIX ASPHALT PAVING 02741 - 11 11/11 1 340' Street Paving Improvements Indiana Avenue to Avenue Q 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: 1. 95% to 98% of lab -molded density. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Repairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot -mix asphalt. Compact by rolling to specified density and surface smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. H. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 INSTALLATION TOLERANCES A. Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.8 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall perform field tests and inspections and prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. C. Thickness: In -place compacted thickness of hot -mix asphalt courses will be determined according to ASTM D 3549. 01269110 HOT -MIX ASPHALT PAVING 02741 - 12 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue Q D. Surface Smoothness: Finished surface of each hot -mix asphalt course will be tested for compliance with smoothness tolerances. E. In -Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to ASTM D 979 or AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot -mix asphalt -paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job -mix specifications. 2. In -place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 2000 sq. yd. or less of installed pavement. F. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. G. Owner may elect to take confirmation tests at Owner's expense. Contractor shall cooperate with Owner's testing agency. Failing tests taken at Owner's direction shall be charged to the Contractor. Failing test charges shall include pro-rata technician charges, actual failing test charge, pro-rata mileage charge, and other pro -rated charges. 3.9 DISPOSAL A. Dispose of excess materials in accordance with requirements of Section 01576 — Waste Material Disposal. l . Do not allow excavated materials to accumulate on -site. END OF SECTION 01269110 HOT -MIX ASPHALT PAVING 02741 - 13 11/11 34'' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02751 PORTLAND CEMENT CONCRETE PAVEMENT PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Concrete pavement. B. Curb and gutter. C. Driveways (alleys). D. Sidewalks. E. This section applies wherever Contractor has elected to remove, or is required to remove, and replace concrete pavement, curb and gutter, driveway (alleys), and sidewalks. Section applies also for repair or replacement of facilities otherwise damaged by Contractor's operations. 1.3 RELATED SECTIONS A. Section 02221— Removing Existing Pavements. B. Section 02300 — Earthwork. C. Section 02741 — Hot -Mix Asphalt Paving. D. Section 02764 — Pavement Joint Sealants. E. Section 03300 — Cast -in -Place Concrete. 1.4 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast -furnace slag, and silica fume. B. TxDOT: Texas Department of Transportation "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" 2004. C. DMS: TxDOT Department of Material Specifications. 1.5 SUBMITTALS A. Submit product data in accordance with Section 01330 — Submittal Procedures. B. Product Data: For each type of manufactured material and product indicated. C. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Design shall indicate target unit weight of mix. Mix design shall not be in excess of 30 days old without the Engineer's approval. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 1 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q D. Design mix submittals shall include: 1. Fine aggregate gradation. 2. Course aggregate gradation. 3. Loss from 5 cycle magnesium sulfate or sodium sulfate test on all aggregate. 4. Cement content. 5. Fly ash content. 6. Water content. 7. All admixtures. 8. Maximum slump. 9. Percent air entrainment. 10. 7 day flexural strength. 11. 7 day compressive strength. 12. 28 day compressive strength. E. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on flexural and comprehensive testing of current materials: 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. F. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed pavement work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready -mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mix Concrete Associatiods Plant Certification Program. 2. An inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed report is required every time a plant is moved. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. 3. When equipment or facilities fail to meet specification requirements, remove them from service until corrected. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 2 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant and each aggregate from one source. When there are changes in material, brand, source, or chemical admixtures, reevaluate the mix as a new mix design. E. ACI Publications: Comply with ACI301, "Specification for Structural Concrete," unless modified by the requirements of the Contract Documents. Refer to Section 03300 — Cast -In -Place Concrete for additional codes and standards. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. 1.7 PROJECT CONDITIONS A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities and emergency services. PART 2 - PRODUCTS 2.1 FORMS A. Pavement Forms: Provide metal side forms of sufficient cross section, strength and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from kinks, bonds or warps that could affect ride quality or alignment. l . Use flexible or curved forms for curves of a radius 100 feet or less. 2. Forms should be no less than 10 ft. in length. 2.2 PLACING, CONSOLIDATING, AND FINISHING EQUIPMENT A. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete - pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. g B. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire 1 1 width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. C. The paving equipment described in this Section may not be fully required for small or irregular areas, as approved by the Engineer. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 3 340i Street Paving Improvements Indiana Avenue to Avenue O 2.3 REINFORCING STEEL INSERTING EQUIPMENT A. Inserting equipment may not be used in place of two piece tie bars or drilled and epoxy bars. 2.4 TEXTURING EQUIPMENT A. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass -type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot -resistant backing material bonded to the facing. B. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at I in., center -to -center. Hand -operated tining equipment that produces an equivalent texture may be used on hand pours, or when permitted in emergencies due to equipment breakdown. 2.5 CURING EQUIPMENT A. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. 2.6 SAWING EQUIPMENT A. Provide power -driven concrete saws to saw the joints shown on the plans within 24 hours of placement. Provide standby power -driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. 2.7 GRINDING EQUIPMENT A. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 4 11/11 r_ ; 34'h Street Paving Improvements Indiana Avenue to Avenue O 2.8 TESTING EQUIPMENT A. Provide testing equipment regardless of job -control testing responsibilities in accordance with TxDOT Item 421, "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified. 2.9 CORING EQUIPMENT A. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A. 2.10 MISCELLANEOUS EQUIPMENT A. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 inch high by 1 inch wide by '/4 inch deep. 2.11 STEEL REINFORCEMENT A. Plain -Steel Welded Wire Fabric: ASTM A 185, fabricated from as -drawn steel wire into flat sheets, shall be 6" x 6" — 10 gauge welded wire fabric, or as shown on plans. B. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. C. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade 60. Cut bars true to length with ends square and free of burrs. j D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. J E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook -bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete or fiber -reinforced concrete of greater compressive strength than concrete, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2. Space reinforcing supports at 5'-0" maximum in any direction. 3. Place vertical reinforcement supports drilled into sub -base material to prevent horizontal movement of reinforcing steel. 2.12 CONCRETE MATERIALS A. General: Use the same brand and type of cementitious material from the same manufacturer throughout the Project. B. Portland Cement: ASTM C 150, Type I, II, or III or ASTM G176 IA, IIA, or IIIA for air entrained. Fly ash may be substituted at a rate up to 30% by absolute volume of the cement. C. Aggregate: ASTM C 33, uniformly graded, from a single source, as follows: 1. Class:4M. 2. Maximum Aggregate Size: 1-1/2 inches nominal. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 5 11/11 34"' Street Paving Improvements Indiana Avenue to Avenue Q 3. Coarse aggregate for Class C or D concrete shall be crushed limestone. Aggregate shall be graded from fine to coarse and shall conform to ASTM C 136. The gradation for aggregate shall meet the following requirements by weight: FINE AGGREGATE COARSE AGGREGATE Sieve Percent Passing Sieve Percent Passim 3/8 inch 100 2 inch 100 No. 4 95-100 1-1/2 inch 95-100 No. 8 80-100 No. 16 50-85 3/4 inch 35-70 No. 30 25-60 3/8 inch 10-30 No.50A 5-30 No.4 0-5 No. 100 0-10 No.200B 0-3 "Range is 6-35 when sand equivalent volume is greater than 85. B 0-6 for manufactured sand. Maximum amounts of organic impurities shall conform to ASTM C 40 and ASTM C 87. Maximum amounts of impurities finer than the #200 sieve shall conform to ASTM C 117. Maximum amounts of soft particles shall conform to ASTM C 123. Maximum amounts of friable particles shall conform to ASTM C 142. Fine aggregate shall have a sand equivalent of at least 80 in accordance with Tex- 203-F. Provide fine aggregate with fineness modules between 2.3 and 3.1 per ASTM C-33. Stockpiles shall be protected from dusty conditions by drift; fences or other methods approved by the Engineer. Stockpiling methods used shall not allow aggregate to roll down the slope as it is added to existing stockpiles. Stockpiles shall be built in layers of uniform thickness. Equipment shall not be permitted to operate over the same lift repeatedly. 4. Coarse aggregate shall have a maximum loss of 18% when subjected to 5 cycles of the magnesium sulfate soundness test or a maximum loss of 12% when subjected to 5 cycles of a sodium sulfate soundness test (ASTM C-88). 5. The percentage of wear shall be no more than 40 when tested in accordance with ASTM C-131 or ASTM C-535. 6. Aggregates delivered to the mixer shall consist of crushed stone, crushed gravel, or natural sand. Crushing shall result in a product in which the coarse aggregate shall have at least 95% by weight of particles with one or more fractured faces and 75% by weight of particles with two or more fractured faces. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 3 to 1. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 6 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 7. Reactivity: a. Aggregates shall be tested for deleterious reactivity with alkalis in the cement, which may cause excessive expansion of the concrete. Tests of coarse and fine aggregate shall be made in accordance with ASTM C 1260. If the expansion of the coarse or fine aggregate test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting, the coarse or fine aggregates shall be accepted. b. If the expansion at 16 days is greater than 0.10%, tests of combined materials shall be made in accordance with ASTM C 1260 or ASTM C 1567 using the aggregates, cementitious materials, and/or specific reactivity reducing chemicals in the proportions proposed for the mixture design. If the expansion of the proposed combined materials test specimens, tested in accordance with ASTM C 1260 or ASTM C 1567, does not exceed 0.10 % at 30 days from casting, the proposed combined materials will be accepted. If the expansion of the proposed combined materials test specimens is greater than 0.10% at 30 days, the aggregates will not be accepted unless adjustments to the combined materials mixture can reduce the expansion to less than 0.10 % at 30 days. The Contractor may continue to make adjustments to the mix design until the test produces a passing result. If for some reason a Contractor cannot meet the specification by making adjustments to the mix design, then the Contractor shall look at the option of using a new aggregate source. New aggregates shall be evaluated and tested. D. Water: ASTM C 94. 2.13 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures. B. Air -Entraining Admixture: ASTM C 260. Certified by manufacturer to be compatible with other required admixtures. C. Water -Reducing Admixture: ASTM C 494, Type A. D. High -Range, Water -Reducing Admixture: ASTM C 494, Type F or Type G. E. Water -Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.14 FIBER REINFORCEMENT A. Fiber reinforcement may be used in place of wire mesh only if approved by Engineer and Owner. B. Fiber reinforcement shall be 100% virgin polypropylene, collated, fibrillated fibers, made for use as concrete reinforcement, containing no reprocessed olefin materials, and conforming to ASTM C 1116, Type III. C. Specific gravity - .91 D. Tensile Strength — 70,000 psi to 100,000 psi. E. Length — 2". 2.15 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 7 11/11 34h Street Paving Improvements '! Indiana Avenue to Avenue Q 2.16 EPDXY A. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. 2.17 EVAPORATION RETARDANT A. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." 2.18 JOINT SEALANTS AND FILLERS A. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 2.19 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber. B. Texture Surface for Ramps 1. Meet requirements of the Texas Accessibility Standards. 2. Concrete paver units shall meet all requirements of ASTM C-936 and C-33 and shall be laid in a two by two unit basket weave pattern. 3. Color as selected by Owner. To be a contrasting color with the adjacent surfaces. 4. Durabak with Safti-Traxx Detacable Warning System by Cote-L Distribution Company, or approved equal. 5. Texture surface requirements for ramps may be modified by Owner at any time to comply with Texas Accessibility Standards. No additional compensation will be made for such modification. C. Bonding Agent 1. Polyvinyl acetate or acrylic base. D. Sand Cushion 1. Clean, manufactured or natural sand with plasticity index of 8 or less. 2.20 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI 301, for each type and strength of normal -weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method. 1. Do not use Owner's field quality -control testing agency as the independent testing agency. C. Classification 1. The following classes of concrete shall be used: Class A Curb and gutter, standard sidewalks, residential driveways, curb ramps. Class B Alley paving. Class C Concrete street paving, fillets, alley returns, reinforced sidewalk, commercial driveways, valley gutters. _. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 -8 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue Q Class D N/A. Class E Fast setting concrete pavement such as "Fast Track" Concrete Pavement or other special design. D. Proportion mixes to provide concrete with the following properties: 1. Water-Cementitious Materials Ratio as shown in Section E.2. E. Mix Design 1. At least 15 days prior to beginning any concrete pavement construction the Contractor shall submit the following to the Engineer for approval: a. Test certificates from an approved commercial testing laboratory on all proposed aggregate. Certificates shall indicate material source, gradation, and loss from 5 cycle magnesium sulfate soundness test (not to exceed 18%) or the loss from 5 cycles of sodium sulfate soundness test (not to exceed 12%). b. A mix design based on water -cement ratio. C. Results of flexural and compression tests in conformance with ASTM C 39 and/or flexural tests in conformance with ASTM C 78, made by an approved commercial testing laboratory. Tests shall be made on 6 cylinders and/or 6 beams at curing times appropriate to the class of concrete. 2. The Engineer will approve or reject the mix design and materials based on these submittals. This approval shall be subject to additional testing during construction. Mix designs for various classes of concrete shall conform to the following: Maximum Water/ Maximum Slump Class Cement Ratio Inches A 0.60 4 B 0.60 3 C (slip formed) 0.45 3 C (formed) 0.45 6 E 0.45 As specified by Concrete batch plant F. Strength Requirements 1. Test at least three sets of design strength specimens with two specimens per set. The various classes of concrete shall conform to the following strengths in psi as determined by the average of two test cylinders and beams. COMPRESSIVE FLEXURAL Class 3 Day 7 Day 28 Day 7 Dav 28 Day A - 2100 3000 425 B 2500 3000 - 280 C - 3500 4400 570 680 D - - - E 2600 (24hr) Unless otherwise 400 (24 hr) specified 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 9 11/11 30 Street Paving Improvements Indiana Avenue to Avenue O G. Properties I. Air Entrainment: 5% ASTM C 260. If the air content is more than 1 '/2 percentage points below or above the required air, the load of concrete will be rejected. 2. Synthetic Fiber: Use manufacturer's recommended rate, but not less than 1.0 lb/cu. yd. (where applicable). 3. Fly ash: Not more than 30% by absolute volume of cement. 2.21 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94 and ASTM C 1116 when synthetic fibers are involved. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2. Mixing and delivery time starts at time of hatching. B. Project -Site Mixing: Comply with requirements and measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in an appropriate method and as approved by the Engineer. 1. For mixers of 1 cu. yd. or smaller capacity, continue mixing at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixers of capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd. 3. Provide batch ticket for each batch discharged and used in the work, indicating project identification name and number, date, mix type, mix time, quantity, and amount of water added. Batch ticket shall also indicate batching operation variances according to ACI 304R. a. Cement and supplementary cementitious material within ±1% of desired weight. b. Aggregates measured within f2% of desired weight (fl% when cumulative weight is taken). C. Allowable water adjusted for free moisture in aggregates. d. Admixtures discharged separately within a volumetric tolerance of f3% using a method that does not allow concentrated admixtures to contact each other. 4. When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. PART 3 - EXECUTION 3.1 PREPARATION A. Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. B. Remove loose material from compacted subbase surface immediately before placing concrete. i, .3 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 10 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q ' 3.2 PLACING AND REMOVING FORMS A. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. B. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 inch under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. C. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. D. Forms that are not the same depth as the pavement but are within 2 inch of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft radius or less. 3.3 STEEL REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's (CRSI) "Manual of Standard Practice" for fabricating reinforcement and with recommendations in CRSI's "Placing Reinforcing Bars" for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond -reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. 3.4 JOINTS A. Reinforcing Steel and Joint Assemblies: Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple -piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Y Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 11 ' 11/11 340i Street Paving Improvements Indiana Avenue to Avenue Q All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. B. General: Construct isolation, contraction, construction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated. 1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated. C. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints. 1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. D. Isolation Joints: Form isolation joints of preformed joint -filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. I. Extend joint fillers full width and depth of joint. 2. Terminate joint filler less than 1/2 inch or more than l inch below finished surface if joint sealant is indicated. 3. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 4. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint -filler sections together. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. E. Curb and Gutter I. Place 1/4" pre -molded expansion joints at the tangent point of each return at intersections and at intervals not more than 40 feet between the intersections. 2. Locate construction joints of at least'/4" depth at 10 foot intervals. F. Sidewalk I. Place %" expansion joint material where new construction abuts an existing structure, sidewalk, etc. 2. Place expansion joints at 36 ft. spacing (max). 3. Place weakened plane joints at 5 ft. spacing (max). They shall be '/4" wide by %" deep. G. Driveways and Pavements I. Install dowel bars and support assemblies at joints. Dowel bar spacing and size as directed by Engineer. Lubricate or asphalt -coat one-half of dowel length to prevent concrete bonding to one side of joint. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 12 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue O 2. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. a. Radius: 1/4 inch. b. Bottom Width: 3/8 inch. C. Top Width: 3/4 inch. d. Depth: 1 5/8 inch. 3.5 CONCRETE DELIVERY A. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 inches. Segregated concrete is subject to rejection. Place agitated concrete within 60 minutes after batching. Place non -agitated concrete within 45 minutes after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. 3.6 CONCRETE PLACEMENT A. Concrete Placement: Do not allow the pavement edge to deviate from the established paving line by more than '/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement: Consolidate all concrete by approved mechanical vibrators. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete in areas not accessible to the machine -mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. B. Curbs and Gutters: When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. C. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. D. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When air temperature has fallen to, or is expected to fall below, 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 13 11/11 1� r 34"' Street Paving Improvements Indiana Avenue to Avenue O E. Hot -Weather Placement: Place concrete according to recommendations in ACI 305R and as follows when hot -weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 deg F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcement steel with water -soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. F. Date Imprinting: Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 foot from the outside longitudinal construction joint or edge of pavement and approximately 1 foot from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed. 3.7 CONCRETE FINISHING A. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. I. Finished Surface: As soon as the concrete has hardened sufficiently, the pavement surface shall be tested in all directions with a 16-foot straightedge or other specified device. Surface smoothness deviations shall not exceed I/4 inch from a 16-foot straightedge at any location, including placement along and spanning any pavement joint or edge. For small pours, including intersections and irregularly shaped areas, no deviation exceeding a 1/8 inch from a 10-foot straightedge shall exist. Areas in the slab showing high spots shall be marked and immediately ground down with an approved grinding machine to an elevation that falls within the tolerance. Where the departure from the correct cross section exceeds 1/2 inch, the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. 2. In addition to the 16-foot straight edge, the Contractor shall furnish a 25' wheel base Maintenance of Surface Moisture: Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog application of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 14 11/11 340i Street Paving Improvements Indiana Avenue to Avenue Q 3. Surface Texturing: Perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at I in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. a. Burlap Finish: For sidewalks, drag a seamless strip of damp burlap across float -finished concrete, perpendicular to line of traffic, to provide a uniform, gritty texture. b. Medium -to -Fine -Textured Broom Finish: For curb and gutter, draw a soft bristle broom across float -finished concrete surface perpendicular to line of traffic to provide a uniform, fine -line texture. C. Medium -to -Coarse -Textured Broom Finish: For fillets, driveways and alleys, provide a coarse finish by striating float -finished concrete surface 1/16 to 1/8 inch deep with a stiff -bristled broom, perpendicular to line of traffic. d. Tined Finish: For concrete pavement, perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at I in., approximately 3/16 inch deep, with a minimum depth of 1/8 inch, and approximately 1/12 inch wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on other irregular sections of pavements. Repair damage to the edge of the slab and joint immediately after texturing. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 3.8 CONCRETE PROTECTION AND CURING 1 A. Curing: Keep the concrete pavement surface from drying by water fogging until the curing - material has been applied. If forms are removed during day of placement, apply curing compound to exposed areas. When placing concrete pavement, place curing compound on backside of curb. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days unless specified otherwise. A curing day is defined as a 24-hr period when either the temperature taken in i the shade away from artificial heat is above 50°F for at least 19 hr or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 15 11/11 s 1 rE 34 h Street Paving Improvements ' Indiana Avenue to Avenue 0 0 concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. B. Protect freshly placed concrete from excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and follow recommendations in ACI 305R for hot weather protection during curing. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hrs after placement. Repair or replace all concrete damaged by freezing. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. D. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by moisture curing, moisture -retaining -cover curing, curing compound, or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 minutes after completing texturing operations. Apply the second coat within 30 minutes after completing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 4. Curing Class E Concrete: For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.I.1, "Membrane Curing," followed promptly by moisture curing until opening strength is achieved but not less than 24 hours. 3.9 SAWING JOINTS A. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Once sawing has commenced it shall be continued until completed and all such sawing must be completed within 24 hours of placement. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 16 11/11 34'' Street Paving Improvements } Indiana Avenue to Avenue Q uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hour of curing. 3.10 PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC A. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement: Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic: Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment: Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hour old and opening strength has been demonstrated in accordance with "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 feet from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 foot from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic: Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hour if the specified strength is achieved. a. Strength Testing: Test concrete specimens cured under the same conditions as the portion of the pavement involved. 5. Emergency Opening to Traffic: Under emergency conditions, when the pavement is at least 72 hour old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 3.11 PAVEMENT THICKNESS A. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 feet or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 inches from plan thickness and to determine the limits of deficiencies of more than 0.75 inches from ` P� 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 17__i 11/I1 a 1- 30 Street Paving Improvements Indiana Avenue to Avenue O plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 inches: When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 inches from the plan thickness, take one 4-inch diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 inches but not by more than 0.75 inches from the plan thickness, take 2 additional cores from the unit (as defined in Section 3.11.A.3, "Pavement Units for Payment Adjustment') at intervals of a least 150 feet and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 inches will be considered as the specified thickness plus 0.2 inches. 2. Thickness Deficiencies Greater than 0.75 inches: If a core is deficient by more than 0.75, take additional cores at 10 foot intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 inches but not more than 1 inch. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 inch without additional compensation. 3. Pavement Units for Payment Adjustment: Limits for applying a payment adjustment for deficient pavement thickness from 0.20 inch to not more than 0.75 inch are 500 foot of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 inch deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 inch deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 foot interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 feet wide or wider will be considered as lanes. Shoulders less than 6 feet wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 feet in length. Ares less than 500 feet in length will be individually evaluated for payment adjustment based on the plan area. 4. Deficient Thickness Adjustment: Where the average thickness of pavement is deficient in thickness by more than 0.2 inches but not more than 0.75 inches, payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 3.11.A.3, "Pavement Units for Payment Adjustment". 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 18 11/11 t� 34`h Street Paving Improvements Indiana Avenue to Avenue Q , Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed adjustment factor Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 3.12 PAVEMENT MARKINGS A. Permanent pavement markings shall be reflectorized multipolymer applied in accordance with manufacturer's recommendations including surface preparation. B. Materials and installation for surface markings shall be in accordance with TxDOT Specifications. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Contractor shall sample materials, perform tests, and submit test reports during concrete placement. Contractor personnel performing testing must either be ACI- certified or qualified by a recognized equivalent written and performance testing program for the tests being performed. Sampling and testing for quality control include those specified in this Article. B. Job -Control Testing: Unless otherwise shown on the plans, perform all fresh and hardened concrete job -control testing at the specified frequency. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength -testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all tests results to the Engineer daily. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test results, including tests performed for verification purposes, does not meet specification requirements. When job -control testing by the Contractor is waived by the plans, the Engineer will perform the testing; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. C. Job -Control Strength: Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job -control strength testing in accordance with ASTM C 78. When a job -control concrete strength test value is more than 10% below the required job -control strength or when 3 consecutive job -control strength values fall below the required job -control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Owner may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job -control strength is more than 15% below the required job -control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 19 i 11/1I } 34'h Street Paving Improvements Indiana Avenue to Avenue Q D. Testing Services: Testing shall be performed according to the following requirements: 1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C 172, except modified for slump to comply with ASTM C 94. 2. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Flexural and Compressive -Strength Tests: ASTM C 78 and ASTM C 39; one set for each day's pour of each concrete class exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 100 cu. yd. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. 3. When frequency of testing will provide fewer than five strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 4. Slump: ASTM C 143; one test at point of placement for each strength test, but not less than one test for each day's pour of each type of concrete. Additional tests will be required when concrete consistency changes. 5. Air Content: ASTM C 231, pressure method; one test for each strength test, but not less than one test for each day's pour of each type of air -entrained concrete. 6. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each set of strength specimens. 7. Test Specimens: ASTM C 31/C 31M; one set of two standard beams and one set of four standard cylinders for each flexural and compressive -strength test, unless otherwise indicated. Flexural strength test specimens will be cured under the same conditions as the portion of pavement involved. Cylinders shall be molded and stored for laboratory -cured test specimens unless field -cured test specimens are required. E. Test results shall be reported in writing to Engineer and Contractor within 24 hours of testing. Reports of strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design strengths at their required time, concrete mix proportions and materials, breaking strengths, and type of break for both 7- and 28-day tests. F. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Engineer but will not be used as the sole basis for approval or rejection. G. Additional Tests: Contractor shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Engineer. Contractor may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. H. Contractor shall pay for failing tests. 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 20 11/11 34°i Street Paving Improvements Indiana Avenue to Avenue O 1. Questionable Concrete z 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders or acceptance test beams are a not representative of concrete -in -place in the pavement; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders or acceptance test beams for day's concreting were made for testing. e. In -place core densities, on average, are less than 97% of original mix design density, or any one core is below 96% of original mix design density, 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. if core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confirm the adequacy of the pavement, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the pavement. Damaged cores shall be replaced. - b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F to 80 degrees F, and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. 3.14 REPAIRS AND PROTECTION t A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. B. Drill test cores where directed by Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material from construction traffic. Sweep concrete pavement not more than two days before date scheduled for opening section to public traffic. END OF SECTION 01269110 PORTLAND CEMENT CONCRETE PAVEMENT 02751 - 21 11/11 i 348' Street Paving Improvements Indiana Avenue to Avenue O SECTION 02764 PAVEMENT JOINT SEALANTS PARTI- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Division 1- General Requirements apply to work of this section. 1.2 SECTION INCLUDES Conditions and A. Expansion and contraction joints within Portland cement concrete pavement. B. Joints between Portland cement concrete and asphalt pavement. 1.3 RELATED SECTIONS A. Section 02741— Hot -Mix -Asphalt Paving B. Section 02751— Portland Cement Concrete Pavement 1.4 REFERENCES A. ASTM C 1193 — Use of Joint Sealants B. ASTM D 5249 — Backer Material for Use With Cold -and -Hot -Applied Joint Sealants in Portland Cement Concrete and Asphalt Joints C. ASTM D 1751 — Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) D. ASTM D 3405 — Joint Sealants, Hot Applied, for Concrete and Asphalt Pavements E. ASTM D 3406 — Joint Sealant, Hot Applied, Elastomeric Type, for Portland Cement Concrete Pavements F. ASTM C 920 — Elastomeric Joint Sealants G. DMS — TxDOT Departmental Material Specification. 1.5 SUBMITTALS A. Product Data: For each joint -sealant product indicated. B. Samples for Verification: For each type and color of joint sealant required. Install joint -sealant samples in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. C. Product Certificates: Signed by manufacturers of joint sealants certifying that products furnished comply with requirements and are suitable for the use indicated. D. Compatibility and Adhesion Test Reports: From joint sealant manufacturer indicating the following: 1. Materials forming joint substrates and joint -sealant backer materials have been tested for compatibility and adhesion with joint sealants. 2.. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion. E. Product Test Reports: From a qualified testing agency indicating joint sealants comply with requirements, based on comprehensive testing of current product formulations. 01269110 PAVEMENT JOINT SEALANTS 02764 - 1 11/11 34'h Street Paving Improvements .. Indiana Avenue to Avenue Q 1.6 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing joint sealants similar in material, design, and extent to those indicated for this Project and whose work has resulted in joint -sealant installations with a record of successful in-service performance. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency, based on testing current sealant formulations within a 36-month period. 1. Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548. 2. Test joint sealants for compliance with requirements indicated by referencing standard specifications and test methods. D. Preconstruction Compatibility and Adhesion Testing: Submit to joint sealant manufacturer, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Use manufacturer's standard test methods to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration date, pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.8 PROJECT CONDITIONS A. Environmental Limitations: Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer. 2. When joint substrates are wet. 3. When blowing dust conditions exist. B. Joint -Width Conditions: Do not proceed with installation of joint sealants where joint widths are less than that allowed by joint sealant manufacturer for application indicated. C. Joint -Substrate Conditions: Do not proceed with installation of joint sealants until contaminants capable of interfering with their adhesion are removed from joint substrates. s _ 01269110 PAVEMENT JOINT SEALANTS 02764 - 2 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint sealant manufacturer based on testing and field experience. B. Bituminous pre -molded expansion joint shall conform to ASTM D 1751. C. Joint sealant shall be in accordance with DMS - 6300. 1. For joints between Portland cement concrete and asphalt concrete provide class 3, 4 or 5. 2. For joints in Portland cement concrete pavement. Provide Class 5 or 8. D. Mix material in accordance with manufacturer recommendations. 2.2 JOINT -SEALANT BACKER MATERIALS A. General: Provide joint -sealant backer materials that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by joint sealant manufacturer based on field experience and laboratory testing. B. Round Backer Rod for Cold- and Hot -Applied Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Sealants: ASTM D 5249; Type 2; of thickness and width required to control sealant depths, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold -Applied Sealants: ASTM D 5249, Type 3, of diameter and density required to control sealant depths and prevent bottom -side adhesion of sealant. 2.3 PRIMERS A. Primers: Product recommended by joint sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- sealant - substrate tests and field tests. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. l_ 01269110 PAVEMENT JOINT SEALANTS 02764 - 3 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint sealant manufacturer's written instructions. B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint sealant manufacturer, based on preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint sealant manufacturer's written installation instructions applicable to products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install backer materials of type indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of backer materials. 2. Do not stretch, twist, puncture, or tear backer materials. 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants by proven techniques to comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses provided for each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealants from surfaces adjacent to joint. 2. Use tooling agents that are approved in writing by joint sealant manufacturer and that do not discolor sealants or adjacent surfaces. F. Provide joint configuration to comply with joint sealant manufacturer's written instructions, unless otherwise indicated. G. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated. 3.4 CLEANING A. Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. 01269110 11/11 PAVEMENT JOINT SEALANTS 02764 - 4 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from the original work. 01269110 11/11 END OF SECTION PAVEMENT JOINT SEALANTS 02764 - 5 34`h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 02900 SEEDING PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Seeding at all disturbed areas. B. Establishment of grass. C. Fertilizers. 1.3 RELATED SECTIONS A. Section 02300 — Earthwork: Excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.4 SUBMITTALS A. Product certificates signed by manufacturers certifying that their products comply with specified requirements. 1. Manufacturer's certified analysis for standard products. 2. Analysis for other materials by a recognized laboratory made according to methods established by the Association of Official Analytical Chemists, where applicable. 3. Label data substantiating that plants, trees, shrubs, and planting materials comply with specified requirements. B. Certification of grass seed from seed vendor for each grass -seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. C. Material test reports from qualified independent testing agency indicating and interpreting test results relative to compliance of the following materials with requirements indicated. 1. Analysis of existing surface soil. 2. Analysis of imported topsoil. D. Planting schedule indicating anticipated dates and locations for each type of planting. E. Maintenance instructions recommending procedures to be established by Owner for maintenance of landscaping during an entire year. Submit before expiration of required maintenance periods. 01269110 11/11 SEEDING 02900 - 1 340' Street Paving Improvements Indiana Avenue to Avenue Q 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful landscape establishment. 1. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that landscaping is in progress. B. Testing Agency Qualifications: To qualify for acceptance, an independent testing agency must demonstrate to Architect's satisfaction, based on evaluation of agency -submitted criteria conforming to ASTM E 699, that it has the experience and capability to satisfactorily conduct the testing indicated without delaying the Work. C. Topsoil Analysis: Furnish a soil analysis made by a qualified independent soil -testing agency stating percentages of organic matter, inorganic matter (silt, clay, and sand), deleterious material, pH, and mineral and plant -nutrient content of topsoil. 1. Report suitability of topsoil for growth of applicable planting material. State recommended quantities of nitrogen, phosphorus, and potash nutrients and any limestone, aluminum sulfate, or other soil amendments to be added to produce satisfactory topsoil. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements of Section 01500 — Temporary Facilities and Controls. 1.6 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis, and name of manufacturer. Protect materials from deterioration during delivery and while stored at site. B. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 PROJECT CONDITIONS A. Utilities: Determine location of above grade and underground utilities and perform work in a manner which will avoid damage. Hand excavate, as required. Maintain grade stakes until removal is mutually agreed upon by parties concerned. B. Excavation: When conditions detrimental to plant growth are encountered, such as rubble fill, adverse drainage conditions, or obstructions, notify Architect before planting. 1.8 COORDINATION AND SCHEDULING A. Coordinate installation of planting materials during normal planting seasons for each type of plant material required. 1.9 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of other rights the Owner may have under other provisions ofthe Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. 01269110 11/11 SEEDING 02900 - 2 1�1 346i Street Paving Improvements Indiana Avenue to Avenue Q 1.10 MAINTENANCE A. Begin maintenance immediately after each area is planted and continue until acceptable stand of grass is established, but for not less than the following periods: 1. Seeded: 60 days after date of Substantial Completion. a. When full maintenance period has not elapsed before end of planting season, or if lawn is not fully established at that time, continue maintenance during next planting season. B. Maintain and establish grasses by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a consistent stand of grass. C. Watering: Provide and maintain temporary piping, hoses, and watering equipment to convey water from sources and to keep grass uniformly moist to a depth of 4 inches. l . Water grass at the minimum rate of 1 inch per week. D. Mow grass as soon as there is enough top growth to cut with mower set at specified height for principal species planted. Repeat mowing as required to maintain specified height without cutting more than 40 percent of the grass height. Remove no more than 40 percent ofgrass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. E. Postfertilization: Apply fertilizer to grass after first mowing and when grass is dry. 1. Use fertilizer that will provide actual nitrogen of at least 1 lb. per 1000 sq. ft. of lawn area. PART 2-PRODUCTS 2.1 GRASS MATERIALS A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. 1. Seed Mixture: Provide seed of grass species and varieties, proportions by weight, and minimum percentages of purity, germination, and maximum percentage of weed seed as indicated on Schedules at the end of this Section. 2.2 TOPSOIL A. Topsoil: ASTM D 5268, pH range of 5.5 to 7, 4 percent organic material minimum, free of stones 1 inch or larger in any dimension, and other extraneous materials harmful to plant growth. 1. Topsoil Source: Reuse surface soil stockpiled on the site. Verify suitability of surface soil to produce topsoil meeting requirements and amend when necessary. Supplement with imported topsoil when quantities are insufficient. Clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. 01269110 SEEDING 02900 - 3 11/11 34 h Street Paving Improvements Indiana Avenue to Avenue Q 2.3 FERTILIZER A. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea -form, phosphorous, and potassium in the following composition: 1. Composition: 11 lbs. per 1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing agency. PART 3-EXECUTION 3.1 EXAMINATION A. Examine areas to receive landscaping for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Outline areas, and secure Contracting Officer's acceptance before the start of planting work. Make minor adjustments as may be required. 3.3 PLANTING SOIL PREPARATION A. Before mixing, clean topsoil of roots, plants, sods, stones, clay lumps, and other extraneous materials harmful to plant growth. B. Mix soil amendments and fertilizers with topsoil at rates indicated. Delay mixing fertilizer if planting does not follow placing of planting soil within a few days. 1. A "Planting Soil Amendments Schedule" is included at the end of this Section. C. For grass, mix planting soil either prior to planting or apply on surface of topsoil and mix thoroughly before planting. 3.4 GRASS PLANTING PREPARATION A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1/2 inch in any dimension and sticks, roots, rubbish, and other extraneous materials. C. Spread planting soil mixture to depth required to meet thickness, grades, and elevations shown, after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen. 1. Place approximately 1/2 the thickness of planting soil mixture required. Work into top of loosened subgrade to create a transition layer and then place remainder of planting soil mixture. D. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1/2 inch in any dimension, and other objects that may interfere with planting or maintenance operations. 01269110 SEEDING 02900 - 4 340' Street Paving Improvements Indiana Avenue to Avenue 0 E. Moisten prepared grass areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.5 SEEDING NEW GRASSED AREAS A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 2 mph. Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. B. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. 3.6 CLEANUP AND PROTECTION A. During landscaping, keep pavements clean and work area in an orderly condition. B. Protect landscaping from damage due to landscape operations, operations by other contractors and trades, and trespassers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged landscape work as directed. 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off the Owner's property. B. Grassed Areas: Provide soil amendments in not less than the following quantities: 1. Weight of commercial fertilizer per acre: 400 lbs. 3.8 SEED MIXTURES SCHEDULE A. Full -Sun Mixture: Provide certified grass -seed blends or mixes, proportioned by weight, as follows: PROPORTION NAME MIN. PCT. GERM. MIN. PCT. PURE SD. MAX. PCT. WEED SD. 100 pct. Green Sprangletop 0.8 85 0.50 Sideouts Grama 0.5 Plains Bristlegr 1.3 Buffalogrss 1.1 K-R Bluestem 9.0 END OF SECTION i 01269110 SEEDING 02900 - 5 11/I1 340' Street Paving Improvements Indiana Avenue to Avenue O SECTION 03100 CONCRETE FORMWORK PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division I - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Formwork for cast -in place concrete, with shoring, bracing and anchorage. B. Openings for other work. C. Form accessories. D. Form stripping. 1.3 PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION A. Section 03300 - Cast -In -Place Concrete: Supply of concrete accessories for placement by this Section. 1.4 RELATED SECTIONS A. Section 03200 - Concrete Reinforcement. B. Section 03300 - Cast -in -Place Concrete. 1.5 REFERENCES A. ACI 347 - Recommended Practice For Concrete Formwork. B. PS-1 - Construction and Industrial Plywood. 1.6 DESIGN REQUIREMENTS A. Design, engineer and construct formwork, shoring and bracing to conform to code requirements; resultant concrete to conform to required shape, line and dimension. 1.7 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. B. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.8 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. 01269110 CONCRETE FORMWORK 03100 - 1 11/11 340i Street Paving Improvements Indiana Avenue to Avenue Q 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600 — Product Requirements. B. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.10 COORDINATION A. Coordinate work under provisions of Section 01039 — Coordination and Meetings. B. Coordinate this Section with other Sections ofwork which require attachment of components to formwork. C. If formwork is placed after reinforcement resulting in insufficient concrete cover over reinforcement, request instructions from Engineer before proceeding. PART 2 - PRODUCTS 2.1 WOOD FORM MATERIALS A. Plywood: Douglas Fir species; medium density overlaid one side grade; sound undamaged sheets with clean, true edges. B. Lumber: Douglas fir species; construction grade; with grade stamp clearly visible. 2.2 MANUFACTURERS - PREFABRICATED FORMS A. Substitutions: Under provisions of Section 01600 — Product Requirements. 2.3 FORMWORK ACCESSORIES A. Form Ties: Snap -off type, metal, fixed length, cone type, free of defects that could leave holes larger than one inch in concrete surface. B. Form Release Agent: Colorless mineral oil which will not stain concrete, absorb moisture, or impair natural bonding or color characteristics of coating intended for use on concrete. C. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. D. Waterstops: Polyvinyl chloride, minimum 1,750 psi tensile strength, minimum 50 degrees F to 1 plus 175 degrees F working temperature range, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. E. Cold Joint Waterstops: Flexible strip, bentonite waterproofing compound equal to Volcaly Waterstop-RX by American Colloid Company. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. 01269110 CONCRETE FORMWORK 03100 - 2 11/I1 1, 34s' Street Paving Improvements Indiana Avenue to Avenue Q 3.2 EARTH FORMS A. Verify with Engineer prior to the use of earth forms in lieu of specified form material. B. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.3 ERECTION - FORMWORK A. Erect formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 301. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to overstressing by construction loads. C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Keep form joints to a minimum. E. Obtain approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of beams, joists, columns and walls. 3.4 APPLICATION - FORM RELEASE AGENT A. Apply form release agent on formwork in accordance with manufacturer's recommendations. r ; B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive applied coverings which are effected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in or passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate work of other Sections in forming and placing openings, slots, reglets, recesses, chases, sleeves, bolts, anchors, and other inserts. D. Install accessories in accordance with manufacturer's instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Install waterstops continuous without displacing reinforcement. Heat seal joints watertight. F. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. G. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. 3.6 FORM CLEANING A. Clean and remove foreign matter within forms as erection proceeds. B. Clean formed cavities of debris prior to placing concrete. C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean -out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts or _ water to clean out forms, unless formwork and concrete construction proceed within heat enclosure. Use compressed air or other means to remove foreign matter. 01269110 CONCRETE FORMWORK 03100 - 3 11/11 34`h Street Paving Improvements Indiana Avenue to Avenue Q 3.7 FORMWORK TOLERANCES A. Construct formwork to maintain tolerances required by ACI 30 1. 3.8 FIELD QUALITY CONTROL A. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. B. Do not reuse wood formwork more than four times for concrete surfaces to be exposed to view. Do not patch formwork. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION 01269110 CONCRETE FORMWORK 03100 - 4 11/11 34�' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 03200 CONCRETE REINFORCEMENT PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. Reinforcing steel bars, wire fabric and accessories for cast -in -place concrete. 1.3 RELATED SECTIONS A. Section 03100 - Concrete Formwork. B. Section 03300 - Cast -in -Place Concrete. 1.4 REFERENCES A. ACI 301 - Structural Concrete for Buildings. B. ACI 318 - Building Code Requirements For Reinforced Concrete. C. ACI SP-66 - American Concrete Institute - Detailing Manual. D. ANSI/ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. E. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. F. ANSI/AWS DIA - Structural Welding Code for Reinforcing Steel. G. ANSI/AWS D12.1 - Reinforcing Steel Welding Code. H. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. I. AWS D12.1 - Welding Reinforcement Steel, Metal Inserts and Connections in Reinforced Concrete Construction. J. CRSI - Concrete Reinforcing Steel Institute Manual of Practice. K. CRSI 63 - Recommended Practice For Placing Reinforcing Bars. L. CRSI 65 - Recommended Practice For Placing Bar Supports, Specifications and Nomenclature. 1.5 SUBMITTALS A. Submit under provisions of Section 01330 — Submittal Procedures. B. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel, bending and cutting schedules, and supporting and spacing devices. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with CRSI 63, 65 and Manual of Practice, ACI 301, ACI SP-66, ACI 318. B. Submit certified copies of mill test report of reinforcement materials analysis. 01269110 CONCRETE REINFORCEMENT 03200 -1 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 1.7 COORDINATION A. Coordinate work under provisions of Section 01039 — Coordination and Meetings. B. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain. B. Welded Steel Wire Fabric: ASTM A 185 Plain Type; in flat sheets; plain. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. Chairs, Bolsters, Bar Supports, and Spacers: Sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.3 FABRICATION A. Fabricate concrete reinforcing in accordance with CRS1 Manual of Practice. B. Weld reinforcement when approved by the Engineer in accordance with ANSI/AWS DIA. C. Locate reinforcing splices not indicated on Drawings, at point of minimum stress. Review location of splices with Engineer. PART 3 - EXECUTION 3.1 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor barrier. C. Accommodate placement of formed openings. D. Conform to ACI 318 for concrete cover over reinforcement. 3.2 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400—Quality Requirements. END OF SECTION 01269110 CONCRETE REINFORCEMENT 03200 - 2 11/1 l 34'h Street Paving Improvements Indiana Avenue to Avenue Q SECTION 03300 CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes, but is not limited to cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, curing, and finishes. B. Cast -in -place concrete includes but is not limited to the following: 1. Concrete Rip -rap. 2. Sign anchors. 3. ADA ramps. 4. Illumination pole foundations. 5. Inlets, headwalls, wingwalls, and aprons. 6. Utility encasements. 7. Cast -in -place manhole bases and manhole riser supports at pipe tee locations. C. Concrete for pavement, sidewalk, curb and gutter, driveways, and alleys shall meet the requirements of Section 02751 - Portland Cement Concrete Pavement. 1.3 SUBMITTALS A. General: Submit the following according to Conditions of the Contract and Division I Specification Sections. B. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, joint systems, curing compounds, and others if requested by Engineer. C. Design Mixes: For each concrete mix. D. Shop drawings for reinforcement detailing fabricating, bending, and placing concrete reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, bent bar diagrams, materials, steel grades, and arrangement of concrete reinforcement and methods of support. Include special reinforcing required for openings through concrete structures. E. Laboratory test reports for concrete materials and mix design test. F. Formwork shop drawings: Prepared by or under supervision of a qualified Professional Engineer detailing fabrication, assembly, and support of formwork. Design and Engineering of formwork are Contractor's responsibility. G. Shoring and Reshoring: Indicated proposed schedule and sequence of stripping formwork, shoring removal and installing and removing reshoring. 01269110 CAST -IN -PLACE CONCRETE 03300 - 1 11/11 i 340' Street Paving Improvements ~ Indiana Avenue to Avenue Q 1.4 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of the following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. American Concrete Institute (ACI) 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, "Building Code Requirements for Reinforced Concrete." 3. Concrete Reinforcing Steel Institute (CRSI) "Manual of Standard Practice." 4. American Concrete Institute (ACI) 305R, "Hot Weather Concreting." 5. American Concrete Institute (ACI) 306R, "Cold Weather Concreting." 6. American Concrete Institute (ACI) 306.1, "Standard Specification for Cold Weather Concreting." 7. American Concrete Institute (ACI) 350R, "Environmental Engineering Concrete Structures." 8. American Concrete Institute (ACI) 117, "Specifications for Tolerances for Concrete Construction and Materials." B. Concrete Testing Service: Engage a testing agency acceptable to Owner to perform material evaluation tests and to design concrete mixes. Agency shall be qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated. 1. Personnel conducting field test shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-I or an equivalent certification program. C. Materials and installed Work may require testing and retesting at any time during progress of Work. Tests, including retesting of rejected materials for installed Work, shall be done at Contractor's expense. D. Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this project and whose work has resulted in construction with a record of successful in-service performance. E. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products complying with ASTM C 94, "Requirements for Production Facilities and Equipment." I. Manufacturer must be certified according to the National Ready Mixed Concrete Association Certification of Ready Mixed Concrete Production Facilities. PART 2-PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, earth, or another acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. B. Form Release Agent: Provide commercial formulation form release agent with a maximum of 350 g/L volatile organic compounds (VOCs) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties designed to prevent form deflection and to prevent spalling of concrete upon removal. Provide units that will leave no metal closer than 1-1/2 inches to the plane of the exposed concrete surface. I . Provide ties that, when removed, will leave holes not larger than I inch in diameter in the concrete surface. 01269110 CAST -IN -PLACE CONCRETE 03300 - 2 11/11 34'" Street Paving Improvements Indiana Avenue to Avenue Q 2. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of the exposed surface. 3. Furnish ties with integral water. Barrier plates to walls indicated to receive damp proofing or waterproofing. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615 Grade 60, deformed. B. Epoxy -coated fabricated reinforcing bars ASTM A 775. C. Supports for Reinforcement: Bolsters, chairs and spacers for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. Use wire bar -type supports complying with CRSI specifications. 1. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2. For exposed -to -view concrete surfaces where legs of supports are in contact with forms, provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel (CRSI, Class 2). 3. Space reinforcing supports at 5'-0" maximum in any direction. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I. I. Use one brand of cement throughout Project unless noted otherwise. B. Fly Ash: ASTM C 618, Type C. C. Normal -Weight Aggregates: ASTM C 33, size 57. D. Water: Potable. E. Admixtures, General: Provide concrete admixtures that contain not more than 0.1 percent chloride ions. F. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. G. Water -Reducing Admixture: ASTM C 494, Type A. H. High -Range Water -Reducing Admixture: ASTM C 494, Type F or Type G. I. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E. J.� Water -Reducing, Retarding Admixture: ASTM C 494, Type D. K. Water Proofing Admixture: IPANEX (800) 523-3834. 2.4 CURING COMPOUND A. Liquid -type membrane -forming curing compound with white pigment complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 pounds per square yard when applied at 200 sq. ft./gal. 2.5 RELATED MATERIALS A. Dovetail Anchor Slots: Hot -dip galvanized sheet steel, not less than 0.0336 inch thick with bent tab anchors. Fill slot with temporary filler or cover face opening to prevent intrusion ofconcrete or debris. B. Sand Cushion: Clean, manufactured or natural sand with plasticity index of 8 or less. C. Liquid Membrane -Forming Curing Compound: Liquid -type membrane -forming curing compound complying with ASTM C 309, Type 2, Class A. Moisture loss not more than 1.0 lb/sq.yd. when applied at 200 sq. ft./gal. 01269110 CAST -IN -PLACE CONCRETE 03300 - 3 11/11 34u' Street Paving Improvements Indiana Avenue to Avenue Q D. Bonding Agent: Polyvinyl acetate or acrylic base. E. Epoxy Adhesive: ASTM C 881, two -component material suitable for use on dry or damp surfaces. Provide material type, grade, and class to suit Project requirements. 2.6 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. For the trial batch method, use an independent testing agency acceptable to Engineer for preparing and reporting proposed mix designs. 1. Do not use the same testing agency as Owner for field quality control testing. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of Work. Do not begin concrete production until proposed mix designs have been reviewed by Engineer. Do not submit mix designs for other projects or that are over 60 days of age. Do not submit concrete cylinder strength reports from other projects that are older than 45 days, or that are not of the proposed mix design. C. Standard design mix to be used unless noted otherwise, provide normal weight concrete with the following properties: l . 3000 psi, 28-day compressive strength. 2. Type I cement. 3. Fly Ash: Allow up to 30% of cementitious material. 4. Minimum Slump: 4 inches. 5. Maximum Slump: 6 inches. 6. Maximum Water Cementitious Water Ratio: .55. 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. D. Water related structures mix design: Provide normal weight concrete with the following properties: 1. 4500 psi; 28-day compressive strength. 2. Type I cement 3. Fly Ash: 30% of total cementitious weight. 4. Minimum slump: 6 inches 5. Maximum slump: 8 inches 6. Maximum water cementitious material ratio:.40 7. Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 to 7 percent, unless otherwise indicated. 8. Water proofing admixture. 9. Floor hardener admixture. E. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant, as accepted by Engineer. Laboratory test data for revised mix design and strength results must be submitted to and accepted by Engineer before using in Work. 2.7 ADMIXTURES A. Use water -reducing admixture or high -range water -reducing admixture (superplasticizer) in concrete, as required, for placement and workability. B. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 deg F. C. Use admixtures for water reduction and set accelerating or retarding in strict compliance with manufacturer's directions. 01269110 CAST -IN -PLACE CONCRETE 03300 - 4 340' Street Paving Improvements Indiana Avenue to Avenue Q D. Use water -reducing admixture in pumped concrete, concrete required to be water tight, and concrete with a water cementitious materials ratio below 0.50. E. Limit water-soluble, chloride ion content in hardened concrete to 0.15 percent by weight of cement. 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 deg F and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes, and when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2.9 FLOWABLE FILL A. Flowable fill shall consist of a concrete mixture of pea gravel and sand with a cement content of 2 sacks per cubic yard. Flowable fill shall be used for backfill in all utility ditches within the right of way, and other areas as specified. PART 3 - EXECUTION 3.1 GENERAL A. Coordinate the installation of joint materials, vapor retarder, and other related materials with placement of forms and reinforcing steel. Before concrete placement operations begin, the substrate shall be fully prepared. Contractor shall be responsible for verifying that all work which will be embedded is complete and necessary inspections have been performed. Pour stops or bulkheads shall be in place and reinforcement shall be secured in proper location. 3.2 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical, lateral, static, and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances and surface irregularities complying with the following ACI 347 limits: 1. Provide Class A tolerances for concrete surfaces exposed to view. 2.` Provide Class C tolerances for other concrete surfaces. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required in the Work. Use selected materials to obtain required finishes. Solidly buttjoints and provide backup at joints to prevent cement paste from leaking. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like for easy removal. 01269110 CAST -IN -PLACE CONCRETE 03300 - 5 11/11 34'` Street Paving Improvements Indiana Avenue to Avenue Q D. Provide temporary openings for clean -outs and inspections where interior area of formwork is inaccessible before and during concrete placement. Securely brace temporary openings and set tightly to forms to prevent losing concrete mortar. Locate temporary openings in forms at inconspicuous locations. E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from trades providing such items. Accurately place and securely support items built into forms. G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before placing concrete. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 3.3 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as specified. 1. Avoiding cutting or puncturing vapor retarder during reinforcement placement and concreting operations. Repair damages before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved by Engineer. D. Place reinforcement to maintain minimum coverages as indicated for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. F. Do not weld reinforcing bars unless specifically shown. Where shown on the plans, comply with AWS DIA. Bars to be welded shall conform to ASTM A706. 3.4 JOINTS A. Construction Joints: Locate and install construction joints so they do not impair strength or appearance of the structure, as acceptable to Engineer. B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and 1 between walls and footings. Bulkheads designed and accepted for this purpose may be used for slabs. C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across - construction joints except as indicated otherwise. Do not continue reinforcement through sides of strip placements. D. Use bonding agent on existing concrete surfaces that will be joined with fresh concrete. E. Waterstops: Provide waterstops in construction joints as indicated. Install waterstops to form continuous diaphragm in each joint. Support and protect exposed waterstops during progress of i work. Field fabricate joints in waterstops according to manufacturer's printed instructions. 01269110 CAST -IN -PLACE CONCRETE 03300 - 6 j 11/11 'r 340' Street Paving Improvements Indiana Avenue to Avenue O F. Isolation Joints in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. G. Contraction (Control) Joints in Slabs -on -Grade: Construct contraction joints in slabs -on -grade to form panels of patterns as shown. 3.5 INSTALLING EMBEDDED ITEMS A. General: Set and build into formwork anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be attached. B. Install dovetail anchor slots in concrete structures as indicated on drawings. C. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. D. Ends of storm sewer pipe to be embedded in cast -in -place walls shall be in place prior to setting formwork and reinforcement, floor slab inclusive. 3.6 PREPARING FORM SURFACES A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating compound before placing reinforcement. B. Do not allow excess form -coating material to accumulate in forms or come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply according to manufacturer's instructions. 1. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not acceptable. 3.7 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. B. General: Comply with ACI 304, "Guide for Measuring, Mixing, Transporting, and Placing Concrete," and as specified. C. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened sufficiently to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation at its final location. D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete complying with ACI 309. 01269110 CAST -IN -PLACE CONCRETE 03300 - 7 11/I1 34'" Street Paving Improvements Indiana Avenue to Avenue Q 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix to segregate. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until completing placement of a panel or section. l . Consolidate concrete during placement operations so that concrete is thoroughly worked around reinforcement, other embedded items and into corners. 2. Bring slab surfaces to correct level with a straightedge and strike oft. Use bull floats or darbies to smooth surface free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position on chairs during concrete placement. F. Cold -Weather Placement: Comply with provisions ofACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. G. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 2. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R and as specified. I . Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F. Mixing water may be chilled or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. 4. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to Engineer. I. Water may be added to the concrete at the project site, subject to the following conditions: l . Truck tickets indicate maximum amount of water that can be added without exceeding the maximum specified water/cement ratio. 2. Water is added in a manner to control volume added. ;. Concrete is properly re -mixed after addition of water. 4. Inspector is notified, if concrete placement requires inspection. 5. Site added water should be done prior to taking concrete samples for testing. 6. Do not add water to concrete after adding high range water -reducing admixtures to mix. 6i 01269110 CAST -IN -PLACE CONCRETE 03300 - 8 j 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: Provide a rough -formed finish on formed concrete surfaces not exposed to view in the finished Work or concealed by other construction. This is the concrete surface having texture imparted by form -facing material used, with tie holes and defective areas repaired and patched, and fins and other projections exceeding 1 /4 inch in height rubbed down or chipped off. B. Smooth -Formed Finish: Provide a smooth -formed finish on formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or another similar system. This is an as -cast concrete surface obtained with selected form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. C. Smooth -Rubbed Finish: Provide smooth -rubbed finish on scheduled concrete surfaces that have received smooth -formed finish treatment not later than 1 day after form removal. 1. Moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 MONOLITHIC SLAB FINISHES A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as specified; slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo; and where indicated. 1. After screeding, consolidating, and leveling concrete slabs, do not work surface until ready for floating. Begin floating, using float blades or float shoes only, when surface water has disappeared, or when concrete has stiffened sufficiently to permit operation of power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F(F) 18 (floor flatness) and F(L) 15 (floor levelness) measured according to ASTM E 1155 . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular texture. 2. Remove any efflorescence as soon as feasible after its appearance. If the efflorescence hardens, then remove with a mild detergent or a mild acid cleaner. B. Trowel Finish: Apply a trowel finish to monolithic slab surfaces exposed to view and slab surfaces to be covered with resilient flooring, carpet, ceramic or quarry tile, paint, or another thin film -finish coating system. 1. After floating, begin first trowel -finish operation using a power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F(F) 20 (floor flatness) and F(L) 17 (floor levelness) measured according to ASTM E 1155. Grind smooth any surface defects that would telegraph through applied floor covering system. ... 01269110 CAST -IN -PLACE CONCRETE 03300 - 9 11/11 1 34'h Street Paving Improvements Indiana Avenue to Avenue Q C. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as specified to blend with in -place construction. Provide other miscellaneous concrete filling shown or required to complete Work. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather protect concrete from rapid moisture loss before and during finishing operations with an evaporation -control material. Apply according to manufacturer's instructions after screeding and bull floating, but before power floating and troweling. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Curing Methods: Cure concrete by curing compound, and moisture -retaining cover curing. D. Apply curing compound on exposed interior slabs and on exterior slabs, walks, and curbs as follows: 1. Apply curing compound to concrete slabs as soon as final finishing operations are complete (within 1 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray. Recoat areas subjected to rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.12 REMOVING FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form -removal operations, and provided curing and protection operations are maintained. 3.13 REUSING FORMS A. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -coating compound as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joint to avoid offsets. Do not use patched forms for exposed concrete surfaces except as acceptable to Engineer. 01269110 CAST -IN -PLACE CONCRETE 03300 - 10 11/11 346' Street Paving Improvements Indiana Avenue to Avenue Q 3.14 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removing forms, when acceptable to Engineer. B. Mix dry -pack mortar, consisting of one part portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. I . Cut out honeycombs, rock pockets, voids over 1 /4 inch in any dimension, and holes left by tie rods and bolts down to solid concrete but in no case to a depth less than I inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush -coat the area to be patched with bonding agent. Place patching mortar before bonding agent has dried. 2. For surfaces exposed to view, blend white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Provide test areas at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike -off slightly higher than surrounding surface. C. Repairing Formed Surfaces: Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Engineer. Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes and fill with dry -pack mortar or precast cement cone plugs secured in place with bonding agent. 1. Repair concealed formed surfaces, where possible, containing defects that affect the concrete's durability. If defects cannot be repaired, remove and replace the concrete. D. Repairing Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface tolerances specified for each surface and finish. Correct low and high areas as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by using a template having the required slope. 1. Repair finished unformed surfaces containing defects that affect the concrete's durability. Surface defects include crazing and cracks in excess of 0.01 inch wide or that penetrate to the reinforcement or completely through nonreinforced sections regardless of width, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may be used when acceptable to Engineer. 4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 01269110 CAST -IN -PLACE CONCRETE 03300 - 11 I1/11 34'' Street Paving Improvements Indiana Avenue to Avenue O E. Repair isolated random cracks and single holes 1 inch or less in diameter by dry -pack method. Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding compound. Place dry -pack before bonding agent has dried. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. If random cracks and single holes indicate weeping and leakage under adjacent hydrostatic head, seal with Avanti International Scotch Seal 5600 urethane, water -activated grout prior to dry packing. F. Perform structural repairs with prior approval of Engineer for method and procedure, using specified epoxy adhesive and mortar. G. Repair methods not specified above may be used, subject to acceptance of Engineer. 3.15 HYDRAULIC LEAKAGE REPAIR A. Joints, embedments and penetrations that exhibit leakage or weeping when under adjacent hydrostatic pressure shall be sealed with Avanti International Scotch Seal 5600 water -activated urethane grout. Procedures and surface finish over urethane grout shall be as approved by the Engineer. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. Sampling and testing for quality control during concrete placement shall be performed by Contractor as follows: 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. a. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of concrete; additional tests when concrete consistency seems to have changed. One test for each set of compressive strength cylinders cast. b. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete; ASTM C 231, pressure method for normal weight concrete; one for each day's pour of each type of air -entrained concrete. C. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 ` deg F and below, when 80 deg F and above, and one test for each set of compressive -strength specimens. One test for each set of compressive strength cylinders cast. d. Compression Test Specimen: ASTM C 31 • one set of four standard cylinders for f each compressive -strength test, unless otherwise directed. Mold and store cylinders for laboratory -cured test specimens except when field -cured test specimens are required. e. Compressive -Strength Tests: ASTM C 39; one set for each day's pour exceeding 5 cu. yd. plus additional sets for each 50 cu. yd. more than the first 25 cu. yd. of each concrete class placed in any one day; one specimen tested at 7 days, two i specimens tested at 28 days, and one specimen retained in reserve for later testing _. if required. 2. When frequency oftesting will provide fewer than five strength tests for a given class of concrete, conduct testing from at least five randomly selected batches or from each batch if fewer than five are used. 3. Strength level of concrete will be considered satisfactory if averages of sets of three - consecutive strength test results equal or exceed specified compressive strength and no j individual strength test result falls below specified compressive strength by more than l -€ 500 psi. 01269110 CAST -IN -PLACE CONCRETE 03300 - 12 llll l f 34`h Street Paving Improvements Indiana Avenue to Avenue Q B. Test results will be reported in writing to Engineer, ready -mix producer, and Contractor within 24 hours after tests. Reports of compressive strength tests shall contain the Project identification name and number, date of concrete placement, name of concrete testing service, concrete type and class, location of concrete batch in structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-day tests and 28-day tests. C. Additional Tests: The Contractor will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Engineer. The Owner may require the Contractor to conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. D. Questionable Concrete 1. Concrete shall be considered "Questionable Concrete" where any of the following test evaluations occur: a. Individual test strength is below specified strength; or b. Samples of concrete for acceptance test cylinders are not representative of concrete in -place in the structure; or C. Insufficient or inadequate concrete curing; or d. Insufficient number of acceptance test cylinders for day's concreting were made for testing. 2. Except where core tests will impair the strength of the structure, core test as directed by the Owner shall be made at no cost to the Owner to resolve Questionable Concrete. If core tests fail to demonstrate the test strength required by the contract documents or structural analysis does not confirm the adequacy of the structure, the Owner may, at his discretion, reject the work or require load tests or additional construction. Should structural analysis confine the adequacy of the structure, the Owner may, at his discretion, accept the concrete with credit for the full value of the concrete delivered to the site in accordance with the General Conditions. 3. The Contractor shall pay all costs incurred in providing the additional testing or analysis to resolve the acceptability of Questionable Concrete. 4. Core Tests a. Three representative cores shall be taken from each member or area of concrete for each test considered questionable. Location of cores shall be as directed by the Owner to least impair the strength of the structure. Damaged cores shall be replaced. b. Cores shall be obtained and tested in accordance with ASTM C42 except that if concrete in the structure will be dry under service conditions the cores shall be air dried (temperature 60 degrees F. to 80 degrees F., and relative humidity less than 60%) for 7 days before test and shall be tested dry. If the concrete in the structure will be more than superficially wet under service conditions, the cores shall be immersed in water for at least 48 hours and tested wet. C. Questionable concrete will be considered structurally acceptable if the average of the cores is equal to or greater than 90% of the specified strength and no single core is greater than 500 psi below specified strength. END OF SECTION 01269110 CAST -IN -PLACE CONCRETE 03300 -13 11/11 34s' Street Paving Improvements Indiana Avenue to Avenue Q SECTION 03410 PRECAST CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Construction Contract Clauses, Supplementary Conditions and Division 1 - General Requirements apply to work of this section. 1.2 SECTION INCLUDES A. This Section includes precast concrete units, used for construction of the following: 1. Manholes. 1.3 RELATED SECTIONS A. Section 02665 — Water Works Piping, Valves and Fittings. B. Section 03100 - Concrete Formwork. C. Section 03200 - Concrete Reinforcement. D. Section 03300 - Cast -in -Place 1.4 SUBMITTALS A. General: Submit the following according to Conditions of Contract and Division I Specification Sections. B. Product data and instructions for manufactured materials and products. Include manufacturer's certifications and laboratory test reports as required. C. Mix design reports of proposed concrete mix as specified in Part 2 of this Section. D. Shop drawings prepared by or under the supervision of a qualified professional engineer, showing complete information for fabrication and installation of precast concrete units. Indicate member dimensions and cross-section; location, size, and type of reinforcement, including special reinforcement; and lifting devices necessary for handling and erection. 1. Indicate layout and dimensions, and identify each precast unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories and construction at openings in precast units. 2. Provide location and details of anchorage devices that are to be embedded in other construction. Furnish templates, if required, for accurate placement. E. Test reports as required by provisions of this Section. 1.5 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications and standards, except as otherwise indicated: 1. ACI 301, "Specifications for Structural Concrete for Buildings." 2. ACI 318, 'Building Code Requirements for Reinforced Concrete." 3. AWS D1.1, "Structural Welding Code: Steel." _i 01269110 PRECAST CONCRETE 03410 - 1 __ 11/11 34'" Street Paving Improvements # Indiana Avenue to Avenue Q 4. Concrete Reinforcing Steel Institute, "Manual of Standard Practice." 5. Prestressed Concrete Institute (PCI) MNL 116, "Manual for Quality Control for Plants and Production of Precast Concrete Products." 6. PCI MNL 120 "Design Handbook - Precast and Prestressed Concrete (3rd Edition). B. Design by Fabricator: Design precast units to support superimposed dead loads and live loads as required for compliance with local governing code requirements. C. Fabrication Qualifications: Produce precast concrete units at fabricating plant engaged primarily in manufacturing of similar units, unless plant fabrication or delivery to Project site is impractical. 1. If units are not produced at precast concrete fabricating plant, maintain procedures and conditions for quality control that are equivalent to plant production. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver the amount of precast concrete units needed in a timely manner to the Project site to ensure installation continuity. B. Store and handle the units at the Project site to prevent cracking, distortion, staining, or other physical damage, and so that markings are visible. Lift and support units at designated lift points. C. Deliver anchorage items that are to be embedded in other construction before starting such work. Provide setting diagrams, templates, instructions, and directions, as required, for installation. PART2-PRODUCTS 2.1 FORMWORK A. Provide forms and, where required, form facing materials of metal, plastic, wood, or another acceptable material that is nonreactive with concrete and will produce required finish surfaces. B. Accurately construct forms, mortar -tight, of sufficient strength to withstand pressures due to concrete placing operations, temperature changes, and for prestressed, pre -tensioning, and detensioning operations. Maintain formwork to provide completed precast concrete units of shapes, lines, and dimensions indicated, within fabrication tolerances specified in PCI MNL 116. C. Manhole frames and covers shall be of cast iron of the types shown on the drawings. All castings shall be made from superior quality gray cast iron conforming to the requirements of ASTM A 48. Drawings of all manhole frames and covers proposed for use shall be submitted for approval before items are shipped. D. Resilient materials for connectors and filler rings shall be manufactured of natural or synthetic rubber and shall conform to the requirements prescribed in Table 1 of ASTM C923. E. All joints shall be tongue and groove except for the grade rings and all joints shall be watertight. ConSeal CS-102 flexible plastic gaskets or approved equal shall be used in all joints. All joints shall be primed prior to the application of the joint sealing material. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Steel Wire: ASTM A 82, plain, cold -drawn steel. C. Welded Wire Fabric: ASTM A 185. f, 01269110 PRECAST CONCRETE 03410 - 2 11/11 34a' Street Paving Improvements s! Indiana Avenue to Avenue O D. Welded Deformed Steel Wire Fabric: ASTM A 497. E. Supports for Reinforcement: Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing, complying with CRSI recommendations. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type III. B. Use only one brand and type of cement throughout Project, unless otherwise acceptable to Owner's representative. C. Aggregates: ASTM C 33, and as specified here. Provide aggregates from a single source for exposed concrete. 1. Local aggregates not complying with ASTM C 33, but that have shown by special test or actual service to produce concrete of adequate strength and durability, may be used when acceptable to the Owner's representative. D. Lightweight Aggregate: ASTM C 330. E. Water: Potable. F. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. G. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. H. Water -Reducing Admixture: ASTM C 494, Type A, or other Type approved for fabricator's units. 2.4 GROUT MATERIALS A. Cement Grout: Portland cement, ASTM C 150 (Type I), and clean, natural sand, ASTM C 404. Mix at ratio of 1.0 part cement to 3.0 parts sand, by volume, with minimum water required for placement and hydration. B. Products: Subject to compliance with requirements, provide one of the following: 2.5 MIX PROPORTION AND DESIGN A. Prepare design mixes for each type of concrete required. B. Design mixes may be prepared by independent testing facility or by qualified precast manufacturing plant personnel at precast manufacturer's option. C. Proportion mixes by either laboratory trial batch or field experience methods using materials to be employed on the Project for each type of concrete required complying with ACI 318. 1. Produce standard -weight concrete consisting of specified portland cement, aggregates, admixtures, and water to produce the following properties: a. Compressive strength--5000 psi minimum at 28 days. I b. Release strength for prestressed units--3500 psi. 2. Cure compression test cylinders using same methods as for precast concrete work. D. Submit written reports to Owner of proposed mix for each type of concrete at least 15 days prior to start of precast unit production. Do not begin concrete production until mixes and evaluations have been reviewed by Owner. E. Adjusting Concrete Mixes: Mix design adjustments may be requested when characteristics of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by Owner's 1-- representative before using in the Work. 01269110 PRECAST CONCRETE 03410 - 3_ 344' Street Paving Improvements Indiana Avenue to Avenue Q F. Admixtures: Use air -entraining admixture in concrete, unless otherwise indicated. 1. Use water -reducing admixtures in strict compliance with manufacturer's directions. Admixtures to increase cement dispersion, or provide increased workability for low -slump concrete, may be used subject to Owner's acceptance. 2. Use amounts as recommended by admixture manufacturer for climatic conditions prevailing at time of placing. Adjust quantities of admixtures as required to maintain quality control. 2.6 FABRICATION A. General: Fabricate precast concrete units complying with manufacturing and testing procedures, quality control recommendations, and dimensional tolerances of PCI MNL-116 and as specified for types of units required. B. A shorter mixing time than that specified in ASTM C 94 may be required during hot weather or under conditions contributing to rapidly setting concrete. I. When the air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes. When air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. C. Cast -in openings larger than 12 inches in diameter or 12 inches square in accordance with final shop drawings. Other smaller holes may be field cut by trades requiring them, as acceptable to Owner's representative. D. Coat surfaces of forms with bond -breaking compound before reinforcement is placed. Provide commercial formula form -coating compounds that will not bond with, stain, or adversely affect concrete surfaces, and that will not impair subsequent treatments of concrete surfaces requiring bond or adhesion. Apply in compliance with manufacturer's instructions. E. Clean reinforcement of loose rust and mill scale, earth, and other materials that reduce or destroy the bond with concrete. F. Accurately position, support, and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers, as required. G. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position while placing concrete. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. H. Place concrete in a continuous operation to prevent seams or planes of weakness from forming in precast units, complying with requirements of ACI 304. Thoroughly consolidate placed concrete by internal and external vibration without dislocating or damaging reinforcement and built-in items. I. Identify pick-up points and orientation in structure with permanent markings, complying with markings indicated on final shop drawings. Imprint casting date on each precast unit on a surface that will not show in the finished structure. J. Cure by low-pressure steam, steam vapor, radiant heat and moisture, or another similar process to accelerate concrete hardening and to reduce curing time. K. Finish formed surfaces of precast concrete as indicated for each type of unit, and as follows: 1. Standard Finish: Normal plant -run finish produced in forms that impart a smooth finish to concrete. Small surface holes caused by air bubbles, normal color variations and form joint marks, and minor chips and spalls will be tolerated. Major or unsightly imperfections, honeycomb, or structural defects are not permitted. 01269110 PRECAST CONCRETE 03410 - 4 11/11 g _. i' 34'h Street Paving Improvements Indiana Avenue to Avenue O 2.7 SOURCE QUALITY CONTROL A. The Owner may employ an independent testing laboratory to evaluate precast manufacturer's quality control and testing methods. B. The precast manufacturer shall allow Owner's testing facility access to materials storage areas, concrete production equipment, and concrete placement and curing facilities. Cooperate with Owner's testing laboratory and provide samples of materials and concrete mixes as may be requested for additional testing and evaluation. C. Dimensional Tolerances: Units having dimensions smaller or greater than required and outside specified tolerance limits may be subject to additional testing as specified here. D. Precast units having dimensions greater than required will be rejected if the appearance or function of the structure is adversely affected or if larger dimensions interfere with other construction. Repair or remove and replace rejected units, as required, to meet construction conditions. E. Strength of precast concrete units will be considered potentially deficient if the manufacturing processes fail to comply with any ofthe requirements that may affect the strength ofthe precast units, including the following conditions: 1. Failure to meet compressive strength tests requirements. 2. Concrete curing, and protection of precast units against extremes in temperature not as specified. 3. Precast units damaged during handling and erection. F. Defective Work: Remove precast concrete units that do not conform to specified requirements, including strength, tolerances, and finishes. Replace with precast concrete units that meet requirements of this section. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Erection Tolerances: Install precast units without exceeding tolerance limits specified in PCI MNL-127, "Recommended Practice for Erection of Precast Concrete." 1. Grouting Connections and Joints: After precast concrete units have been placed and secured, grout open spaces at connection and joints as follows: 2. Cement grout consisting of 1 part Portland cement, 2-1/2 parts sand, and only enough water to properly mix and hydrate. 3. Provide forms or other acceptable method to retain grout in place until sufficiently hard to support itself. Pack spaces with stiff grout material, tamping until voids are completely filled. Place grout to finish smooth, plumb, and level with adjacent concrete surfaces. Keep grouted joints damp for not less than 24 hours after initial set. Promptly remove grout material from exposed surfaces before it hardens. B. Precast Reinforced Concrete Manholes I . After the excavation has been completed, the concrete base or bottom shall be poured in accordance with the details shown on the plans. 2. The pipe shall be laid through the manholes and, upon completion of the invert, the top half of the pipe shall be removed. Where there is a change in direction of the main, and where lateral lines enter the manhole, the inverts shall be neatly formed with concrete. The inverts shall have a true curve of as large a radius as the size of the manhole will permit and shall be given a smooth trowel finish. 01269110 PRECAST CONCRETE 03410 - 5 I 11/11 34'h Street Paving Improvements Indiana Avenue to Avenue Q 3. When the concrete bottom has properly cured for not less than 24-hours, the precast manhole shall be installed. ConSeal CS-102 flexible plastic gaskets or equal shall be used in the tongue and groove joints and the joint between the manhole bottom section and the manhole base. The bottom ring shall be grouted in as shown on the plans. Concrete grade rings shall be used to adjust the manhole frame to the proper grades; the maximum extension of the top section shall not exceed 12-inches. C. Manhole Testing A leakage test shall be performed on each manhole installed in this project. The manhole leakage test shall not be performed until a backfill around the manhole has been in place in for at least 48 hours. Manhole leakage tests may be performed by one of two methods: 1. A hydrostatic exfiltration test or 2. A vacuum test. a. Manhole Hydrostatic Exfiltration Test 1) All wastewater lines entering the manhole shall be temporarily plugged with an internal pipe plug. The manhole shall be filled with water to the manhole ring and allowed to stand for 24 hours in order to allow saturation of the concrete. Following the 24-hour saturation period, the manhole shall be refilled with water to the manhole ring and the test period begun. The contractor shall provide test equipment in which the volume of water lost can be accurately metered or measured. The minimum test period shall be one hour. The maximum allowable loss rate shall not be greater than 0.025 gallons per foot of manhole diameter per foot of manhole depth per hour. 2) The exfiltration test shall only be performed in the presence of the Owner's representative. Any manhole which fails the hydrostatic exfiltration test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. b. Manhole Vacuum Test I) The manhole vacuum test shall be equal to that offered and described by Cheme Industries Inc., 5700 Lincoln Drive, Minneapolis, MN 55436, telephone (612) 933-5501, or equivalent. Manufacturer's literature, procedures and recommendations shall be submitted to the Engineer. 2) Any manhole which fails the vacuum test shall be repaired, reworked or replaced as applicable at the Contractor's expense until the manhole passes the required test. Manhole vacuum tests shall only be performed in the presence ofthe Engineer. Contact the Engineer at least 48 hours in advance of testing activities. END OF SECTION 01269110 PRECAST CONCRETE 03410 - 6 11/11 APPENDIX A TxDOT SPECIFICATIONS 34"' Street Paving Improvements Indiana Avenue to Avenue Q NOTICE TO CONTRACTOR The following contains Specifications taken directly from the Texas Department of Transportation's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, adopted by TxDOT on June 1, 2004; provided for ease of reference and selected as being applicable to this project. In some cases, the provided TxDOT specifications may reference other TxDOT specifications that are not provided here. In the event that the TxDOT specifications provided here contain a reference to TxDOT specifications not provided here, the Contractor should utilize the 2004 version of the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. �.pk & COpp1�, r• KYI FLY. JACKS N• W � f�...: ....................r»� �= 9$310 F f 01269110 TXDOT SPECIFICATIONS 11/11 11/14/11 ITEM 300 ASPHALTS, OILS, AND EMULSIONS 300.1. Description. Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 300.2. Materials. Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO, and ASTM test methods. Refer to the Material Inspection Guide (maintained by the Construction Division), Section 11. "Asphalt Inspection, Quality Control and Quality Assurance," for sampling and testing requirements. Acronyms used in this Item are defined in Table 1. Table 1 Acronvms Acronym I Definition Test Procedure Designations -- p Tex De artment T or R AASHTO D ASTM Polymer Modifier Designations - - - ------------ - ---- ---- P polymer -modified SBR or L styrene-butadiene rubber (latex) SBS styrene-butadiene-styrene block co -polymer TR tire rubber (from ambient temperature finding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE-P asphalt emulsion prime A-R asphalt -rubber C cationic EAP&T emulsified asphalt prime and tack H-suffix harder residue (lowerpenetration) HF high float MC medium -curing MS medium -setting PCE prime, cure, and erosion control PG performance grade RC rapid -curing RS rapid -setting S-suffix stockpile usage SCM special cutback material SS slow -setting A. Asphalt Cement. Asphalt cement must be homogeneous, water -free, and nonfoaming when heated to 347°F, and must meet Table 2 requirements. Item 300 -1 Table 2 Asnhalt Cement Test Viscosi Grade 0.6 AC-1.5W-1 5 AC-10 Property ProcedureWax Min 'MaMax Min ;Max Viscosity T 202 140°F, poise ; 80 r35 100 ; 200 600 800 .1,20 275°F, poise — 0.7 ; ; — 1.9 ; Penetration, 77°F, 100g, T 49 ; — 250 —— 85 ; — 5 sec. Flash point T 48 425 — 425 ; — 425 ; — 425 — 450 C.O.C., F Solubility in ; lrichloroethylene, T 44 99.0 ; — 99.0 ; — 99.0 — 99.0 ; — 99.0 — Spot test Tex-509-C Neg. Neg. Neg.. Neg. Ne . Tests on residue from Thin -Film ; Oven Test: T 179 Viscosity, 140°F, poise T202 — ;180 — ;450 — ;900 ' — ;1,500 — 3,00 Ductility, 77°F 5 cm/min., T 51 100 ; — 100 ; — 100 ; — 100 ; — 100 ; — cm t. tr AG-u.o or AU-1 .3 aucitllty at ! /-r is iess man ivu cm, mateCtai is acceptaDie it auctinty at 60°F is more than 100 cm. B. Polymer -Modified Asphalt Cement. Polymer -modified asphalt cement must be smooth and homogeneous, and comply with the requirements of Table 3. If requested, supply samples of the base asphalt cement and polymer additives. Item 300 - 2 Table 3 Polvmer-Modified Asphalt Cement Property Test Procedure Pol mer-Modified Viscosity Grade AC-5 w/2%SBR AC-10 w/2%SBR AC-15P AC-20-5TR Min ; Max Min ; Max Min j Max Min ; Max Polymer SBR SBR SBS TR Polymer content % solids basis) Tex-533-C 2.0 2.0 — D namic shear, G*/sin S, 64°C, 10 rad/s, kPa T 315 — — — 1.0 ; — Viscosity 140°F,poise 275°F, poise T202 T 202 700 — 7.0 1,300 — — 8.0 1,500 — 8.0 2,000 — — I0.0 Penetration, 77°F, 100 g, 5 sec. T 49 120 — 80 — 100 150 75 115 Ductility, 5cm/min., 39.2°F, cm T 51 70 — 60 — — — — Elastic recovery, 50°F, % Tex-539-C — — 55 — 55 Softening point, OF T 53 — — — 120 Polymer separation, 48 hr. Tex-540-C None None None None Flash point, C.O.C., °F T 48 425 ; — 425 — 425 ; — 425 ; — Tests on residue from Thin -Film Oven Test: Retained penetration ratio, 77°F T 179 T 49 0.60 ', 1.00 0.60 1.00 Tests on residue from RTFOT aging and pressure aging: Creep stiffness 5,-18°C, MPa nz-value, -18°C Tex-541-C and R 28 T 313 — — — — — — — — — — 300 0.300 — Item 300 - 3 C. Cutback Asphalt. Cutback asphalt must meet the requirements of Tables 4, 5, and 6 for the specified type and grade. If requested, supply samples of the base asphalt cement and polymer additives. Table 4 Rapid -Curing Cutback Asphalt Test T rade RC-250 RC-800 RC-3000 Property Procedure Min i Max Min Max Min : Max Kinematic viscosi , 140°F, cSt T 201 250 400 800 1,600 3,000 6,000 Water, % T 55 0.2 7 7 0.2 0.2 Flash point, T.O.C., °F T 79 80 Distillation test: T 78 Distillate, percentage by volume of total distillate to 680°F to 437°F 40 75 35 70 20 55 to 500°F 65 90 55 85 45 75 to 600°F 85 - 80 - 70 - Residue from distillation, volume % 70 - 75 82 Tests on distillation residue: Penetration, 100 g, 5 sec., 77°F T 49 80 120 80 120 80 120 Ductility, 5 cm/inin., 77°F, cm T 51 100 - 100 - 100 - Solubility in trichloroethylene, % T44 99.0 - 99.0 - 99.0 Spot test Ter 509-C Ne . Neg. Neg. Table 5 Medium -Curing Cutback Asnhalt Test TYPe-Grade MC-30 MC-250 —,,Max MC-800 MC-3000 —9,-n-7 Property Procedure Min - Max Min Min ' Max Max Kinematic viscosity, 140°F, cSt T 201 30 60 250 500 800 00 3,000 1 6,000 Water, % T 55 0.2 0.2 0.2 0.2 Flash point, T.O.C., IF T 79 1001 - 150 ' - 150 ' - 150 ' Distillation test: T 78 ' Distillate, percentage by volume of total distillate to 680°F to 4371F - 25 - 10 - - - to 500°F 40 70 15 55 - 35 - 15 to 600°F 75 93 60 87 45 80 15 75 Residue from distillation, volume % 50 67 75 80 - Tests on distillation residue: ; Penetration, 100 g, 5 sec., 77°F T 49 120 ; 250 120 ; 250 120 ; 250 120 250 Ductility, 5 cm/min., 77°F, emi T 51 100 ; - t00 ; - 100 ; - 100 Solubility in trichloroethylene, % T 44 99.0 ; - 99.0 ; - 99.0 ; - 99.0 Spot test Tex-509-C Neg. Neg. Neg. Neg. i. tt the penetration or residue is more inan tuu ano me ouctmty at i i-r is Less roan iuu cm, me matonat is acceptable if its ductility at 60°F is more than 100 cm. Item 300 - 4 D. Performance -Graded Binders. PG binders must be smooth and homogeneous, show no separation when tested in accordance with Tex-540-C, and meet Table 17 requirements. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks, or • binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. Item 300 - 5 Table 17 Performance -Graded Binders Property and Test Method Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 1 -28 1 -34 -►G 1 -22 1 -28 1 -34 -16 -22 1 -28 -34 -16 -22 1 -28 1 -34 -16 1-22 F28 Average 7-day max pavement design temperature, oCl < 58 < 64 < 70 < 76 < 82 Min avementdesi tem rature,°C >-22 >-28 > 34 > 1G >-22 >-28 > 34 >-16 >-22 > 28 >-34 >-16 > 22 >-28 >-34 -16 >-22 >-28 ORIGINAL BINDER Flash int, T 48 Min,°C 230 Viscosi . T 316: rr Max. 3.0 Pa•s, test temperature, *C 135 namic shear. T 315: 58 64 70 76 82 G*/sin(S), Min, 1.00 kPa Test temperature r. 10 rad/sec., °C Elastic recovery, D 6084, 50°F, % Min 1 30 30 1 50 30 50 60 30 50 60 70 50 60 1 70 ROLLING THIN-FILM OVEN ex-541-C Mass loss, Tex-541-C, Max, % 1.0 Dynamic shear, T 315. 58 64 70 76 82 G*/sin(S), Min, 2.20 kPa Test temperature Q 10 rad/sec., °C PRESSURE AGING VESSEL (PAV) RESIDUE R28 PAV a in b temperature, *C 100 Dynamic shear. T 315: 25 1 22 1 19 1 28 1 25 1 22 1 19 1 28 1 25 1 22 1 19 28 25 1 22 19 1 28 1 25 1 22 G*/sin(S), Max, 5000 kPa Test temperature to 10 rad/sec., *C Item — 300 - 6 Table 17 Performance -Graded Binders Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 Property and Test Method 22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 22 -28 Average 7-day max pavement design temperature, 00 < 58 < 64 < 70 < 76 < 82 Min pavement design tem mture,°C >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >46 >-22 >-28 C cp stiffness. T 313: - - 12 LS - 24 -6 - 12 - 18 24 -6 - L2 18 - 24 -6 - 12 18 - 24 -6 - 12 - L8 S, max, 300 MPa, m-value, m4 0.300 Test temperature 60 sec.. °C Direct tension, T 314. l2 - 18 - 24 -6 - 12 18 1�6 2 ------6--Failure L2 L8 24 12 18 24 l2 l8 strain, min, 1.0% Test temperature A 1.0 mm/min., °C 1. Pavement temperatures are estimated from air temperatures using an algorithm contained in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion ifthe supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means ofviscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscome T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability, issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G•/sin(S) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscome (T 316). S. Silicone beam molds, as described in AASHTO TP 1-93. are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 Wit, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The in -value requirement must be satisfied in both cases. Item — 300 - 7 r., 1p i 300.3. Equipment. Provide all equipment necessary to transport, store, sample, heat, apply, and incorporate asphalts, oils, and emulsions. 300.4. Construction. A. Typical Material Use. Table 18 shows typical materials used for specific applications. These are typical uses only. Circumstances may require use of other material. Table 18 Tvnical Material Use Material Application Typically Used Materials Hot -mixed, hot -laid asphalt mixtures PG binders, A-R binders Types I and 11 Surface treatment AC-5, AC-10, AC-5 w/2%a SBR, AC-10 w/2%SBR, AC-15P, AC-20-5TR, HFRS-2, MS-2, CRS-2, CRS-2H, HFRS-2P, CRS-2P, A-R binders Types 11 and III Surface treatment (cool weather) RS-lP, CRS-IP, RC-250, RC-800, RC-3000, MC-250, MC-800, MC-3000, MC-2400L Precoatin AC-5, AC-10, PG 64-22, SS-1, SS-11, CSS-I, CSS-IH Tack coat PG Binders, SS-11-1, CSS-1H, EAP&T Fog seal SS-1, SS-IH, CSS-1, CSS-lH Hot -mixed, cold -laid asphalt mixtures AC-0.6, AC-1.5, AC-3, AES-300, AES-300P, CMS-2, CMS-2S Patching mix MC-800. SCM 1, SCM 11, AES-300S Recycling AC-0.6, AC-1.5, AC-3, AES-150P, AES-300P, recycling agent, emulsified rec ciin g agent Crack sealing SS-lP, polymer mod AE crack sealant, rubber asphalt crack sealers Class A. Class B Microsurfacin CSS-lP Prime MC-30, AE-P, EAP&T, PCE Curingmembrane SS-i, SS-IH, CSS-I, CSS-11, PCE Erosion control SS-1, SSAH, CSS-I, CSS-1H, PCE B. Storage and Application Temperatures. Use storage and application temperatures in accordance i with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19. Item 300 - 8 Table 19 Storage and Aonlication Temperatures Application Storage Recommended Maximum Allowable Type -Grade Maximum Range, OF g ' °F (OF) AC-0.6, AC-1.5, AC-3 200-300 350 350 AC-5, AC-10 275-350 350 350 AC-5 w/2%SBR, AC-10 w/2%SBR, 300-375 375 360 AC-15P, AC-20-5TR RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30, AE-P 70-150 175 175 MC-250 125-210 240 240 MC-800, SCM I, SCM II 175-260 275 275 MC-3000, MC-2400L 225-275 290 290 HFRS-2, MS-2, CRS-2, CRS-2H, HFRS-2P, CRS-2P, CMS-2, CMS-2S, 120-160 180 180 AES-300, AES-300S, AES-150P, AES-300P SS-1, SS-11-1, CSS-1, CSS-lH, PCE, EAP&T, SS- 1P, RS-IP, CRS-1P, CSS-IP, recycling agent, emulsified 50-130 140 140 recycling agent, polymer mod AE crack sealant PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, 350-375 400 - Class B) A-R binders Types I, IT, and III 325 425 425 425 f ; 1 if H Item 300 - 9 ITEM 401 FLOWABLE BACKFILL 401.1. Description. Furnish and place flowable backtill for trench, hole, or other void. 401.2. Materials. A. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." B. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash." C. Chemical Admixtures. Furnish chemical admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." D. Fine Aggregate. Provide tine aggregate that will stay in suspension in the mortar to the extent required for proper flow and that meets the gradation requirements of Table 1. Table 1 Aggregate Gradation Chart Sieve Size Percent Passing 3/4 in. 100 No. 200 0-30 Test fine aggregate gradation in accordance with Tex-401-A. Plasticity Index (PI) must not exceed 6 when tested in accordance with Tex-106-A. E. Mixing Water. Use mixing water conforming to the requirements of Item 421, "Hydraulic Cement Concrete." 401.3. Construction. Submit a construction method and plan, including mix design and shrinkage characteristics of the mix, for approval. Provide a means of filling the entire void area, and be able to demonstrate that this has been accomplished. Prevent the movement of any inserted structure from its designated location. If voids are found in the fill or if any of the requirements are not met as shown on the plans, remove and replace or correct the problem without additional cost to the Department. Unless otherwise shown on the plans, furnish a mix meeting the requirements of Sections 401.3.A, "Strength," and 401.3.13, "Consistency." A. Strength. The 28-day compressive strength range, when tested in accordance with Tex-418-A, must be between 80 psi and 150 psi unless otherwise directed. Two specimens are required for a strength test, and the compressive strength is defined as the average of the breaking strength of the 2 cylinders. B. Consistency. Design the mix to be placed without consolidation and to fill all intended voids. Fill an open-ended, 3-in.-diameter-by-6-in.-high cylinder to the top to test the consistency. Immediately pull the cylinder straight up. The correct consistency of the mix must produce a minimum 8-in.-diameter circular spread with no segregation. When necessary, use specialty type admixtures to enhance the flowability, reduce shrinkage, and reduce segregation by maintaining solids in suspension. All admixtures must be used and proportioned in accordance with the manufacturer's recommendations. Mix the flowable fill using a central -mixed concrete plant, ready -mix concrete truck, pug mill, or other approved method. I Furnish all labor, equipment, tools, containers, and molds required for sampling, making, transporting, curing, removal, and disposal of test specimens. Furnish test molds meeting the requirements of Tex-447-A. Transport, strip, and cure the test specimens as scheduled at the designated location. Cure test specimens in accordance with Tex-447-A. The Engineer will sample, make, and test all specimens. Dispose of used, broken specimens in an approved location and manner. The frequency of job control testing will be at the direction of the Engineer. Item 401 - 1 401.4. Measurement. This Item will be measured by the cubic yard of material placed. Measurement will not include additional volume caused by slips, slides, or cave-ins resulting from the Contractor's operations. 401.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Flowable Backfill." This price is full compensation for furnishing, hauling, and placing materials and for equipment, tools, labor, and incidentals. I N H Item 401 - 2 ITEM 416 DRILLED SHAFT FOUNDATIONS 416.1. Description. Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts with or without bell footings. 416.2. Materials. Use materials that meet the requirements of the following Items: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel' • Item 448, "Structural Field Welding" Unless otherwise shown on the plans, use concrete for drilled shafts that meets the requirements of Table 1. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5-in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS-4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slump Requirements Minimum' Recommended Maximum Placement Type Acceptable Design and Acceptable Placement Placement Placement Slum in. Slump, in. Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slur 7 8 9 When casing is to be pulled or when concrete is to be placed underwater or under slurry, perform a slump loss test in accordance with Tex-430-A before beginning work. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Sections 416.3.F, "Concrete," and 416.3.0, "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. If concrete temperature at the time of placement into the drilled shaft is more than 10' higher than the slump loss test temperature, do not place the concrete. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use drilling slurry that meets the requirements of Table 3, as determined by Tex-130-E. Table 3 Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concretin Specific Sand Specific Viscosity Sand Gravity Content Gravity seconds Content <1.10 <1% <1.15 <45 <6% Item 416 - I Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use PHPA (partially hydrolized polyacrylamide) polymeric slurry or any other fluid composed primarily of a polymer solution. Before placing concrete, sample slurry from the bottom of the hole, and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 416.3. Construction. Place the shaft to within the following tolerances. • Vertical plumbness — 1 in. per 10 ft. of depth. • Center of shaft located under column —1 in. of horizontal plan position. • Center of shaft located under footing — 3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. A. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts and bell footings through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.4, "Payment for Extra Work." If satisfactory founding material is not encountered at plan elevation, adjust the bottom of the shaft or alter the foundation, as determined by the Engineer, to satisfactorily comply with design requirements. Blasting is not allowed for excavations. If caving conditions are encountered, stop drilling and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hours. f_ Dispose of material excavated from shafts and bells and not incorporated into the finished project. Dispose of excavated material in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and for checking the dimensions and alignment of shafts and bell excavation. B. Core Holes. If directed, take cores to determine the character of the supporting materials. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is approximately complete. C. Casing. Use casing when necessary to prevent caving of the material or to exclude ground water. Provide casing with an outside diameter not less than the specified diameter of the shaft. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Drill the portion of the shaft below the casing as close as possible to the specified shaft diameter. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Do not leave any casing in place unless authorized or shown on the plans. Do not extract casing until after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Before and during concrete placement, rotate or move the casing up or down a few inches if necessary to facilitate extraction of the casing. D. Requirements for Slurry Displacement Method. Unless otherwise shown on the plans, the slurry displacement method may be used to construct drilled shafts. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Item 416 - 2 For slurry mixed at the project site, pre -mix it in a reservoir of sufficient capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry prior to introduction into the excavation. During and after drilling maintain a head of slurry in the shaft excavation at or near ground level or higher as necessary to counteract ground water pressure. Just before placing reinforcing steel, use an air lift or proper size cleanout bucket to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. If concrete placement is not started within 4 hours of the completion of the shaft excavation, reprocess the hole with the auger as directed. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2, "Materials." If the slurry forms a gel before concrete placement, agitate the congealed slurry to liquefaction just before concrete placement and whenever directed. Recover and dispose of all slurry as approved by the Engineer, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. E. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). If overhead obstacles prevent placement of the cage as a single unit, connect individual segments with couplers or by lapping steel as approved. If the shaft is lengthened beyond plan length, extend the reinforcing steel cage as follows, unless directed otherwise: • For shafts supporting structures other than bridges, extend the cage to the bottom. • For bridge shafts with plan lengths of less than 25 ft., extend the cage to 25 ft. or to the bottom, whichever is shorter. • For bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length, extending the cage is not necessary. • For bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length, extend the cage as directed. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. If using spiral reinforcement, tie it to the longitudinal bars at a spacing of at most 24 in., or as required for a stable cage. Do not weld lateral reinforcement to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved centering devices. Use enough devices to hold the cage in position along its entire length. Do not use square concrete spacer blocks in cased shafts. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 ft. of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required prior to placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. F. Concrete. Perform all work in accordance with requirements of Item 420, "Concrete Structures." Mass concrete placement requirements do not apply to drilled shafts. Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. If water cannot be removed, place concrete using underwater placement methods. Item 416-3 Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. For dry shafts of 24 in. or smaller diameter, limit free fall of concrete to 25 ft. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and to permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. When free fall is used, provide a hopper with a minimum 3-ft.-long drop tube at the top of the shaft to direct concrete vertically down the center of the shaft. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. For cased shafts, maintain a sufficient head of concrete at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials." If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Structures." G. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day that the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation prior to placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. If using a tremie, keep it full of concrete and well submerged in the previously placed concrete at all times. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. If using a pump, keep the discharge tube submerged in the previously placed concrete at all times. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. At the completion of the pour, allow the top portion of concrete to flush completely from the hole until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or in close proximity to streams or other bodies of water. For pours over water, provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft. If concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion, remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2, "Materials." If the elapsed time is exceeded, modify the concrete mix, the construction procedures, or both for subsequent shafts. H. Test Load. If required, test load shafts in accordance with Item 405, "Foundation Test Load." Item 416-4 j it ITEM 421 HYDRAULIC CEMENT CONCRETE 421.1. Description. Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 421.2. Materials. A. Cement. Furnish cement conforming to DMS4600, `Hydraulic Cement." B. Supplementary Cementing Materials (SCM). 1. Fly Ash. Furnish fly ash conforming to DMS-4610, "Fly Ash." 2. Ultra -Fine Fly Ash (UFFA). Furnish UFFA conforming to DMS-4610, "Fly Ash." 3. Ground Granulated Blast -Furnace Slag (GGBFS). Furnish GGBFS conforming to DMS-4620, "Ground Granulated Blast -Furnace Slag," Grade 100 or 120. 4. Silica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fume." 5. Metakaolin. Furnish metakaolin conforming to DMS-4635, "Metakaolin." C. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." Do not use calcium chloride. D. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. When using water from other sources, provide test reports showing compliance with Table 1 before use. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. Table 1 Chemical Limits far Mix Water Maximum Contaminant Test Method Concentration (ppm) Chloride (CI) ASTM D 512 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate (SO4) ASTM D 516 1,000 Alkalies (NkO + 0.658K,0) ASTM D 4191 & 600 ASTM D 4192 Total solids AASHTO T 26 50,000 Table 2 Arrentance Criteria far Ouectinnahle Water fiunnlies Property Test Method Limits Compressive strength, min % control ASTM C 109' 90 at 7 days Time of set, deviation from control, ASTM C 191 t from 60 early Min. to 90 later t. Base comparisons on fixed proportions and the same volume of test water compared to the control mix using city water or distilled water. Item 421 - 1 Do not use mix water that has an adverse effect on the air -entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. When using white hydraulic cement, use mixing and curing water free of iron and other impurities that may cause staining or discoloration. E. Aggregate. Supply aggregates that meet the definitions in Tex-100-E. Provide coarse and fine aggregates from sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Provide aggregate from non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations thereof that are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate that, when tested in accordance with Tex-413-A, has: • at most 0.25% by weight of clay lumps, • at most 1.0% by weight of shale, and • at most 5.0% by weight of laminated and friable particles. Wear must not be more than 40% when tested in accordance with Tex-410-A. Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate soundness of not more than 18% when tested in accordance with Tex-411-A. Crushed recycled hydraulic cement concrete is not subject to the 5-cycle soundness test. The loss by decantation as tested in accordance with Tex-406-A, plus the allowable weight of clay lumps,' must not exceed 1.0% or the value shown on the plans, whichever is smaller. In the case of aggregates made primarily from crushing stone, if the material finer than the No. 200 sieve is established to be the dust of fracture and essentially free from clay or shale as established by Tex-406-A, Part III, the limit may be increased to 1.5%. When crushed limestone coarse aggregate is used in concrete pavements, the decant( may exceed 1.0% but not more than 3.0% if the material finer than the No. 200 sieve is determined to be at least 67% calcium carbonate in accordance with Tex-406-A, Part 1I1. { 1, Unless otherwise specified, provide aggregate conforming to the gradation requirements shown in Table 3 when tested in accordance with Tex-401-A. -' Table 3 Coarse Aggregate Gradation Chart Aggregate Grade Nominal Size Percent Passing on Each Sieve 2-1/2�2- 1-1/2" 1" 3/4" 1/2" 3/8" No. 4 No. 8 1 2" 100 80-100 50-85 20-40 0-5 2 (467) 1-1/2" 100 95-100 35-70 10-30 0-5 3 1-1/2" 100 95--100 60-90 25-60 0-5 4 57 1" 100 95-100 2540 0-10 0-5 5(67) 3/4" 1 100 90-100 20-55 0-10 0-5 6 7 1/2" 1 100 90-100 40-70 0-15 0-5 7 3/8" 1 1 100 70-95 0-25 8 3/8" 1 1 1 100 95-100 20-6560 1. Corresponding ASTM C 33 gradation shown in parentheses. 9 2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural or manufactured sand or a combination thereof with or without mineral filler. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. Provide fine aggregate that does not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A. Unless otherwise shown on the plans, use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-6124 in all concrete subject to direct traffic. Item 421 - 2 Unless otherwise shown on the plans, when necessary, blend the fine aggregate to meet the acid insoluble residue requirement. When blending, use the following equation: Acid Insoluble (%) = {(A1)(P1)+(A2)(P2))/100 where: A1= acid insoluble (%) of aggregate 1 A2 = acid insoluble (%) of aggregate 2 P1= percent by weight of Al of the fine aggregate blend P2 = percent by weight of A2 of the fine aggregate blend Provide fine aggregate or combinations of aggregates, including mineral tiller, conforming to the gradation . requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. Table 4 Fine Aggregate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8 in. 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-65 No. 50 10-35 No. 100 0-10 No. 200 6-3 1.6-35 when sand equivalent value is greater than 85. 2. 0-6 for manufactured sand. Unless otherwise shown on the plans, provide fine aggregate with a sand equivalent of at least 80 in accordance with Tex-203-F. For all classes of concrete except Class K, provide fine aggregate with a fineness modulus between 2.30 and 3.10 as determined by Tex-402-A. For Class K concrete, provide a fine aggregate with a fineness modulus between 2.60 to 2.80 unless otherwise shown on the plans. 3. Mineral Filler. Provide mineral filler consisting of stone dust, clean crushed sand, or other approved inert material with 100% passing the No. 30 sieve and 65 to 100% passing the No. 200 sieve when tested in accordance with Tex-401-A. F. Mortar and Grout. When required or shown on the plans, provide mortar and grout consisting of 1 part hydraulic cement, 2 parts sand, and sufficient water to provide the desired consistency. Provide mortar with a consistency such that the mortar can be easily handled and spread by trowel. Provide grout of a consistency that will flow into and completely fill all voids. 421.3. Equipment. A. Concrete Plants and Mixing Equipment. Except for volumetric mixers (auger/mixer), each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed report is required every time a plant is moved. Plants with a licensed engineer's inspection require reinspection every 2 years. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. When equipment or facilities fail to meet specification requirements, remove them from service until corrected. 1. Scales. Check all scales prior to beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C 94 requirements. Check batching accuracy of volumetric water batching devices and admixture dispensing devices at least every 90 days. Perform daily checks as necessary to ensure measuring accuracy. 2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Item 421 - 3 Provide volumetric mixers that comply with ASTM C 685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. 3. Agitators and Truck and Stationary Mixers. Inspect and furnish inspection reports on truck mixers and agitators annually. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. Include in the report the condition of blades and fins and their percent wear from the original manufacturer's design. Repair mixing equipment exhibiting 10% or more wear before use. Provide truck mixers and agitators equipped with means to readily verify the number of revolutions of the drum, blades, or paddles. Provide stationary and truck mixers capable of combining the ingredients of the concrete within the specified time or the number of revolutions specified into a thoroughly mixed and uniform mass and capable of discharging the concrete so that at least 5 of the 6 requirements of Tex-472-A are met. As directed, to resolve issues of mix uniformity and mixer performance, perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment and within the maximum mixing time or maximum number of revolutions. Remove from service all equipment that fails the uniformity test. Inspect and maintain mixers and agitators. Keep them reasonably free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated -f capacity for mixing and agitating. B. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactory degree of uniformity. _s When using non -agitating equipment for transporting concrete, provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete. C. Testing Equipment. Unless otherwise shown on the plans or specified, in accordance with the pertinent test procedure, furnish and maintain: • test molds, • curing facilities, • maturity meters if used, and • wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength -testing equipment in accordance with the Contract controlling test unless shown otherwise. 421.4. Construction. A. Classification and Mix Design. Furnish mix designs using ACI 211, "Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete," or other approved procedures for the classes of concrete required in accordance with Table 5. Do not exceed the maximum water-to-cementitious-material ratio. A higher -strength class of concrete with equal or lower water-to-cementitious-material ratio may be substituted for the specified class of concrete. Ij To account for production variability and ensure minimum compressive strength requirements are met, over - design the mix in accordance with Table 6. 1. Cementitious Materials. Use cementitious materials from prequalified sources; otherwise, request sampling and testing for approval before use. Unless otherwise specified or approved, limit cementitious material content to no more than 700 lb. per cubic yard. When supplementary cementing materials are used, "cement" is defined as "cement plus supplementary cementing material." I Use Type III cement only in precast concrete or when specified or permitted. For monolithic placements, use cement of the same type and from the same source. When sulfate -resistant concrete is required, use mix design options 1, 2, 3, or 4 given in Section 421.4.A.6, "Mix Design Options," using Type I/II, II, V, IP, or IS cement. Do not use Class C fly ash in sulfate - resistant concrete. Item 421- 4 Do not use supplementary cementing materials when white hydraulic cement is specified. Table 5 Concrete Classes Design Class of Strength, Min. Maximum Coarse Aggregate General Usage' Concrete 28-day f W/C Ratio' Grades t (psi) Inlets, manholes, curb, gutter, curb & A 3,000 0.60 1-4, 8 gutter, cone. retards, sidewalks, driveways, backup walls, anchors B 2,000 0.60 2-7 Ri ra , small roadside signs, and anchors Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct Cr 3,600 0.45 1-6 traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast -in -place) D 1,500 0.60 2-7 Ri ra E 3,000 0.50 2-5 Seal concrete FS Note 6 0.45 2-5 Railroad structures; occasionally for bridge piers, columns, or bents HS Note 6 0.45 3-6 prestressed concrete beams, boxes, piling, and concrete traffic barrier (precast) SS 4,000 0.45 2-5 Bridge slabs, top slabs of direct traffic culverts p See 0.45 2-3 Concrete pavement Item 360 DC 5 500 0.40 6 Dense cone. overlay CO 4,600 0.40 6 Conc. overlay LMC 4,000 0.40 6-8 Latex -modified concrete overla SS, Note 7 0.45 4-6 Slurry displacement shafts, underwater drilled shafts K Note 6 0.45 Note 6 Note 6 HES Note 6 0.45 Note 6 Note 6 1. Maximum water -cement or water-cementitious ratio by weight. 2. Unless otherwise permitted, do not use Grade I coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade I aggregate in drilled shafts. 3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs. 4. For information only. 5. Structural concrete classes. 6. As shown on the plans or specified. 7. Cementitious material content shall be minimum 658 Ib/cy of concrete. Item 421 - 5 Table 6 Over Design to Meet Compressive Stren h Re uirementst No. of Tests2,3 Standard Deviationpsi 300 400 500 600 700 15 470 620 850 1,120 1,390 20 430 580 760 1,010 1,260 30ormore 400 530 670 900 1,130 1. When designing the mix, add the tabulated amounts to the minimum design strength in Table 5. 2. Number of tests of concrete mixture used to estimate the standard deviation of concrete production facility. Test of another mix within 1,000 psi of the specified strength may be used. 3. If less than 15 prior tests are available, the overdesign should be 1,000 psi for specified strength less than 3,000 psi, 1,200 psi for specified strengths from 3,000 to 5,000 psi and 1,400 psi for specified strengths greater than 5,000 psi. 2. Aggregates. Limit the use of recycled crushed hydraulic cement concrete as a coarse or fine aggregate to Class A, B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. When white hydraulic cement is specified, use light-colored aggregates. 3. Chemical Admixtures. Use only preapproved concrete chemical admixtures from the list of prequalifted concrete admixtures maintained by the Construction Division. Submit non-preapproved admixtures for testing to the Engineer for approval. Do not use high -range water -reducing admixtures (Type F or G) or accelerating admixtures (Type C or E) in bridge deck concrete. 4. Air Entrainment. Air -entrain all concrete except for Class B in accordance with Table 7 unless otherwise shown on the plans. Use moderate exposure values unless otherwise specified. If the air content is more than 1-1/2 percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than 1-1/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. Table 7 Air Entrainment Nominal Maximum Aggregate Size, in. %Air Moderate Exposure Severe Exposure 3/8 Grades 7 & 8) 6 7-1/2 1/2 (Grade 6) 5-1/2 7 3/4 (Grade 5) 5 6 (Grade 4) 4-1/2 6 L1 I-1/2 (Grades 2 & 3) 4-1/2 5-1/2 2 (Grade 1) 4 5 1. For specified concrete strengths above 5,000 psi a reduction of 1 percentage point is permitted. 5. Slump. Unless otherwise specified, provide concrete slump in accordance with Table 8 using the lowest slump possible that can be placed and finished efficiently without segregation or honeycombing. Concrete that exceeds the maximum acceptable placement slump at time of delivery will be rejected. When approved, the slump of a given concrete mix may be increased above the values shown in Table 8 using chemical admixtures, provided that the admixture -treated concrete has the same or lower water — cement or water—cementitious-material ratio and does not exhibit segregation or excessive bleeding. Request approval for the mix design sufficiently in advance for proper evaluation by the Engineer. Item 421 - 6 Table 8 Slump Requirements Recommended Design Maximum Acceptable Concrete Designation and Placement Slump, Placement Slump, in. in. Drilled shafts See Item 416 See Item 416 Thin walled section 4 6-1/2 9 in. or less Approach slabs, concrete overlays, caps, columns, piers, 3 5 wall sections over 9 in. Bridge slabs 4 5-1/2 Prestressed concrete members 4 6-1/2 Concrete traffic barrier, 4 6-1/2 concrete bridge railing Dense concrete overlay 3/4 2 Latex -modified conc. for 3 7-1/2 bridge deck overlays Concrete placed underwater 6 8-1/2 Concrete pavement (slip- 1-1/2 3 formed) Concrete pavement formed 4 6-1/2 Riprap, curb, gutter, slip- As approved As approved formed, and extruded concrete I. If a high -range water reducer (HRWR) is used, maximum acceptable placement slump will be 9 in. 6. Mix Design Options. For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown below. For concrete classes not identified as structural concrete and designed using less than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1-8 shown in Table 5, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate -resistant concrete is required. a. Option 1. Replace 20 to 35% of the cement with Class F fly ash. b. Option 2. Replace 35 to 50% of the cement with GGBFS. c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, or silica fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume. d. Option 4. Use Type IP or Type IS cement. (Up to 10% of a Type IP or Type IS cement may be replaced with Class F fly ash, GGBFS, or silica fume.) e. Option 5. Replace 35 to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. f. Option 6. Use a lithium nitrate admixture at a minimum dosage of 0.55 gal. of 30% lithium nitrate solution per pound of alkalis present in the hydraulic cement. g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 4.00 lb. per cubic yard. of concrete when calculated as follows: lb. alkali per cu. yd. = (lb. cement per cu. yd.)x (% Na,O equivalent in cement I00 -r In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. h. Option 8. For any deviations from Options 1 7, perform the following: Item 421 - 7 • Test both coarse and fine aggregate separately in accordance with ASTM C 1260, using 440 g of the proposed cementitious material in the same proportions of hydraulic cement to supplementary cementing material to be used in the mix. • Before use of the mix, provide the certified test report signed and sealed by a licensed professional engineer demonstrating that the ASTM C 1260 test result for each aggregate does not exceed 0.10% expansion. B. Trial Batches. Perform all preliminary trial batches and testing necessary to substantiate the proposed mix designs, and provide documentation including mix design, material proportions, and test results substantiating that the mix design conforms to specification requirements. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job. Make the batch size at least 50% of the mixer's rated capacity. Perform fresh concrete tests for air and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least 3 sets of design strength specimens with 2 specimens per set in accordance with Tex-418-A or Tex-448-A for each test age. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each concrete mix to be used: Target value = Minimum design strength x 7 - day avg. trial batch strength 28 - day avg. trial batch strength When there are changes in aggregates or in type, brand, or source of cement, SCM, or chemical admixtures, reevaluate the mix as a new mix design. A change in vendor does not necessarily constitute a change in materials or source. When only the brand or source of cement is changed and there is a prior record of satisfactory performance of the cement with the ingredients, new trial batches may be waived by the Engineer. When the maturity method is specified or permitted, establish the strength —maturity relationship in accordance with Tex-426-A. When using the maturity method any changes in any of the ingredients, including changes in proportions, will require the development of a new strength —maturity relationship for the mix. C. Storage of Materials. 1. Cement, Supplementary Cementing Materials, and Mineral Filler. Store all cement, supplementary cementing materials, and mineral filler in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of sacked cement may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hours. 2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. If the aggregates are stored on the ground, clear the sites for the stockpiles of all vegetation, level the sites, and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. When conditions require the use of 2 or more grades of coarse aggregates, maintain separate stockpiles and prevent intermixing. Where space is limited, separate the stockpiles using physical barriers. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre -blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 3. Admixtures. Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. D. Measurement of Materials. Except for volumetric mixers, measure concrete materials by weight. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a weigh hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure Item 421 - 8 concrete chemical admixtures in powdered form by weight. Measure concrete chemical admixtures in liquid form by weight or volume. Measure batch materials within the tolerances of Table 9. Table 9 Measurement Tolerances — Non -Volumetric Mixers Material Tolerance Cement, wt. t1 Mineral admixture, wt. tl Cement + SCM (cumulative weighing), wt. tl Water, wt. or volume t3 Fine aggrepte, wt. t2 Coarse aggregate, wt. t2 Fine + coarse aggregate (cumulative weighing), wt. t1 Chemical admixtures, wt. or volume f3 When measuring cementitious materials at less than 30% of scale capacity, ensure that the quantity measured is accurate to not less than the required amount and not more than 4% in excess. When measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, ensure that the cumulative quantity is measured accurate to f0.3% of scale capacity or f3% of the required cumulative weight, whichever is less. For volumetric mixers, base tolerances on volume —weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 10. Correct batch weight measurements for moisture. When approved, under special circumstances, measure cement in bags of standard weight. Weighing of sacked cement is not required. Do not use fractional bags except for small hand -mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. Table 10 Measurement Tolerances — Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % f2 Coarse aggregate, wt. % +2 Admixtures, wt. or volume % t3 Water, wt. or volume % t1 E. Mixing and Delivering Concrete. Mix and deliver concrete by means of one of the following operations: • central -mixed, • shrink -mixed, • truck -mixed, • volumetric mixer -mixed, or • hand -mixed. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. For shrink -mixed and truck -mixed concrete, when there is a reason to suspect the uniformity of concrete delivered using a truck mixer or truck agitator, conduct slump tests of 2 individual samples taken after discharging approximately 15% and 85% of the load as a quick check of the probable degree of uniformity. Take the 2 samples within an elapsed time of at most 15 min. If the slumps of the 2 samples differ by more than the values shown in Table 11, investigate the causes and take corrective actions including adjusting the batching sequence at the plant and the mixing time and number of revolutions. Delivery vehicles that fail to meet the mixing uniformity requirements must not be used until the condition is corrected. Item 421- 9 Table 11 Slump Tolerance' Average Slump Slump Tolerance 4 in. or less 1.0 in. 4 to 6 in. 1.5 in. 1. Do not apply these tolerances to the required slumps in Table 8. 2. Maximum permissible difference in results of test of samples from 2 locations in the concrete batch. Re -tempering or adding concrete chemical admixtures is only permitted at the job site when concrete is delivered in a truck mixer. Do not add water after the introduction of mixing water at the batch plant except on arrival at the job site, with approval, to adjust the slump of the concrete. When this water is added, do not exceed the mix design water—cementitious-material ratio. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. Do not add water or chemical admixtures to the batch after any concrete has been discharged. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, "Concrete Batch Ticket." When the concrete contains silica fume, adjust mixing times and batching operations as necessary to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. If uniform dispersion is not achieved, make necessary changes to the batching operations until uniform and complete dispersion of the silica fume is achieved. 1. Central -Mixed Concrete. Provide concrete that is mixed completely in a stationary mixer. Mix concrete for a period of 1 min. for 1 cu. yd. and 15 sec. for each additional cu. yd. of rated capacity of the mixer unless mixer performance test data demonstrate that shorter mixing times can be used to obtain a uniform mix in accordance with Tex-472-A. Count the mixing time from the time all the solid materials are in the drum. Charge the mixer so that some water will enter before the cement and aggregate. Ensure that all water is in the drum by the end of the first 1/4 of the specified mixing time. Adjust the mixing time if necessary to achieve a uniform mix. Concrete mixed completely in a stationary mixer must be delivered to the project in a truck mixer, truck agitator, or non -agitating delivery vehicle. When a truck mixer or truck agitator is used for transporting concrete, use the manufacturer's designated agitating speed for any turning during transportation. Non -agitating delivery vehicles must be clean and free of built-up concrete with adequate means to control concrete discharge. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Resolve questions regarding the uniformity of the concrete by testing when directed by the Engineer in accordance with Tex-472-A. 2. Shrink -Mixed Concrete. Provide concrete that is first partially mixed in a stationary mixer and then mixed completely in a truck mixer. Partially mix for the minimum time required to intermingle the ingredients in the stationary mixer, and then transfer to a truck mixer and mix the concrete at the manufacturer's designated mixing speed for an adequate amount of time to produce thoroughly mixed concrete. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. 3. Truck -Mixed Concrete. Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as concrete is discharged before the drum has revolved a total of 300 revolutions after the introduction of the mixing water to the cement and the aggregates. 4. Volumetric Mixer -Mixed Concrete. Unless otherwise specified or permitted, perform all mixing operations in accordance with manufacturer's recommended procedures. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. Item 421 - 10 5. Hand -Mixed Concrete. When permitted, for small placements of less than 2 cu. yd., mix up to a 2-sack batch of concrete by hand methods or in a small motor -driven mixer. For such placements, proportion the mix by volume or weight. F. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. G. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 1. Sampling Fresh Concrete. Provide all material to be tested. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be - performed and documented to ensure specification requirements are met at the discharge end. 2. Testing of Fresh Concrete. a. Air Content. Tex-414-A or Tex-416-A. b. Slump. Tex-415-A. c. Temperature. Tex-422-A. d. Making and Curing Strength Specimens. Tex 447-A. 3. Testing of Hardened Concrete. Only compressive strength testing will be used unless otherwise specified or shown on the plans. a. Compressive Strength. Tex-418-A. b. Flexural Strength. Tex-448-A. c. Maturity. Tex426-a. 4. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certified or qualified by a Department -recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 5. Adequacy and Acceptance of Concrete. The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. For any concrete that fails to meet the required strengths as outlined below, investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary actions to correct the problem including redesign of the concrete mix. The Owner may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. a. Structural Concrete. For concrete classes identified as structural concrete in Table 5, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on the design strength given in Table 5. The Engineer will evaluate the adequacy of the concrete by comparing 7-day test results to the target value established in accordance with Section 421.4.13, "Trial Batches." b. All Other Concrete. For concrete classes not identified as structural concrete in Table 5, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.13, "Trial Batches." 6. Test Sample Handling. Unless otherwise shown on the plans or directed, remove forms and deliver department test specimens to curing facilities, in accordance with pertinent test procedures. Clean and prepare forms for reuse. 421.5. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Item 421 - 11 ITEM 432 RIPRAP 432.1. Description. Furnish and place concrete, stone, cement -stabilized, or special riprap. 432.2. Materials. Furnish materials in accordance with the following: • Item 420, "Concrete Structures" • Item 421, "Hydraulic Cement Concrete" • Item 431, "Pneumatically Placed Concrete" • Item 440, "Reinforcing Steel" • DMS-6200, "Filter Fabric." A. Concrete Riprap. Use Class B Concrete unless otherwise shown on the plans. B. Pneumatically Placed Concrete Riprap. Use Class II concrete that meets Item 431, "Pneumatically Placed Concrete," unless otherwise shown. C. Stone Riprap. Unless otherwise shown on the plans, use durable natural stone with a minimum bulk specific gravity of 2.40 as determined by Tex-403-A. Provide stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18% after 5 cycles of magnesium sulfate solution and 14% after 5 cycles of sodium sulfate solution. For all types of stone riprap perform a size verification test on the first 5,000 sq. yd. of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 sq. yd. of riprap has been approved. When specified, provide grout or mortar in accordance with Item 421,"Hydraulic Cement Concrete." Provide grout with a consistency that will flow into and fill all voids. Provide filter fabric in accordance with DMS-6200, "Filter Fabric." For protection stone riprap, provide Type 2 filter fabric unless otherwise shown on the plans. For Type R, F, or Common stone riprap, provide Type 2 filter fabric when shown on the plans. 1. Type R. Use stones between 50 and 250 lb. with a minimum of 50% of the stones heavier than 100 lb. 2. Type F. Use stones between 50 and 250 lb. with a minimum of 40% of the stones heavier than 100 lb. Use stones with at least 1 broad flat surface. 3. Common. Use stones between 50 and 250 lb. Use stones that are at least 3 in. in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the plans or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 4. Protection. Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be at least 1/3 of the length. When shown on the plans or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. Determine gradation of the finished, in -place, riprap stone under the direct supervision of the Engineer in accordance with Tex-4I 1-A, Part 1I. Item 432 - 1 Table 1 In -Place Protection Riprap Gradation Requirements Thickness Maximum Size (lb.) 90% Size lb. 50% Size' lb. 8% Size', Minimum lb. 12in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18 in. 530 290-475 105-220 22 21 in. 800 460-720 175-300 25 24 in. 1 1,000 550-850 1 200-325 1 30 30 in. 1 2,600 1 1,150-2,250 1 400-900 1 40 1. As defined in Tex401-A, Part 11. Provide bedding stone that in -place meets the gradation requirements shown in Table 2 or as otherwise shown on the plans. Determine size distribution in accordance with Tex-401-A, Part 1. Table 2 Protection Riprap Bedding Material Gradation Requirements Sieve Size (Sq. Mesh % by Weight Passing 3 in. 100 1-1/2 in. 50-80 3/4 in. 20-60 No. 4 0-15 No. 10 0-5 D. Cement -Stabilized Riprap. Provide aggregate that meets Item 247, "Flexible Base," for the type and grade shown on plans. Use cement -stabilized riprap with 7% hydraulic cement by dry weight of the aggregate. E. Special Riprap. Furnish materials for special riprap according to the plans. 432.3. Construction. Dress slopes and protected areas to the line and grade shown on the plans before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the plans or as directed. A. Concrete Riprap. Reinforce concrete riprap with 6 x 6 - W2.9 x W2.9 welded wire fabric or with No. 3 or No. 4 reinforcing bars spaced at a maximum of 18 in. in each direction unless otherwise shown. Alternative styles of welded wire fabric that provide at least 0.058 sq. in. of steel per foot in both directions may be used if approved. A combination of welded wire fabric and reinforcing bars may be provided when both are permitted. Provide a minimum 6-in. lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 in. and a maximum cover of 3 in. Place the first parallel bar at most 6 in. from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. After placing the concrete, compact and shape it to conform to the dimensions shown on plans. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. Immediately after the finishing operation, cure the riprap according to Item 420, "Concrete Structures." B. Stone Riprap. Provide the following types of stone riprap when shown on the plans: • Dry Riprap. Dry riprap is stone riprap with voids filled with only spalls or small stones. • Grouted Riprap. Grouted riprap is Type R, F, or Common stone riprap with voids grouted after all the stones are in place. • Mortared Riprap. Mortared riprap is Type F stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 lb. to fill open joints and voids in stone riprap, and place to -.• a tight fit. Item 432 - 2 Do not place mortar or grout when the air temperature is below 35°F. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 ft. Secure fabric with nails or pins. Use nails at least 2 in. long with washers or U-shaped pins with legs at least 9 in. long. Space nails or pins at a maximum of 10 ft. in each direction and 5 ft. along the seams. Alternative anchorage and spacing may be used when approved. 1. Type R. Construct riprap as shown in Figure I and as shown on the plans. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. Place the upright axis of the stones at an angle of approximately 90° to the embankment slope. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. Fill open joints between stones with spalls. Place stones to create a uniform finished top surface. Do not exceed a 6-in. variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. When the plans require Type R stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet the stones thoroughly, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. Grout when specified NN Slope of embankment Upright axes of stone perpendicular to slope T-6" min Figure 1 Type R stone riprap, dry or grouted. 2. Type F. a. Dry Placement. Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. Place stone to drain water down the face of the slope. Item 432 - 3 Mortar when specified �. " min Slope of embankment ale il'-6" min Figure 2 Type F stone riprap, dry or mortared. b. Grouting. Construct riprap as shown in Figure 3. Size, shape, and lay large flat -surfaced stones to produce an even surface with minimal voids. Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. Place the stones to create a plane surface with a maximum variation of 6 in. in 10 ft. from true plane. Provide the same degree of accuracy for warped and curved surfaces. Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Item 432 - 4 Grout when specified Flat side up war. �E Slope of embankment T-G" min Figure 3 Type F stone riprap, grouted. c. Mortaring. Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth -raked joints as directed. 3. Common. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. When the plans require grouting common stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. Item 432 - 5 Grout when specified Multiple layers (more than one rock depth! 9„ min nn� Aril► U Slope of embankment e 1'-6" min Figure 4 Common stone riprap, dry or grouted. 4. Protection. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the plans. Place stone for riprap on the bedding material to produce a reasonably well -graded mass of riprap with the minimum practicable percentage of voids. Construct the riprap to the lines and grades shown on the plans or staked in the field. A tolerance of+6 in. and —0 in. from the slope line and grades shown on the plans is allowed in the finished surface of the riprap. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well - graded distribution of stone sizes. Item 432 - 6 N Y 2 times thickness min Figure 5 Protection stone riprap. ,lope of r C. Pneumatically Placed Concrete Riprap, Class II. Meet Item 431, "Pneumatically Placed Concrete." Provide reinforcement following the details on the plans and Item 440, "Reinforcing Steel." Support reinforcement with approved supports throughout placement of concrete. Give the surface a wood -float finish or a gun finish as directed. Immediately after the finishing operation, cure the riprap with membrane -curing compound in accordance with Item 420, "Concrete Structures." D. Cement -Stabilized Riprap. Follow the requirements of the plans and the provisions for concrete riprap except when reinforcement is not required. The Engineer will approve the design and mixing of the cement -stabilized riprap. E. Special Riprap. Construct special riprap according to the plans. 432.4. Measurement. This Item will be measured by the cubic yard of material complete in place. Volume will be computed on the basis of the measured area in place and the thickness and toe wall width shown on the plans. For stone riprap for protection, the quantity of the bedding material to be paid for will be measured by the cubic yard as computed from the measured area in place and the bedding thickness shown on the plans. 432.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Riprap" of the type, thickness, and void -filling technique (Dry, Grout, Mortar) specified, as applicable. This price is full compensation for furnishing, hauling, and placing riprap and for filter fabric, expansion joint material, concrete and reinforcing steel, grout and mortar, scales, test weights, equipment, labor, tools, and incidentals. Payment for excavation of toe wall trenches, for all necessary excavation below natural ground or bottom of excavated channel, and for shaping of slopes for riprap will be included in the unit price bid per cubic yard of riprap. When bedding is required for protection stone riprap, payment will be made at the unit price for "Bedding Material' of the thickness specified. This price is full compensation for furnishing, hauling, placing, and maintaining the bedding material until placement of the riprap cover is completed and accepted; excavation required for placement of bedding material; and equipment, scales, test weights, labor, tools, and incidentals. No payment will be made for excess thickness of bedding nor for material required to replace embankment material lost by rain wash, wind erosion, or otherwise. Item 432 - 7 ITEM 585 RIDE QUALITY FOR PAVEMENT SURFACES 585.1. Description. Measure and evaluate the ride quality of pavement surfaces. 585.2. Equipment. A. Surface Test Type A. Provide a 10-ft. straightedge. B. Surface Test Type B. Provide a high-speed or lightweight inertial profiler, certified at the Texas Transportation Institute. Provide the Engineer with equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. Use a certified profiler operator from the Construction Division's approved list. When requested, furnish the Engineer documentation for the person certified to operate the profiler. C. Diamond Grinding Equipment. When grinding is required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture pavements using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least 3 ft. of width longitudinally in each pass without damaging the pavement. 585.3. Work Methods. Measure and evaluate profiles using Surface Test Types A and B on surfaces as described below unless otherwise shown on the plans. A. Transverse Profile. Measure the transverse profile of the finished riding surface in accordance with Surface Test Type A. B. Longitudinal Profile. Measure the longitudinal profile of the surface, including horizontal curves. 1. Travel Lanes. Unless otherwise shown on the plans, use Surface Test Type B on the finished riding surface of all travel lanes except as follows. a. Service Roads and Ramps. Use Surface Test Type A on service roads and ramps unless Surface Test Type B is shown on the plans. b. Short Projects. Use Surface Test Type A when project pavement length is less than 2,500 ft. unless otherwise shown on the plans. c. Bridge Structures. For span type bridge structures, approach slabs, and the 100 ft. leading into and away from such structures, measure the profile in accordance with the pertinent item or use Surface Test Type A. d. Leave -out Sections. Use Surface Test Type A for areas listed on the plans as leave -out sections. e. Ends. Use Surface Test Type A on the first and last 100 ft. of the project pavement length. 2. Shoulders and Other Areas. Use Surface Test Type A for shoulders and all other areas including intermediate pavement layers. C. Profile Measurements. Measure the finished surface in accordance with Surface Test Type A or B in accordance with Section 585.3.A, "Transverse Profile"; Section 585.3.B, "Longitudinal Profile"; and the plans. 1. Surface Test Type A. Test the surface with a 10-ft. straightedge at locations selected by the Engineer. 2. Surface Test Type B. a. Quality Control (QC) Testing. Perform QC tests on a daily basis throughout the duration of the project. Use a 10-ft. straightedge, inertial profiler, profilograph, or any other means to perform QC tests. b. Quality Assurance (QA) Testing. Perform QA tests using either a high-speed or lightweight inertial profiler. Coordinate with and obtain authorization from the Engineer before starting QA testing. Perform QA tests on the finished surface of the completed project or at the completion of a major stage of construction as approved by the Engineer. Perform QA tests within 7 days after receiving authorization. Item 585 - I The Engineer may require QA testing to be performed at times of off-peak traffic flow. Operate the inertial profiler in a manner that does not unduly disrupt traffic flow as determined by the Engineer. When using a lightweight inertial profiler to measure a surface that is open to traffic, use a moving traffic control plan in accordance with Part 6 of the TMUTCD and the plans. In accordance with Tex-1001-S, operate the inertial profiler and deliver test results to the Engineer within 24 hr. of testing. Provide all profile measurements to the Engineer in electronic data files using the format specified in Tex-1001-S. (1) Verification Testing. Within 10 working days after the Contractor's QA testing is completed for the project or major stage of construction, the Engineer may perform ride quality verification testing. When the Department's profiler produces an overall average international roughness index (IRI) value that is more than 3.0 in. per mile higher than the value calculated using Contractor data, the Engineer will decide whether to accept the Contractor's data, use the Department's data, use an average of both party's data, or request a referee test. Referee testing is mandatory if the difference is greater than 6.0 in. per mile. (2) Referee Testing. The Construction Division will conduct referee testing, and their results are final. The Construction Division may require recertification for the Contractor's or Department's inertial profiler. D. Acceptance Plan and Pay Adjustments. The Engineer will evaluate profiles for determining acceptance, bonus, penalty, and corrective action. 1. Surface Test Type A. Use diamond grinding or other methods approved by the Engineer to correct surface areas that have more than 1/8-in. variation between any 2 contacts on a 10-ft, straightedge. For asphalt concrete pavements, fog seal the aggregate exposed from diamond grinding. Following correction, retest the area to verify compliance with this Item. 2. Surface Test Type B. The Engineer will use the QA test results and the corresponding values in Table 1 to determine pay adjustments for ride quality using Department software. IRI values will be calculated using the average of both wheel paths. When taking corrective actions to improve a deficient 0.1-mi. section, pay adjustments will be based on the data obtained from reproftling the corrected area. a. IRl Pay Adjustment for 0.1-mi. Sections. Unless pay adjustment Schedule 1 or 2 is shown on the plans, Schedule 3 from Table 1 will be used to determine the level of bonus or penalty for each 0.1-mi. section on the project. When Schedule 3 is specified, no associated bonuses will be paid for any 0.1-mi. section that contains localized roughness. b. IRl Deficient 0.1-mi. Sections. When pay adjustment Schedule 1 or 2 is specified, use diamond grinding or other approved work methods to correct any 0.1-mi. section with an average IRI over 95.0 in. per mile (IRI deficient). Correct the deficient section to an IRI of 65 in. per mile or less when Schedule 1 is specified and to an IRI of 75 in. per mile or less when Schedule 2 is specified. After making corrections, reprofile the pavement section to verify that corrections have produced the required improvements. Associated bonuses apply when successful corrective action improves the IRI of a deficient 0.1-mi. section. (1) Hydraulic Concrete Pavement. Use diamond grinding to correct deficient 0.1-mi. sections. (2) Asphalt Concrete Pavement. For asphalt concrete pavement, the Engineer may assess a $3,000 penalty per 0.1-mi. section instead of requiring corrective action. Use diamond grinding or other approved methods to correct deficient 0.1-mi. sections. if corrective action does not produce the required improvement, the Engineer may require continued corrective action, assess the pertinent schedule penalty if the reprofiled IRI is 95 in. per mile or less, or assess the $3,000 penalty if the reprofiled IRI is greater than 95 in. per mile. Fog seal the aggregate exposed from diamond grinding or other corrective methods allowed. c. Localized Roughness. Localized roughness will be measured using an inertial profiler in accordance with Tex-1001-S. The Engineer will determine areas of localized roughness using the average profile from both wheel paths. Item 585 - 2 f The Engineer may waive localized roughness requirements for deficiencies resulting from manholes or other similar appurtenances near the wheel path. (1) Corrective Action. When Schedule 1 or 2 is specified, use diamond grinding or other approved methods to remove localized roughness. When Schedule 3 is specified, use a 10-ft. straightedge to further evaluate areas with localized roughness, and use diamond grinding or other approved methods to correct areas that have more than 1/8-in. variation between any 2 contacts on the straightedge. For asphalt concrete pavements, fog -seal the aggregate exposed from diamond grinding. Reprofile the corrected area, and provide the Engineer the results that show the corrective action was successful. For asphalt concrete pavement, if the corrective action is not successful, the Engineer will require continued corrective action or assess a localized roughness penalty. (2) Localized Roughness Penalty Assessed. For asphalt concrete pavement, in lieu of corrective action, the Engineer may assess a penalty for each occurrence of localized roughness. No more than 1 penalty will be assessed for any 5 ft. of longitudinal distance. No localized roughness penalties will be assessed in deficient 0.1-mi. sections where the Engineer elects to asses the $3,000 penalty instead of corrective action. For Schedule 1, a localized roughness penalty of $500 per occurrence will be assessed. For Schedule 2, a localized roughness penalty of $250 per occurrence will be assessed. For Schedule 3, localized roughness penalties will not be assessed. 585.4. Measurement and Payment. The work performed, materials furnished, certification and recertification, traffic control for all testing, materials and work needed for corrective action, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Sections shorter than 0.1 mi. and longer than 50 ft. will be prorated in accordance with Tex-1001-8. Item 585 - 3 Table 1 Pay Adjustment Schedules for Ride Quality Average IRI for each 0.10 mi. of Traffic Lane in. / mi.) Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 < 30 600 600 300 30 600 600 300 31 580 580 290 32 560 560 280 33 540 540 270 34 520 520 260 35 500 500 250 36 480 480 240 37 460 460 230 38 440 440 220 39 420 420 210 40 400 400 200 41 380 380 190 42 360 360 180 43 340 340 170 44 320 320 160 45 300 300 150 46 280 280 140 47 260 260 130 48 240 240 120 49 220 220 110 50 200 200 100 51 180 180 90 52 160 160 80 53 140 140 70 54 120 120 60 55 100 100 50 56 80 80 40 57 60 60 30 58 40 40 20 59 20 20 10 60 0 0 0 61 0 0 0 Item 585 - 4 C �a Table 1 (continued) Pay Adjustment Schedules for Ride Quality Average 1111 for each 0.10 mi. of Traffic Lane in./mi.) Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 62 0 0 0 63 0 0 0 64 0 0 0 65 0 0 0 66 —20 0 0 67 —40 0 0 68 —60 0 0 69 —80 0 0 70 —100 0 0 71 —120 0 0 72 —140 0 0 73 —160 0 0 74 —180 0 0 75 —200 0 0 76 —220 —20 0 77 —240 -40 0 78 —260 —60 0 79 —280 —80 0 80 —300 —100 0 81 —320 —120 0 82 —340 —140 0 83 —360 —160 0 84 —380 —180 0 85 —400 —200 0 86 —420 —220 0 87 —440 —240 0 88 —460 —260 0 89 —480 —280 0 90 —500 —300 0 91 —520 —320 0 92 —540 —340 0 93 1 —560 —360 0 94 1 -580 -380 0 Item 585 - 5 Table 1 (continued) Pay Adjustment Schedules for Ride Quality Average IRI for Pay Adjustment each 0.10 mi. of $/0.10 mi. of Traffic Lane Traffic Lane in./mi. Schedule 1 Schedule 2 Schedule 3 95 —600 —400 0 Corrective Corrective 95 Action Action Not Applicable Item 585 - 6 0 ITEM 610 ROADWAY ILLUMINATION ASSEMBLIES 610.1. Description. • Installation. Furnish, fabricate, and erect roadway illumination assemblies. • Relocation. Remove and relocate existing roadway illumination assemblies. • Removal. Remove existing roadway illumination assemblies. 610.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 446, "Cleaning and Painting Steel" • Item 449, "Anchor Bolts" • Item 620, "Electrical Conductors." Furnish light fixtures from new materials that comply with DMS-11010, "Roadway Illumination Light Fixtures." Provide light fixtures from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified roadway illumination light fixture manufacturers. Provide shop drawings of the complete assembly in accordance with the plans. Hot -dip galvanize fabricated pole sections and associated parts in accordance with Item 445, "Galvanizing." Punch or drill holes in steel parts or members, when allowed, before galvanizing. Paint poles, when shown on the plans, in accordance with Item 446, "Cleaning and Painting Steel." 610.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. Sample fixtures for testing in accordance with Tex-1110-T. Use established industry and utility safety practices when installing, relocating, or removing poles or luminaires located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. Prevent scarring or marring of the poles, mast arms, and fixtures. Replace damaged components. Repair damaged galvanizing in accordance with Section 445.3.D, "Repairs." Repair damaged painted areas of a roadway illumination assembly in accordance with Item 446, "Cleaning and Painting Steel." Stake, install, and align each roadway illumination assembly as shown on the plans. The Department may shift an assembly's location, if necessary, to secure a more desirable location or to avoid conflict with utilities. A. Installation. Fabricate and install roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install anchor bolts and coat anchor bolt threads in accordance with Item 449, "Anchor Bolts." Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Tighten anchor bolts for poles with shoe bases in accordance with Item 449, "Anchor Bolts." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." B. Relocation. Relocate roadway illumination assembly components in accordance with the details, dimensions, and requirements shown on the plans. Do not use screw -in type foundations. Install existing structures on new foundations in accordance with Section 610.3.A, "Installation." Do not place grout between base plate and foundation. Test installed roadway illumination assemblies in accordance with Item 616, "Performance Testing of Lighting Systems." Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit or ducts to a point 6 in. below final grade. Reconnect conduit, ducts, and conductors to be reused. Replace damaged conduit, ducts, and conductors. Item 610 — 1 Unless otherwise shown on the plans, remove abandoned concrete foundations and replace surfacing in accordance with Section 610.3.C, "Removal." Do not remove existing concrete bridge lighting brackets. Furnish and install new internal conductors, fused and unfused connectors, and lamps. Furnish and install new transformer bases that meet AASHTO and plan requirements when relocating transformer base poles. Destroy existing transformer bases to prevent reuse. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. C. Removal. Remove roadway illumination assembly components in accordance with established industry and utility safety practices. Remove transformer bases from transformer base poles. Remove luminaires and mast arms from the pole shaft. Stockpile pole shafts, mast arms, and assembly hardware at a location designated by the Department. Pole shafts, mast arms, and assembly hardware will remain Department property unless otherwise shown on the plans or directed. Disconnect and remove conductors from abandoned circuits. Remove abandoned conduit and ducts to a point 6 in, below final grade. Destroy existing transformer bases to prevent reuse. Remove abandoned concrete foundations to a point 2 ft. below final grade. Backfill the hole with material that is equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Do not remove existing concrete bridge lighting brackets. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Item 610 - 2 .._ ITEM 618 CONDUIT 618.1. Description. Furnish and place conduit. 618.2. Materials. Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When specified in the plans, provide: • rigid metal (RM) conduit that is hot -dip galvanized inside and outside with a minimum of 1.5 oz. per square foot of a zinc coating in accordance with Item 445, "Galvanizing'; • electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material; • polyvinyl chloride (PVC) conduit that meets the requirements ofNEMA Standard TC-2, UL 651, and the NEC; • high -density polyethylene (HDPE) conduit without factory -installed conductors that meets the requirements of Item 622, "Duct Cable'; or • flexible conduit that is liquid -tight. Furnish conduit from new materials that comply with DMS-I 1030, "Conduit." Provide conduit from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical conduit manufacturers. Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure -cast fittings. Steel compression fittings are permissible. When using HDPE conduit, provide fittings that are UL-listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3-in. 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Construction. Place conduit in accordance with the lines, grades, details, and dimensions shown on the plans or as directed. Install conduit a minimum of 18 in. deep underground unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-in. taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Fasten conduit within 3 ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-hole type clamps for 2-in. diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with Item 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed, and in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe." Item 618 - 1 Place warning tape approximately 10 in. above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. Mark conduit locations as directed. Item 618 - 2 ° ITEM 620 ELECTRICAL CONDUCTORS 620.1. Description. Furnish and place electrical conductors, except conductors specifically covered by other Items. c_ 620.2. Materials. Provide new materials that comply with the details shown on the plans and the requirements of ' this Item. Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC, and CSA requirements. Furnish electrical conductors in accordance with DMS-11040, "Electrical Conductors." Provide electrical conductors from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical conductor manufacturers. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. Use white insulation for grounded (neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Construction. Splice conductors only injunction boxes, ground boxes, and transformer bases, and in poles and structures at the hand holes. Splice as shown on the plans. Do not exceed the manufacturer's recommended pulling tension. Use lubricant as recommended by the manufacturer. Install conductors in accordance with the NEC. Make insulation resistance tests on the conductors prior to making final connections, and ensure that each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested at 1,000 volts DC. The Engineer may require verification testing of all or part of the conductor system. The Engineer will witness these verification tests. Replace conductors exhibiting an insulation resistance of less than 5 megohms. Item 620 - 1 ITEM 624 GROUND BOXES 624.1. Description. Construct, furnish, and install ground boxes complete with lids. 624.2. Construction and Materials. Provide new materials that comply with the details shown on the plans and meet the following requirements: • Construct cast -in -place concrete ground boxes and aprons in accordance with Item 421, "Hydraulic Cement Concrete," and Item 440, "Reinforcing Steel." • Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with DMS-11070, "Ground Boxes." • Construct a concrete apron, when shown on the plans, in accordance with Item 421, "Hydraulic Cement Concrete.," and Item 440, "Reinforcing Steel." Provide ground boxes from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified ground box manufacturers. Item 624 - 1 ITEM 628 ELECTRICAL SERVICES 628.1. Description. • Installation. Furnish and install complete and independent points of electrical service. • Removal. Remove electrical services. 628.2. Materials. Provide materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: • Item 441, "Steel Structures" • Item 445, "Galvanizing" • Item 449, "Anchor Bolts" • Item 618, "Conduit" • Item 620, "Electrical Conductors" • Item 627, "Treated Timber Poles" • Item 656, "Foundations for Traffic Control Devices." For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with DMS-11080, "Electrical Services." Furnish electrical services from manufacturers prequalified by the Department. The Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.3. Construction. Perform work in accordance with the details shown on the plans and the requirements of this Item. A. Installation. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company`s requirements. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surfacing such as asphalt pavement or concrete riprap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 in. below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Reconnect duct cable, conductors, and conduit to be reused when shown on'the plans. Make all splices in ground boxes unless otherwise shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. Item 628 - 1 ITEM 636 ALUMINUM SIGNS 0 636.1. Description. • Installation. Furnish, fabricate, and erect aluminum signs. Sign supports are provided for under other Items. • Replacement. Replace existing signs on existing sign supports. • Refurbishing. Refurbish existing aluminum signs on existing sign supports. 636.2. Materials. A. Sign Blanks. Furnish sign blank substrates in accordance with DMS-7110, "Aluminum Sign Blanks," and in accordance with the types shown on the plans. Use single -piece sheet -aluminum substrates for Type A (small) signs and extruded aluminum substrates for Type G (ground -mounted) or Type O (overhead -mounted) signs. B. Sign Face Reflectorization. Reflectorize the sign faces with flat surface reflective sheeting. Furnish sheeting that meets DMS-8300, "Sign Face Materials." Use reflective sheeting from the same manufacturer for the entire face of a sign. C. Sign Messages. Fabricate sign messages to the sizes, types, and colors shown on the plans. Use sign message material from the same manufacturer for the entire message of a sign. • Ensure that the screened messages have clean, sharp edges and exhibit uniform color and reflectivity. Prevent runs, sags, and voids. Furnish screen inks in accordance with DMS-8300. • Fabricate colored, transparent film legend and reflectorized sheeting legend from materials that meet DMS-8300. • Fabricate nonreflectorized-sheeting legend from materials that meet DMS-8300. • Furnish Type A aluminum signs required as part of a message in conformance with the plans and in accordance with this Item. D. Hardware. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. Use plastic or nylon washers to avoid tearing the reflective sheeting. Furnish steel or aluminum products in accordance with DMS-7120, "Sign Hardware." When dissimilar metals are used, select or insulate metals to prevent corrosion. E. Sampling. The Engineer will sample in accordance with Tex-726-I. 636.3. Construction. A. Fabrication. 1. Sign Blanks. Furnish sign blanks to the sizes and shapes shown on the plans and that are free of buckles, warps, burrs, dents, cockles, or other defects. Do not splice individual extruded aluminum panel. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. 2. Sheeting Application. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. Minimize the number of splices in the sheeting. Overlap the lap -splices by at least 1/4 in. Use butt splices for Type D and Type E reflective sheeting. Provide a 1-ft. minimum dimension for any piece of sheeting. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. 3. Sign Assembly. Assemble extruded aluminum signs in accordance with the details shown on the plans. Sign face surface variation must not exceed 1/8 in. per foot. Surface misalignment between panels in multi - panel signs must not exceed 1/16 in. at any point. 4. Decals. Code and apply sign identification decals in accordance with Item 643, "Sign Identification Decals." Item 636 - 1 B. Storage and Handling. Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. Damage to the sign face that is not visible when viewed at a distance of 50 ft., night or day, will be acceptable. Replace unacceptable signs. Store all finished signs off the ground. and in a vertical position until erected. Store finished signs 60 in. by 60 in. or smaller in a weatherproof building. Larger signs may be stored outside. C. Cleaning. Before shop inspection, wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. Wash again before final inspection after erection. D. Installation. Install signs as shown on the plans or as directed. E. Replacement. Remove the existing signs from the existing supports and replace with new signs, including mounting hardware, as shown on the plans. F. Refurbishing. Refurbish existing signs by providing and installing new messages and mounting hardware. Install new reflectorized legend and supplemental signs as shown on the plans. G. Unsalvageable Material. Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. Item 636 - 2 ITEM 644 SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES 644.1. Description. • Installation. Furnish, fabricate, and erect small roadside sign assemblies consisting of the signs, sign supports, foundations, and associated mounting hardware. • Relocation. Relocate existing small roadside sign assemblies, and furnish and fabricate materials as required. • Removal. Remove existing small roadside sign assemblies. 644.2. Materials. Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials in accordance with the following Items and with details shown on the plans: • Item 421, "Hydraulic Cement Concrete" • Item 440, "Reinforcing Steel" • Item 441, "Steel Structures" • Item 442, "Metal for Structures" • Item 445, "Galvanizing" • Item 634, "Plywood Signs" • Item 636, "Aluminum Signs" • Item 643, "Sign Identification Decals" • Item 656, "Foundations for Traffic Control Devices." Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate the metals to prevent corrosion. 644.3. Construction. Install foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. A. Fabrication. Fabricate sign supports in accordance with Item 441, "Steel Structures." Ensure that all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign -mounting heights shown on the plans. Galvanize fabricated parts in accordance with Item 445, "Galvanizing." Punch or drill any holes in steel parts or members before the parts or members are galvanized. Repair any steel part or member on which the galvanizing has been damaged during assembly, transit, erection, or welding in accordance with Section 445.3.1), "Repairs." B. Installation. Locate sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or to avoid conflict with utilities and underground appurtenances. Stake sign -support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor's expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to support assemblies in accordance with the plans and pertinent Items. C. Relocation. Unless otherwise shown on the plans, reuse the existing supports and shorten or lengthen them as required. Obtain approval before lengthening existing supports. Furnish and install new breakaway stub posts in new foundations for relocated signs. Erect the supports on the new breakaway stub posts, and attach the signs to the supports. Attach signs to support assemblies in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.1), "Removal." D. Removal. Remove existing concrete foundations that are to be abandoned to 2 ft. below finish grade. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. Item 644 - 1 E. Handling and Storage. Handle and store existing signs or portions of signs removed so that they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or that become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. F. Cleaning. After the sign has been installed, wash the entire sign with a biodegradable cleaning solution acceptable to the sheeting and screen ink manufacturers to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. Item 644 - 2 ITEM 662 WORK ZONE PAVEMENT MARKINGS 662.1. Description. Furnish, place, and maintain work zone pavement markings. 0 662.2. Materials. Provide thermoplastic, paint and beads, raised pavement markers, prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for work zone pavement markings. Purchase all pavement marking materials on the open market. Supply materials meeting: • DMS-4200, "Pavement Markers (Reflectorized)," • DMS-4300, "Traffic Buttons," • DMS-8240, "Permanent Prefabricated Pavement Markings," • DMS-8241, "Removable Prefabricated Pavement Markings," • DMS-8242, "Temporary Flexible -Reflective Road Marker Tabs," • DMS-8200, "Traffic Paint." • DMS-8220, "Hot Applied Thermoplastic," and • DMS-8290, "Glass Traffic Beads." A. Nonremovable Markings. Use hot -applied thermoplastic or permanent prefabricated pavement markings for nonremovable markings. Paint and beads or other materials are not allowed for nonremovable markings unless shown on the plans. B. Removable and Short -Term Markings. Use raised pavement markers, removable prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for removable and short-term markings. Do not use hot -applied thermoplastic or traffic paint for removable markings. Use removable prefabricated pavement markings on the final pavement surface when the plans specify removable markings. 662.3. Construction. Apply pavement markings in accordance with the following Items: • Item 666, "Reflectorized Pavement Markings" • Item 668, "Prefabricated Pavement Markings" • Item 672, "Raised Pavement Markers." A. Placement. Install longitudinal markings on pavement surfaces before opening to traffic. Maintain lane alignment traffic control devices and operations until markings are installed. Install markings in proper alignment in accordance with the TMUTCD and as shown on the plans. Short-term markings will be allowed when standard markings (removable or nonremovable) cannot be placed before opening to traffic, if shown on the plans or directed. When short-term markings are allowed for opening to traffic, place longitudinal standard markings no later than 14 calendar days after the placement of the surface. When inclement weather prohibits placement of markings, the 14-day period may be extended until weather permits proper application. Place standard longitudinal markings no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the plans. Apply thermoplastic markings to a minimum thickness of 0.060 in. (60 mils). When paint and beads are allowed, apply to a minimum dry thickness of 0.012 in. (12 mils). Place short-term markings in proper alignment with the location of the final pavement markings. Remove and replace short-term markings not in alignment at the Contractor's expense. For removable placements, use of raised pavement markers to simulate longitudinal markings is at the Contractor's option. Use side -by -side raised pavement markers to simulate longitudinal lines wider than 4 in. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. Item 662 - 1 S. Marking Removal. Remove markings that conflict with succeeding markings in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers." Remove short-term markings that interfere or conflict with final marking placement immediately before placing final pavement markings, unless otherwise directed. Remove the remainder of the short-term markings before final acceptance. Leave as little evidence as possible of the marking when removing marking materials. C. Performance Requirements. All markings must be visible from a distance of at least 300 ft. in daylight conditions and from a distance of at least 160 ft. in nighttime conditions, illuminated by automobile low -beam headlight. Determine visibility distances using an automobile traveling on the roadway under dry conditions. Maintain the markings for 30 calendar days after installation. The end of the 30-day maintenance period does not relieve the contractor from the performance deficiencies requiring corrective action identified during the 30- day period. If markings fail to meet the requirements of this Item during the 30-day period, remove and replace them at the Contractor's expense. The 30-calendar day performance requirement will begin again after replacement of the markings. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. The markings must exhibit uniform retroreflective characteristics. Item 662 - 2 ITEM 668 PREFABRICATED PAVEMENT MARKINGS 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS-8240, "Permanent Prefabricated Pavement Markings." Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than I in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement -marking materials between September 30 and March I unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1-ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60°F or above 120°F. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer's instructions, unless otherwise directed. In addition to the manufacturer's instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast -clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. t..Y 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex-828-B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor's expense. Replace failing markings within 30 days of notification. Item 668 - 1 ITEM 672 RAISED PAVEMENT MARKERS 672.1. Description. Furnish and install raised pavement markers. 672.2. Materials. A. Markers. Furnish raised pavement markers meeting the requirements of the following Department Material Specifications: • Jiggle Bar Tile. DMS-4100, "Jiggle Bar Tile," types I -A, II -A -A, W, and Y. • Reflectorized Pavement Markers. DMS-4200, "Pavement Markers (Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. • Traffic Buttons. DMS-4300, "Traffic Buttons," types I -A, I-C, I-R, II -A -A, II-C-R, W, and Y. Round or oval unless otherwise specified in the plans. • Plowable Reflectorized Pavement Markers. DMS-4210, "Pavement Markers (Plowable Reflectorized)," types I -A, I-C, I-R, II -A -A, and II-C-R. The following are descriptions for each type of raised pavement marker: • Type I -A. Type I -A must contain an approach face that retro-reflects amber light. The body, other than the retro-reflective face must be yellow. • Type I-C. Type I-C must contain an approach face that retro-reflects white light. The body, other than the retro-reflective face must be white or silver -white. • Type I-R. Type 1-R must contain a trailing face that retro-reflects red light. The body, other than the retro- reflective face must be white or silver -white. • Type II -A -A. Type II -A -A must contain two retro-reflective faces (approach and trailing) each that retro- reflect amber light. The body, other than the retro-reflective faces, must be yellow. • Type II-C-R. Type II-C-R must contain two retro-reflective faces, an approach face that retro-reflects white light and a trailing face that retro-reflects red light. The body, other than the retro-reflective faces, must be white or silver -white. • Type W. Type W has a white body and no reflective faces. • Type Y. Type Y has a yellow body and no reflective faces. ' B. Adhesives. Furnish adhesives that conform to the following requirements: • DMS-6100, "Epoxies and Adhesives." • DMS-6130, "Bituminous Adhesive for Pavement Markers." C. Sampling. The Engineer will sample in accordance with Tex-729-I. 672.3. Construction. Remove existing raised pavement markers in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Furnish raised pavement markers for each class from the same manufacturer. Place raised pavement markers on the new asphaltic concrete surface or surface treatment only after the new surface has aged at least 14 days. When shown on the plans, prepare all surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings." Ensure that the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. Establish pavement marking guides to mark the lateral location of raised pavement markers as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place raised pavement markers in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove raised pavement markers placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor's expense, in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Item 672 - 1 0 Use the following adhesive materials for placement of raised pavement markers unless otherwise shown on the plans: • epoxy adhesive for plowable reflectorized pavement markers. • bituminous adhesive for jiggle bar tile; reflectorized pavement markers described in DMS-4200, "Pavement Markers (Reflectorized)'; and traffic buttons on bituminous pavements. • epoxy adhesive for jiggle bar tile, reflectorized pavement markers described in DMS-4200, and traffic buttons on hydraulic cement concrete pavements. Apply adhesives in sufficient quantity to: • ensure that 100% of the bonding area of raised pavement markers is in contact with the adhesive, and • ensure that raised pavement markers, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer's recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and raised pavement marker temperature are 40°F or higher. Do not heat bituminous adhesive above 400°F. Agitate bituminous adhesive to ensure even heat distribution. Machine -mix epoxy adhesive. Furnish raised pavement markers free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect the adhesive bond. Place raised pavement markers immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the fiinctional retro-reflectivity of the raised pavement markers. 9 Item 672 - 2 11■ s■ lm �i� of bock TEXAS PAVING IMPROVEMENTS 34TH STREET INDIANA AVENUE TO AVENUE Q PROJECT NO.92217 ITB# 12-10387-MA MAYOR CITY MANAGER TOM MARTIN LEE ANN DUMBAULD CITY COUNCIL VICTOR HERNANDEZ DISTRICT 1 FLOYD PRICE DISTRICT 2 TODD KLEIN DISTRICT 3 PAUL BEANE DISTRICT 4 KAREN GIBSON DISTRICT 5 JIM GILBREATH DISTRICT 6 NOVEMBER 2011 CHIEF OPERATIONS OFFICER MARSHA REED, P.E. Ir w a 0 0 1"00 d! ti w+o + J J =�T{nnini a HUGO REED AND ASSOCIATES, wc. GrnmKanG,�+l, oac. ��� city of lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O Is= 13TH smEEr LUBsom TEXAS 79401 • ���Tttfi COVER SHEET 34TH STREET 001 1 2 3 4 1 5 LOCATION MAP SHEET INDEX NOT TO SCALE '_ 7 L.�,I,I� ^',Ty^��'�1• Ti jt�_ '{J� DESCRIPTION O ( `�� { .L% '�1� •.J 1�� �-�•�` `� -� I M2ATION ER SHEET - . %.�' MAP AND SHEET INDEX N CONTROL (j—I'` N ENT DATA ICALSEC710N4a%ISTI IGAL SECTIONIs IPROPI L OVAL LAYOUOUANTTS OVAL OUANTITIES N XISTWG DRIVEMAY UIFORMATOH TABLE �_~ �9 A \ t • . —•r� •ice,'= . 6 NKFIC CONTROL GENERAL NOTES RAFFIC CONTROL PLAN NIESTOW -A- -R�"'ZtiT'O •, .a i ice} W 7 •�^`� /` 24•3O RAFFIC CONTROL PLAN MLESTONE'W •-a; r, -^ 31-36 RAFFIC CONTROL PLAN MILESTONE "C" I" —" f Z 4TH STREET I 1 �_.\ l ' T❑' J 3TN2 RAFFI000NTROL PLAN MLESTONE'W `• , - �; (�tt "T 'j, 43-52 RAFFIC CONTROL ACCESS POINTS -'� ••A''"'�,_ �,• C I ,..t ,'7 �.. `#'/2 `'- '� w" 53-62 &P SHEETS \�-' �._ .I ;/` ':�-' .`},�L rl\ I. R '• j `T IT ^_. 63 P&P SHUT OUANTITIES . L'•`<��— •�� 1•-•�•-'� �' W-67 WTERSECTION LAYOUTS c t` - zt 9TIi STRREET — `" " _ Y i k. 62-e3 DR7VEMAY DFORNATION TABLE j-� STA 303+90.81� ea90 MAY DETNLs END PROJECT 97 AREA MAP 92 DATA TAB E 9397 UIONATIDN LAYOUT 5 7 _ _ ti �y.�J ,•'\ti �' 9e IMWATION OUANTITIES E�E+��•. .+I ` �... 99•tel Ts LAYOUTS 34TH STREET :. ! ✓,.. _ _ < y� 104 TS OUANTITIEs STA +0 39 105-t1e UMtHATION DETAILS 03ASE BD 7L ALTEWIATE 21 n6-120 —BEGIN P OJECT AND PAVEMENT MARKINGS W w• � L 121•R2 L slcn stPwx+r =A^)--'�_'T"^�. I- 123.127 L SIGN STANDARDS — 0 H S R W T I aa-im AVEIENT NAMING STANDARDS EL' • W > I{�-}��... ii" ,' y'�'�"! 1 ^'1i�-'I' 13z-733 LAMING LOT MODrICAT10N LAYOUTS W Z Q .Q Z}:,4 - j i�•�-v"�� 1N-13e XISTWG UTILITIES ,L L. LLI -•7 _ �r� 3!\' 139.75e &D NWOSCAPE PLAN Y'3+\•-uj > L� > Z I +I— -1 I59•t76 TERNATE 1 HARDSCAPE PLAN .:_ Q --r - � Qr '�'t— �.� /79 AE OUANTITIES > >-'- 160•1et DEUALK CONSTRUCTION DETAILS 9 p tee-le6 tN7P YII .AI RI { 4. LT ` 9TH - 7 I ifl_ ��.,J114THS�TRLETI t 1 1 2 3 1 4 1 5 m W IL O O 109c) 06 CD a3t6 ' J .� J n/77/17 Y EL a flf. city of ubbock TE%AS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1625 10TH STREET LUSSOCK. TEXAS 70*01 SHEET INDEX 34TH STREET 002 r—� r 7 r—� i— �� r--� L r—� r^1 _ - _, __: 1 2 13 4 5 �� Tom` �`.'�' yF �' h"�i."ti� r' �"1 ! `� 4"ww� 1 �� F r" �'•.t ` . r 5'w.,. ''i �.wX'�' � � 1 i a a J ;';q. � :&Read a �t •, .,+ � sit • "j"8 4 i 1111 { {x to r,� K •a'.ir µ �,,, i k � w•k � r �b-^33 S� q µ k` ,t^�71+3 'f a •, : V,4 �ii"'+'�. t y •'4+' P',, v kt..a, '' � �.t R1i LL`%tiw 4Jt e• 4 . M'R II n., P y P i 4 Rut ;'.. t tY,y a. t� rcys kY 'w l C 'fiti'iN±�',+R nsa i �",� <TI( a tt •s,...aa,; T.,?.„a^ 1 ,.. ��1i.. ��91k x?�ti�'Rr $pi'' ^ 4 g l Y f •xM� L ` .. i�rkt!"il"� '�. +e'•,:d�[xR . ,.« >.FA ..tw..• ,.. ,.�P3r. `,_. )�..: , 8 WTCS% SEE THE FOLLOF'WO r1ELD BOOKS FOR LEVEL LO PS ON PERMANENT CONTROL NONUWNTS 1-I5: H39, Pp.4-0 aCCRS %) ICxAS COOROVIAIE SYSICH. NONI" S ALL CLLVAiKlS ARE NAND % CdITRACTOR TO VERIFY CONTROL POINTS PRIOR DE01191M CONSTRICTION AAD REPORT ANY CESCREPENCIES TO THE ENGINEER F Y LS 1 2 3 5 N•Jt1UKNT f wRTMIw In EAsrwD Ixl a[vxrla 121 DESCRIPTIONCONTR0. POINT AUNO[R GP]4TMD01 /268129.9T 948831.t0 3200.94 A�UMRNM p15K SCf IN CONCRETE CVRB CP34THOOS ?26T%8.W 9489Gq.5G JIn.70 AwUNUtNM DISK SET Iv COVCXETE CtFaB CPJ4TM003 Tib61N.b> 943284.34 321L38 ALVMRNN DISK SET IN CPNCREiE CVRB CP]41M004 T26803).g3 94485653 ]S0.J5 A.VMKNM DISK SET IV CONCRETE GVR0 FB CP74THCO3 T26815925 94)599-02 72t5.S1 RU"ItNN DISK SET IN CONCRETE CWD ALL COORDINATE VALUES ME RELATIVE TO N10 83 GP)4Tn008 T268StS.b 94295L33 3216.SS ALUMINUM DISK SET ry CONCRETE CURB CPSx TH007 tt6020S.91 942i52.58 32%.61 k.UMINUM DISK SET IY CONCRETE CURB CENTRAL =ONE CF34IIR10B r2fBfi9.13 911310.2f N%.30 ADMINUH DI5N SCi IN COVCFMIC GURfl CPS<TN009 T268)D4.% 440835.45 321T.OB A;.DMINUM DISK SET IN CONCRETE CURB CPN TH010 T26BaT7.94 939999.10 ]218.56 ALUMINUM DISK SET IV CONCRETE CURD CPNTMOtI T268J3)AO 939368.70 3219.R ALUNONN DISK SET IN CONCRETE CURB Ci+)4TH012 T268223.OT 9)86T5.02 3222.13 A:UMINUH DISK SET IN CONCRETE CURB CP34TnOR T268343.T6 938054.44 )224b0 ALUMINUM OIbK" SET 1V CONCRETE CURB GPS4iMp1q T26B240.)3 9]T]ST.49 3220.T3 ALUMINUM D19N SET IN CONCRETE CURB CPSATMOb f28D14S.8A 93b63S.83 323UT k.UMIfA:N DISK` SET IN CONCRETE CURB U � Z W W � V s � U � O F 0 4313t' � p fl'ut' b«ock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 3626 13TM 8TAHE7' LUBBOCK, TEXAS 79401 f !OM SRKLf HORIZONTAL AND VERTICAL CONTROL 003 U � Z W W � V s � U � O F 0 4313t' � p fl'ut' b«ock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 3626 13TM 8TAHE7' LUBBOCK, TEXAS 79401 f !OM SRKLf HORIZONTAL AND VERTICAL CONTROL 003 b«ock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 3626 13TM 8TAHE7' LUBBOCK, TEXAS 79401 f !OM SRKLf HORIZONTAL AND VERTICAL CONTROL 003 34TH STREET ALIGNMENT OATA 0"1.*q .mr m 3-m OeaMb. .......�..�..�........... P.M 3.Om x 927.W436 T 72"A6029 SW 50.0600 Cw kn U001 W 340M S W Wr QAr E OW LMLM P.M 3 002 x 935A02.72 r 7266315." SW 66.4336 C- k- UM W 34003 S W Or 3LOr E DIM 606.9 Pe.N 34003 x 93LUT.T. r T26L33f23 SW 204.4L66 Mvr 1.a. U003 W 340M S 9" O6. OS.fP E Dit D P.W 34004 x 53MOTAT T 7265-366 57. 206,09m C v k. 34004 W UM S W Wr 245" E DW 2.04U1 Petit 340M x 916A07A4 r 726LmJ6 SW 22N50A0 Carts k. 34WS W 340M S W 6.4LG4" E OW 50.00 7'eW 34006 x SSOAVA2 r 72662"Al SW 227-OLM Cam k- 34006 W 3400? S W 6'1246" E OW L200A0 P..1134007 Y WA5740 r 12612ma S. 239V6A0 Carts 6m N4WJ W 34000 5 W 4•4d0" C 0W 4s0.00 P.3.13.906 x 940306AG r 726G2N.73 Sa 243•3ODO Can. tr MM W 300 S W 10•QArE Wi 550A0 Pots 34005 x 94%omm T 72666727 a. 249-OOM Carr 4m 34M W 3406 S GO' 6. 354r E OW mom PW 3400 x 944OL55 T 7266154.27 SW 250-0OA0 Carr 1� 3406 W 3400 S W Wr QAr E DIN 4.50.00 PW 3.00 x "%GNJ3 1 72GLrmm SW 2N'50m Car.. bm 34001. 3409 S W N' 0646" E 0M 50M P.M 340Q x 944656.30 r TJGGJTL36 SW 255-0600 Car.. 1. 340Q W 3400 S W IVILW I OW 33LN MW 3400 x NtMl.?2 r 7266167.T6 TW 256.3UG Car.. tr 3400 1. 310N 3 W .TTQAVC 01. 36L92 PW NON x 942355.0 r 726666m SW 2G2.WA0 C. bm 1. W 340D S W Sr57.1r E OW == P.M NOD x 242.455AIr 1266W.N Ste 263.0000 C.en. ks 3406 W 3406 S W IV 12AV E Did L900M " 3406 x 94.35.34 r 72604tl34 SW 2GS44AO earn I- um W 34mT s W s 3L7r E Di1 mm P.W 34OU x 9..,454A9 T 726649033 SW 203-OLOO Carr tr 3407 1. 3406 S W 10'12.W E OW"QM P.4 3406 x N5A5.m 7 7.26607631 S. 229.OLOO Ca Um UM W 3400 S W 2r RATE OW mm P.W 3400 x 94SJ5 3M r 7266A6733 SW 290.G0.00 Carr Oa. 3406 W 34=0 S W We.W I OW %3"M P.m 34 x 546=7Y' Y 726GA23A1 SW M-13M Ce 4m 34020 W 34M S Sr Of 4U4" E Oit N746 POW 34021 x 9"Ar..3 T 7266063T SW 305.2166 Ce 1. 34M W 34OU S W 10• D.K" E OW 3.73944 POW 3,4072 x 25610A6 r 7267A9322 SW 3424320 0.*4 CO.% m 3.7N sao�Plin Ir w IL 0 0 IRIC-) 0d a fl'u"�bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 12TH STREET LUBBOCK. TOMS 79401 ALIGNMENT DATA 34TH STREET �� �� �� --� �� �� �, ^, SCTir ro LK ro .a ss 1 1 4N I t t a ONTER _ 0.�10 a OVftpl�`f1 EXISTING 34TH STREET NTS A•.TM TRON STA 206.0TDO To STR 2004r.H Sv00i1K so[ Nac TCSi LOG7RM am Sf K%TiRw OESMWTIO I 1 207.30 711 X Ag i-t err CbM SeW 2 212-03 0' I' A90" i— CbM Semi 3 220.30 Y LT ' AIOA — Cb," $u A 225-00 W RT 'AWWt i—Cb2AT Sete S 235.15 0' ' Ak b e Cb"y Semi 6 244-05 24•RT 'Ay1W1O Ob Semi T xs1 w 0' ' AAMA — Cbemi p S 0 236.25 G' LT - ow.. — cbm sw 9 M2-OS G• L7 - AApxxA — S-ft cw 10 210 25 0• W Akp — Cbrq Semi N 2TSM6 0' . "— o.Ar Semi 12 263.5 0' ' A�aeA owT SarY G ZWMO 0' ' AToxax erAr SAnat Cy M 2%•M Y lT � AT0b11 wAr SaMT C47 6 ]OS.M 21• R7 ' AApIgA O.Sr Cb/AT Semi bRSTm CfoTCCNiRCx. a11Ox[PRC Si1CT 15 AVAaIaa ISMS, IC"W � I jym1cs xaT TG 52 W I LO TO f I v v t v 1 3. T s0c� O 10 3 i 1 1 �►�� t t ! Ct310 a GITRR CURD a L SI W^x 90M1 su co mDATA RT s[c e DATA EXISTING 34TH STREET CLM 2AO, NTS rROH STA M4T.S4 TO STA 256.2610 TRON STA 259mi T6 To STA 303.06116 OMT URVtft" AVE" rE=CTKN STA 256-M0 To STA 2S4l0.Ta 2 W IL g U .. �� Wy J S 2 a fl'u'tbcity& TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET' INDIANA AVE TO AVE O TS= 33TH STREET LUSSOM TEXAS 79401 gar w,x Nix fR1R y :t o eg aac mc� vATm fom a TbLN EXISTING TYPICAL SECTIONS 34TH STREET 005 9■ ! VARIES r!'. 52 I VARIES .Y - 45' SUEWLK r VARIES a- &5• v rr- OW rr VARIES Ir. Md r OS r SOEVALR v LAE I I POTOSEO O nx fROit[ It I SEE BEET S n1OOSW ORTER * V VARIESVAigS Os cWty LP PROPOSED 34TH STREET sa .., A MS SEE RN1 L P11Rlt 111p1 STA ML4)3) TO STA 2011y1N L TIDf1 AO V�p Ml .m I Y VARIES 4r- I VARIES 3r-50• .Is FOOT STA 20N TO STA SO�0000 T'ROI STA 2A.5 SAO To STA 253-OLOO 1001 STA 2114-" 10 STA )03.)536 MOTES SEE 5EEMAR LAYOUT FOR SIOEVAx UMTS. TYPE. AND umss ays. ►AYE)EM SLOPE 9qW m PI -I AO MWLC SKEM S2- COPACTTO Mwr.w nRCTOO VARIES SY TO 49W S<ICVIIR 2' V r IT 7 rr VARIES ON- wS r 9avAM VARIESiLAK LARE v 1 1 �jh 1 1 PRO-= artTER � sa VEEI . `� rRaosm cull � PRmOfLO LP «TL,s VARIES/ VARESO LP PROPOSED STREET34TH STREET MTs FROM STA 25540A TO STA 256.26sO FROM STA 21"MO 10 STA 256{0.ri NO OOMSTIOIC"" fMM STA 250MS.ri TO STA M-WA WTE GREATER T Y6."ETLn r I- —r— I / \ I � vim^' � •I \ a —rlS�• R` ( RL RbET A A )[AUT \ / ac, SPACm ON \ mm ILAE CENTERS. VOOm "'PLACE WSET R ty of fl'.f'**b8o&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA, AVE TO AVE O T ISM 13TH STABET W BBOC (. TEXAS 71401 arn� PROPOSED TYPICAL SECTIONS 34TH STREET SHEET 7 OF 2 006 2 1 3 4 5 D c %WX 2- ON OS' r 7.5 r LAIC LANE IM LAW Lmc LAW WALLEL. PAIMW ICS PRO"090 to RKS LAlOO- CLM VA Or cm PRQRMQ 34TH STREET—'�:—SM MT A SCUE WSET 6—�7� MS POOROSCO to LEO FROM STA 264LOO TO Su 217C" Or cum "OM SEE SIDEW" LAMT FM S"W" L"M TYPE. AM 13 G7UT CAM SLOPE. PAWEWJIT SLOPE S"MM OR PLAk im PROFLE SCETS. v ca-MIM -7i I wwco PROclaw WELDED WIRE PC94 MKT A INSET R MODWIM PROCTOM 4 1 EC uj IL 0 0 Inso ad city of fl'ub 6 & k TEXAS CITY OF LUBBOCK PAVING 34TH STREET INDIANA AVE TO AVE 0 1625 13TH LUS804CMK. TME" 79401 PROPOSED TYPICAL SECTIONS 34TH STREET SHEET 2 OF 2 007 f� h$ /MJ/ANA ACE /Mi/AW AV1' I I a x " O �s i rk` a j x x I NARTFGWD A NARTFLWO AV, �Am CH LINE STA 214+00.00 rn - 0000000 q1 Ail un A Ail 1, D a-z-p— 1!1L fat € 61IIIII '01 '0 le, ° 5 �IT oe 1 W a W I! r_ j, tr % �. OD a C li(c y it' CD Qz PARKHILL SMITH & COOPER 2A ;:92a 33� MATU R /NT W AYE e-a y F pan' #.ZrrOV AYES ' � a n �!-j 9 v �Q +00.00 i4 FL IN,- AYE ST A�247+00.00 d N r A m �Arn LINE STA 236+00.00 0000000 fly f � 1gVA z A rn �, - � ; I I 11 all fiatg £w':51 ' 1 9 Cyy Z1DJO 41W us•� PARKHILL SMITH &COOPER ■ MATCH LINE STA 258+00.00 I UN/VERS/lY AY£ MATCH LINE STA 247+00.00 11, 99 s u 99 otj . s • ACROV AVE J VGC. it iu UN/✓ERS/lY AV£ _ m � � � N z CH LINE STA 2 8+00.00 if E 4 r A 5Ln g _z pot Z VO o�Z� zoo' IM Us moo PARKHILL SMITH &COOPER W 1 MATCH LINE STA 280+00.00 4� a ti u 8 ` AW V 3 � s L 1 MATCH LI aFt' s as 0 TA 269+00.00 O» null �l` u •I,` :} �+ 9 ' ' ------ MATCH LINE STA 291+00.00 N _ AT CH LINE STA 2 0+00.00 Ao ; it nit Ill i g ' z 001 - 0000000 ; a IRS s � �� I Jill, Ln �- R p� PARKHILL SMITH & COOPER 1 MATCH LINE STA 302+00.00 �g•�. x a tl a MATCH LINE STA 291+00.00 gm 901 A; AYE S AYES..\ i$_ u 1 A AYS 4h .j \" Ci `g -------•— --- E VA 3V+00.90 _ M N TCH LINE STA 3 Z OO C) O (9 G)G) 2+00.00 F g g A g9yyy �I IAN WW � � RI I I aloe w � I I � "' il�• ,,{" i yy r + S ay; `s�o � 5 zo Aift O ro o „ PARKHILL SMITH & COOPER WWODO V RUNS'1'IIHMUM f ti • +m Utf >O a 0 jug Ua ? it(, j l0 F is :I■ Driveway Pont A Pont 8 Number station Offset station Offset E1 205.97.98 -52.00 206+31.89 -52.20 E2 206+7&50 -52.30 207+08.68 -52.34 ES 207+99.77 -52.47 208-25-M -51.16 E4 208+42.81 -49.84 208.77.52 -47.17 ES 209+29.18 -46.71 209-56.67 -46,45 E6 210+53.27 -45.07 210.75.74 -45.07 E7 210.81.65 -45.07 211.01.70 -45.07 E8 212+56AD -45.45 212+90.67 -45.25 E9 213+29.63 -45.24 213+64.52 -4523 E10 213,94.33 -45.22 214.19.40 -45.22 Ell 214+49.32 -4521 214-65.92 -45.21 E12 215.29.61 -45.20 15.59.13 -45.19 E13 215,90.02 -45.19 216+21.11 -45.18 EI4 216+49.10 -45.17 216+80.13 -45.17 E15 216+89.73 -45.17 217+09.40 -45.16 E76 217+62.13 -45.15 217,78.97 -45.15 E17 220+09.t2 -45.09 220+29.73 -45.09 E18 221+17.96 -45.08 221+41.04 -45.08 E19 221+69.28 -45.08 221+95.61 -45.08 E20 222+24.75 -45A8 222.48.99 -45.08 E21 222.78.90 -45.07 223+21.03 45.07 E22 223+48.77 -45.07 223+82.13 -45A7 E23 224+18.97 -45.07 224.49.01 -45.06 E24 224+49.01 -45.06 225+02.30 -45.06 E25 225+63.07 -80.56 225-63.15 -62XI E26 226+39.74 -45.13 226+67.08 -45.09 E27 226+97.64 -45.00 227+24.99 -44.99 E28 227+55.95 -44.99 227+8&59 -44.98 E29 228+D9.89 -44.97 228+33.70 -44.97 E30 228+8434 -44.96 229+04.13 -44.95 E31 229+37.78 -44.95 229+57.93 -44.94 E32 229+85.03 -44.94 230+25.12 -44.93 E33 230+38.35 -44.93 230-77.58 -44.92 E34 231-2038 -44.91 231+58.09 -44.90 E35 231+70.56 -52.00 231+70.56 -80.00 E36 232+11.65 -90.00 232+11.65 -52.DO E37 234.09.90 -45.22 234.39.02 -4521 E38 237+02.98 -45.15 237-32.95 -45.15 E39 238-38.27 -45.12 238+75.75 -45.11 E40 241+49.87 -42A5 241-8420 -42.53 E41 242+49.13 -41.94 242+80.84 -41.65 E42 243.28.03 -4 L59 245+57.75 -41.01 E43 244+51.12 -40.83 244+70.02 -40.82 E44 24502.53 -40.81 245.63.30 -40.80 E45 245+70.61 -40.80 246+t0.02 -40.80 E46 247+81.27 -40.76 248+17.38 -40.75 E47 249+46.54 -40.60 249+79.59 -40.61 E48 249-92.18 -40.47 250+14.66 -40.44 E49 250+30.42 -40.44 250+5029 -40.44 E50 250+60.03 -40.43 250+92.09 -40.43 E51 251+50.85 -40.42 251+8035 -40.41 Driveway Point A Pont 8 Number station Offset station Offset E52 252+36.61 -67.13 252,36.61 -40.33 E53 252+62.00 -40.34 253-01.53 -40.37 E54 253+20.61 -4038 253+49.26 -40.40 E55 254+42.81 -40.05 254+66.43 -39.66 E56 1 255+02.47 -40.49 255+52.62 -40.49 E57 259.95.32 -41.40 263+26.58 -41.40 E58 262+81.87 -41.07 263+18.01 -41.00 E59 263+78.29 -39.89 264+75.35 -39.93 E60 265-02.92 -39.94 265+4423 -39.96 E61 266.1129 -39.98 266+6324 -40.01 E62 266+8821 -40.02 267+23.48 -40.03 E63 267+4353 -40.53 267+78.73 -40.06 E64 267+83.20 -4526 267+8321 -76A9 E65 268.33.20 -78.03 268.33.19 -56.03 E66 269+36.26 -40.13 269+65.48 -4034 E67 269+BL73 -40.53 270-01.56 -4021 E68 270+41.85 -40.36 270.61.66 -40.34 E69 270+92.64 -40.30 271.12.71 -40.41 E70 271+3&38 -40.40 271-67.18 -40.40 E71 1 272+10.56 -4029 272+34.93 -40.26 E72 272+73.33 -4028 272+97.64 -4029 E73 273+16.74 -40.35 273.36.64 -40.35 E74 276+3027 -40.44 276+50.74 -40.45 E75 277+52.49 -40.49 277+79.09 -40.50 E76 277+96.45 -4 L14 278+14.26 -4L14 E77 278+7L11 -4055 279-02.50 -40.56 E78 279+08.54 -40.67 279.28.40 -40.49 E79 279+84.90 -40.77 280+17.03 -40.77 E80 280+40.80 -41.11 290.64.70 -4 1.11 E81 283+11.60 -40.54 283.42.24 -40.55 E82 283,96.68 -40.56 284+3L95 -40.58 E83 286+50.07 -40.65 286-86.13 -40.66 E84 287+87.90 -40.73 288-27.63 -40.78 E85 288+84.33 -40.84 289.23.42 -40.80 E86 290-6025 -40.68 290+80.67 -40.70 E87 291.47.36 -40.72 291.78.01 -40.71 E88 291+94.14 -40.70 292.26.42 -40.69 E89 292+52.06 -40.68 292-81.53 -40.67 E90 293-38.93 -40.65 293+68.07 -40.63 E91 294.39.73 -40.60 294+74.50 -40.59 E92 296+08.33 -40.54 296-46.47 -40.52 E93 296+54.34 j -40.55 j 296-84.78 -40.66 E94 297-09.09 -40.66 297+40.41 -40.60 E95 297+4635 -46.03 297+46.09 -80.80 E96 298-23.93 -41.02 298+43.66 -4 L02 E97 299+05.82 -40.71 299+25.90 -40.62 E98 300.17.39 -40.64 300.44.90 -40.64 E99 300.85.42 -40.64 301+20.88 -40.64 Ef00 302+00.71 -40.64 302+30.92 -40.63 E101 302+85.48 -42.22 305+06.95 -42.29 Driveway Point A Pont 8 Number Station I Offset Station Offset EtO2 205+9723 87.61 205+96.34 58.49 E103 206.11.47 44.14 2069+46.13 44.21 E104 207+19.85 44.72 207+54.47 44.72 E105 207+76.04 44.72 207+96.37 44.72 E106 208+18.41 44.76 208+49.33 44.60 E107 208+70.42 44.64 208+84.41 44.66 E108 209.07.60 44.71 209+32.77 44.76 E109 212+53.11 44.69 212+74.84 44.69 E110 212+96.61 44.69 213+19.50 44.69 E111 213+38.50 44.69 213+63.52 44.69 E112 213+77.73 44.70 213+91.14 44.69 E113 1 214+62.16 44.70 215-22.16 44.70 E114 215.22.16 44.70 215+63.16 44.70 E115 217+80.35 44.71 218+07.03 44.72 E116 218+19.89 44.72 218+39.29 44.72 E117 221.24.31 45.00 221-64.23 45.00 E118 222+96.61 45.00 223+36.21 45.00 E119 225+75.98 1 42.78 226-00.12 42.84 E120 226+60.17 43.02 226+83.10 43.14 E121 227+17.46 43.27 227+4854 43.35 E122 228+33.23 43.35 228+64.40 43.34 E123 228+99.01 43.34 229+28.77 43.34 E124 230+68.27 43.32 231+16.85 43.32 E125 231+16.85 43.32 231+28.77 43.32 E126 232+61.87 44.78 232+98.68 44.81 E127 236+26.40 45.05 236+64.95 45.08 E128 236+92.46 45.10 237+16.12 45.12 E129 237.83.39 45.17 238+09.43 45.18 E130 239.00.00 45.24 239+13.57 45.37 E131 239+53.65 45.74 1 239+83.55 46.02 E132 240+41.44 46.56 240+60.81 46.74 E133 240+74.15 46.87 240+93.28 47.04 E134 245+07.53 49.42 245+28.39 49.41 E135 245+49.58 38.50 245+70.81 38.50 E136 246.09.22 49.41 246+30.08 49.40 E137 046.47.73 3850 246+6621 38.50 E138 246+75.40 38.50 247+09.21 49.40 E139 247+28.30 49.39 247.50.81 49.39 E140 248+33.73 38.50 248+48.04 50 E141 249+27.38 49.45 249+43.68 49 �49.63 E142 250+67.90 49.63 250+82.02 +t o NORTH DRIVEWAY a Driveway Pont A Pont 8 Number station Offset station Offset E143 251,2025 49.63 251+49.94 49.63 E144 252+03.60 52.10 252+03.50 4622 E145 252+73.D9 39.62 253+08.42 39.61 E146 253-37.18 41.00 253+6&92 A1.00 E147 254+09.16 39.60 254+40.43 39.60 E148 254+63.92 40.98 254+89.30 41.01 E149 255+2322 41.02 255+54.71 .41.02 E150 255+74.66 41.02 256+23.78 41.02 E151 263-41.13 40.16 263+71.43 40.15 E152 265+49.81 40.44 265+88.37 40.08 E153 266+10.46 40.07 266+45.44 40.06 E154 266+51.06 40.06 266+9252 40.04 E155 267+03.65E42.69 267+43.33 40.03 E156 267,55.42 267,95.94 40.01 E157 268+23.75 268.52.93 39.99 E158 269+9L37 270+19.06 40.15 E 159 270+68.08 270+95.59 39.91 E%O 27t+92.63 272+25.81 42.69 E161 272+3534 39.86 272+71.12 39.85 E162 272+9L03 39.84 273+40.47 39.83 E163 274+35.81 39.79 274-67.19 39.78 E164 277+84.60 39.67 278+0&37 39.66 E165 278+55.10 39.65 278+85.61 39X4 E166 279+50.82 39.85 279+81.54 39.85 E167 280+52.95 44.48 280.82.78 44.46 E168 281+5039 44.48 281+84.18 44.45 E169 282+1L52 44.34 282+32.45 4436 E170 283.35.58 44.70 283.7725 44.62 E 171 285+50.40 39.99 285.89.04 39.94 E172 287.2L81 39.79 287,52.12 39.76 V73 21i8+07.14 39.70 288+58.16 39.66 E174 288+68.74 39.63 288+83.78 39.61 E175 289+1L95 39.62 289+51.67 39.67 E176 289+57.71 39.73 289+77.99 39.78 E177 290+08.57 4L10 290+29.41 4L10 EVE 292+66.57 42.48 292+86.33 42.48 E179 293.98.51 39.42 294+1537 39.53 E180 294+47.91 39.63 294+77.41 39.63 E 181 295-71,96 39.80 296+01.90 39.85 E182 296.46.82 39.64 296+72.84 39.66 Et83 297+21.58 39.93 297+49.42 39.93 E 1Bq 299430.77 39.79 299+60.48 39.80 E185 299+82.26 39.81 300+03.05 3942 E186 501+67.11 39.02 301+85.38 39.02 E187 302-37.16 39.42 302+77.08 39.40 E188 303+13.51 39.61 303+53.60 39.73 SOUTH DRIVEWAY A B 5 Ir W a 1110 O O 06 Mal N ,..eoeoto J J u/n/n Y EL fl'u6b'b6ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O lam 13TH 6TAEE'f wt7BOCI(G TEXAS 79401 nin 1aa1 w suss EXISTING DRIVEWAY INFORMATION TABLE 34TH STREET 014 1-11m Notice To Proceed 0■ 0m 1 2 S 4 5 6 Menton Approxirtate Range Mull begin Winton Nithin Mull Reach Substantial Conpallon 15C7 Wlthn t4.1 Compels PedeSWW and Lighl+lg her 1 Iocaies Liluilated Owmges it Either c /kin dale is ao nnet A 206.06 to 232.40 5 working days of Notice To Proceed B7 work' dos n9 Y 117 .-king days ^9 Y s3.399.50 per working do 9 Y B 232.40 l0 256.31 5 working dots alter SC o/ Wealon A 62 work s n9 day 112 work' ^9 days f3,399.50 per work" dal p •ng Y C 259+87 l0 261.33 5 waroin Mon fteSC B 38 working days 116 work days 239930 Per working day D 261.33 to 303.92 5 working cloys after Sc Of M9esI— C n9 hat' a tt6 work" don •'9 Y •3.39930 per work' dal •ng Y or rreeached :mtt ieooChedr PILLO SfbalontfolCom *J;m 23,399.50 I s3.39950 working dogs Per dal' i Per day ,taro -A Pedestrian L Lyhlig 117 working days 5[ Lp reocMd;PLL not Schad —•j •.••- 5 days mo ;not •Weston-B SWstaMioICompklion, s3399.50 E 23.3"M _._..._. .. per day t per dy J LO's 4 SC LO's 4 SC cr :rat raoched:Pd1, not reached r 5 days mo Weatone� SWstontal Completbn s3.399- $3,399.50 p•r acy i per day 5 days no• SC • SubstantialConpYlon FC • FinalConpYlkxr PILL • Pedestrian L Lighting Co(Pletion The project is divided into four (4) Weslons. The "Boginninq of Construction" an any given Weston will be defined oe the first day traffic control devices we placed ar traffic and/or bu.;a 9 access is otherwise impeded for construction of that Maslen. Working days will begin being coupled against each Mieslma of the earlier of either the -Beginning of Construction" for u t 114eeton. a the day set brth in Cok— 3 above. Liquidated Damages tLO's) will begin accruing for soon Weston d either conplelian schedule set forth in Caiw s 4 or 5 is not met. Milestones must be constructed catsecutively and singularly. unkas written opprovol is received from the Engineer to proceed otherwise. In my case, the allotted working days set forth b Cosrms 4 and 5 nay not be canbined. Liquidated Damages apply to each nih.ton individually. Time for earl completion of on Weston will not be credited to other M43tanef. Additionally. Fiat Completion (FC) for the entire project. is Wing estobrtsletant of roll new vegetation and demobilization by the Cactraclor. must be reached within 423 working days of the Notice To Pr«eed (NTP). Liquidated Damages in the amount of 74362.50 Per working day wi begin xarwing if Final Conpation is not net within the period of line and will continue to accrue until Find Completion is net. Each Milestone is divided into We. 43) phases. Phase 1 • Soulhe,m t 26.5' of roadway within the Milestone • Southern curb L gutter within the Milestone • Southern driveways and parking lot repair lif epprcaca) within the Milestone Phone 2 • Middle 12' of roadway within the Milestone Phone 3 • Nariherfenoet 26.5' of roadway within the M9n esto • Northern curb L gutter within the Milestone • Northern driveways and Parking bl repair (if oppicoble) within the Mgeslara Phases must be compl tcd consecutively and einubrly. G: 1 Not— for Trnffk• r—l1 1 and Cra•nn�rlinn e...,,•nrnn All of the requirenenls rated below we the responsibility of the Contractor and shoe be satisfied at no additional cost. 1. Contact Fire, Police, EMS, Postal Services, and nearby schools, prior to os traffic shills, 2. Give and document at least 5 business days notice to each property owner LO's if SC `D's k SC r or tenant prior to any changes to the access poiAts offecling the at reotlad:P not reached properties. s3,399.50 i $3,399.50 Per day i Per day 3. Provide direct access with a suitable, all weather surface to each properly I� at as tmas during construction, i era ieocned a. Access to proparl"win mmt be tram 3f ST unless written approval sWvrat to do otherwise is giby each properly onar ar tenantrelying ay om the access point. b. Access points to 3r ST may be shared by properties during construction with written approval by the offecled property owners or tenants. c. Access to parking lots rrwat allow for existing parking stripes to function properly and rnoxinue the resrnber of usable parkin spaces. d. Modification to parkin lots for construction purposes must be returnee to preco nstruction or better conditions upon completion of the Weston. 4. Once a portion of the road in front of o driveway is complete, open the driveway as soon os it is sole to do so. 5. Coordeals wily City of Lubbock Traffic Deportment of east 7 warkin days prior t0 oll traffic shills to allow for traffic signal Tinning adjustments. cc W a IM10 O O LLad 9q/o J ,r r J * Il/11/11 v1 a city of fl'4 ur-**b b 6 & k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1625 13TH STREIrr LUBBOCK, To" 79401 r~ssiiSTiT= ean m TRAFFIC CONTROL PLAN GENERAL NOTES 34TH STREET SHEET 1 OF 1 015 MATCH LINE STA 192+00.00 A'AWt1&IE AVE � KM9XV/LLE AVE I I L I` � I I� 1 f a I �v � I I I 4 i� � ` I a 1 V .42 /ET AVE ja /ET AVE �a MATCH LINE STA 203+00.00 . 1 . m I alIS11/L1E AVE s g 0 2 JAI IM�_ k Mo c�. w O Z ra csz}}}is' �IHz s o L aIISV/LL E AVE • ,4i � g PARKHILL SMITH & COOPER o 1- :;;0 C) C) T GAR 214+00.00 MATCH LINE STA 203+00.00 IAVIAV4 AVE OWY AVE t .0 4 nil �8— Q) a 17 no N 0 IF Q t 7 z //AO?,r/'OW 11AJ?7F6W AVE ---- --------- MATCH LINE STA 214+00.00 z 0 rn AM 1:9 11 ;91 18 Oil Et�o DIS-1 zo ,rcn, m 0,q 'no Q PARKHILL SMITH & COOPER j+ VYPcs I V-4A� I j ROAD CLOSED i 1 I N CD R �I V1 0 O + LEGEND `----•--------------------'—•---- N ® CONSTRUCT W PHASE (GONG) Q O CONSTRUCIW N PREMGUS ---- — — — — — — N >QA M1RIG THIS NLASE . . • TRAFFIC O%AtS ROAD _ NY1TG SIGN T 1RAiIG SIGN CLOSED ..... w ......, w............... iJ NOTE: i2 it Qcc L Twlm OR REMOVE ALL SOLACE AMD PAVEMENT MARIOIC$ TNAT Roao cLosEO � T.,N TRAFFIC GOIIR0. I I TO a. TOO PA SAq T NYRONGS I -1 THRU TRAFFIC eo";30- jL Au TOIP PAVEMENT MATRurS i OR PERMANENT SURTACES SRYL OL SUBMI ED FOR APPRO.'AL YID OL REMMABLE BY NON OEST UCM MEANS. , TO EYSTING PAVEMENT `.Am SARACW 0 ORrvC.AK ARE TO BE SWING 6 TO lE BROKEN AT ILMO IN I I I EACH NTERSEXIM THRU TRAFFIC TAB io B SECTION A -A C'O s nRAT BRUIN RA R TER RTS I I I I xMeYW VACS ARE NOT slow I I i I RMASE I AND VASE 3 N r „p U3T LRf I I I l f (' 1 O IfRCE CL� a SIG x I ? I I! I O M zt Wie I I 4 14 Q! I O RUT c.e• a Ae- 11 OPt ........ sEE BC OT STANDARD sons I I I I M ADv,� ,wr,GGP slue V ; KEYED NOTES — —-------- — --- -- — ! L N '—' —'—' •—"---' — — — ---• O.• TTDLOR TNOKFII (TEIP .•«... -..emu. .,n.°. �';4. ',..r.- ,._ , _rm^�....+^.r_!i- ) Q O O MLOIT SOUO (idP) om smomeN (TEMI) w _ — _. -N — —— i f ^_—_ O ..ESOn) .------- C N• V ,........,.. T[ INTO E.ISTNG ^'s I�� �,. 7n...........: �'� 1 �,.. A ' I •' Es "VI { 1 I i CM,rR AB• s IB- cc w a o O Inlo ad Y4 •rs= N ,% 96310 aQ fl'u4bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBOCK, TEXAS 76401 y.z„ . . TOM a+Ia TRAFFIC CONTROL PLAN PHASE 1 MILESTONE A 34TH STREET SHEET 3 OF 3 ols MATCH LINE STA 214+00.0( GARY APE � cif'•"µ� "� � �`� 1$������ 0 00 L. tA! �UHARlFLWO AV NARIFLWO AIiE MATCH LINE STA 214+00.00 Y 11 f Y N jig agx'€ AFJ €1 Z Z €;R a . .l OgDA CJU Zo Aft 5D5 r 0-1 3 r 1= NT 1gCp PARKHILL SMITH &COOPER ------------ ....... ......... . .. .... .... ..... . .... ... .. rM-3-251 WIT Fort no"WoElmon* 'TIM *a" x a- ... ............. 7177 ------------- 0 0 0 0 LEGEND ,v sam CONSTR= NG PKA% (cola) <o coNsTRucim N PREw -As= TCW PA%IK NG PHASE MOM Dft-4 , — - — W K �TM SAWWADE TK m w"K" Tx: Wo cmm:;_v Iowa- = r-rm __ ........... L) NOTE: Wvc. M REW4 A 20NAGE AVEWNT MARWPM NAT Furucr ON ItAfM CDNTR PlAll Z RAP AVEL"T W&V0= SW co-fty ON DqW-07 STAMDAM I ALL TEW PAVOONT Y 0= OB PER..Kk %WAM WALL 2)0.ff= FOR APPROM Am BE RMOVADU By WON mokxTK Lelm& CENTER OWL LEFT %ft uwE STRFnC 15 TO BE 8004M AT -wksrTcro. SFCTe A -A .T 41ST 8C PRO.= o pwx 3 L ma KRU RUw9 T .2R 14 4r X AS- voo" X r5W FT op-c 3rx .................... —.2.0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . ...... .... - — - — - — - — - — - — - — - — - — - — - — - — - — - — - - ... . ......... .. 17 KEYED NOTES: (s)., xu.orr a"Ke. (awl @ cr RE OKnN (TEMP) (E) 24' r.W 5MV (%MP) rc w (L 0 0 Inlo ad flbb6. cio&ty of 'u'; TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I= 13TH STREET LUBSOCZ, TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 2 MILESTONE A 34TH STREET SHEET 2 OF 2 020 - - -- -_-_- - - - -- -_-_ 0 ■ MATCH LINE STA 192+00.00 f KNQ,I'V/((E AVE Ar"V/((E AVE _ .a /ET AVE E �®XWf W MATCH LINE STA 203+00.00 O D D D 0 m AA Ao I l I I � i I �f �I yl l 1 i I i i j s fg 16VISV/( ( E AVE I I I I f I � I I I j L � � I i I f I f j 1 L� I I f I j I j I _ I i MATCH LINE STA 192+00.00 = Y rl rl 0 Z AR` i �?4 I Oil al I I I 1 1 COW C),!;� a 1�I mno S PARKHILL SMITH &COOPER �l m TiiuBLG\ ROAD CLOSED TO THRU TRAFFIC Ww — - — - — - — - — - — - — - — - — - — - — — - — - — - — - — - — - — - — — - — - — - — — - — - — - — -- N ROAD CLOSED 4r X + A LEGEND IpII L 1K�1KEEPv KEEP 3M"3vRUT b FGHT w- x 24- r X 24' 0WTCD SMWE W u%nc.rLIK WCARli I I b *% I t 0 0ftr4VAYS NX 70 BE RATER &QW&CADC CD*LCTCD N MAX 3 ,FrTtON A ws I F ROAD CLOSED TO ITHRU TRAFFIJC ph-. x 3r ---W-R-O-A-D77 UM rx TILV/IC news A -4. TRAM p" WAFM SGN NOTE: 1. CDKR OR REUM AU 904A= NO PAVDWDff "bo" 11 AT co.%cT WN ?RArm ca.?m Wl--. L Tc1 rAKYO.TrA0r1iE TpH cmft, .,m saLm)-w st-ow& TW PAICC.l YMtlYIQi av PDa"m RwAm 21 eE 2x"rzm MR AM is ADXTl.KC *Y.W OESVI1CTY4 NEEAft CDiMR COAL LCrT Aft LANE SW~ 6 TO K ORMU AT EACH . 51 oWK"Y W. . "I(A SAWA= ART W 9x1PR BUT -W K PAN= PKAZ I AhD PHM 3 We 7MLO. ma. (xiv) O 4* ,GLOB 5= (TEW) Op 4. "m you cm-m 24. —ic S= (XW) n cc Lu (L 0 0 I() ca city of lubbock CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUBBOCK, TEXAS 79401 V TRAFFIC CONTROL PLAN PHASE 3 MILESTONE A 34TH STREET SHEET 2 OF 3 022 t AN [ON ROAD CLOSED L + ADJUST SIGNAGE AHO aARs4CMXS AS WCESSQRY TO �OR T CONSTRUCTION, STALE TO CON$TftCTCN TO ALLOW THRU TRAFFIC =ss FROM s11USNESSm" WHEN POSSOLC. SIDEROAD CLOSED I -T + 7 i I flTO THRU TRAFFIC i ROAD cs� c� C OSED RO D ...... + CLOSED + A 4 sr LEGEND (D — C14 NEI= r—A - — - — - — - — - — - — — - — - — - — - - - N NNIN CONSTRUCT THtS PHASE (CONQ PKMCA - - — - — - — - — - — - — - PHASE(S) TOo PA%m im PHASE 47 7, U) TRAFFIC DRu.S 77 — - — - — - — - — - — - — - — - — - — - — - — - uj -To z TVPE 0 BARRICADE tA TRAffsC ROW TwArnc sKm ✓ C—) < NOTE: < 1. COVIDI OR REMOVE Au� SWNW r sill"" AND PAVEMENT WAAsDNCS THAT CONFUPCT Miss IRLNFIX COMIROL PW 2. TOP PAVEMENT MARODMIRS SMALL COMPLY "im •AND 4-Ts 01 CsOMSTf=Tl0M 111, ORK.AYS ARC TO K CO.R.ETED N P_SE 3 M,,ER ,"Ca 1+ 4% = t Ps BCCQ�-W STANDARD 3. ALL TCUP PAVEUDIT MARKsMCS ON PERMANEN SURTACES SHALL FOR APPROM AND K ROAWAKC " NON oEswApcw MEAN& U., TURN, LAME A CONSTRUCTED a P=REmm PHASE SECTION A -A SVWW 6 TO K OROKEN AT His EACH IN7ERICTC11011 5. OR'~ llssl� . MATOR BARRICADES AMC NOT SHONM BUT MUST at PROMOM N PHASE I AND PHASE 3 AW m CD CR LEFT O Or x 4r OP-C + to C T .00 EXISTING `x STmPsNG KEYED NOTES: ---------- ouxm (mw) - =7 -'-, 77- (D e YOU (D ., TDJ.QW SoumD (mo) 245� @ 4' —TE SO110 STEW — - — - — - OD — - — - — - — - -N — - — - — - — - — - — - — - — - — - — - — — - — - — - — - — - — - — - — - — - WE K-07 STANDARD SHEETS root PLAcewin or LLJ — — — — — — ADVANCED WARMHO SIGNS 4' —Z 1101010D. CXUP) z Q 2e -M SQUID (TW) ---- ------------------- Lis < ii/lips y tr IL city of fl'u"tbo6k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 16" 13TH Lusoom TEXAS 70401 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE A 34TH STREET SHEET 3 OF 3 MATCH LINE STA 258+00.00 j1N1WRS17-r AYEr. �,AD—UD WAR" PGK — - — - — - — - — - — MATCH STA 247+00.00 ' L IT. AM A VF - — - — - — - — - — - — - — - — F Aor,90V AYE is AYE .r T t L APEX r 11N1W,951Tr AYE q § MATCH LINE STA 258+00.00 (D @ 8 E);K rn 0 M 1 0 1111 ip 1911" fill m m M 2 1 4ft .00 'o 0 L 0 ude. N C) 0 Or 4 m 0 m 07' PARKHILL SMITH &COOPER I 1 i I 1 i I I 1 I i I N 1 i 1 Z � SCC BCb7 EOMIO SKCTS Tm'LAceTEOFI AwMxARNT rO vATTMM,G sTBTa c o,. V I CD O n Po TNT MRisBME A� atrPa»o0 --_J.. a . ! L - - - ° ACL i r - - - - - j ___• ., - ---------- A LEGEND A M vMlaE - - ....:. .,... Am „:. nPREVIOUS 0 PRAWS) t — yFi4TItST;— — �J TEMP P TEMP ANMG TMMs RMwa TRAFM CRu6 - ,,. .. .... . ,,. -- .—.—.—•--------- �� '— ---------- •-4•----- I•♦ AFAUCACE w TVPCVAVTVBARRI. -.,..—.—_ Z TYvc r OAMCAO[ .. ...a .............. ••. •.'.w,.,r k ,.,..,E B A J —. TRAn,e now. m...... ........ ... STOP I Z }. , ,......,...., .,,. Q NOTE- i.B x .r v ,. COVER of u SCRAM i I M x VM[S V }j R,-, I W , K x w AAM Y cow= MIRRC TRATCORm0. vwL 2 TEMP RAVCKNT MAFO.M I i x w rNASE t 1+ Swu1 COMPLY YTN Bcln)-W STANDARD . PAVEMENT MARPONCS ' i 1 t I i ! 04 T�ANOW K SAMRTTCD MR AP.RWK MMTV•LLK------- a03D CvC— — - - - - - / l A 19 ? MT R CTN AID BE MN'mR R,CRSC OL BY MO. WSRMTAMS CM170.S0 END$ A C 4 CENTER DUAL LEFT 11 LANE M dOSfMC WNE° J RAVCIOR WATER BARR,E.OE • ORWET YS ARC TO BE I I CORLTCO M PHAX , I I STROMG ,f TO K MORN AT EACH M106[iC1,10N Sao FT wx - LEFT - pAB• x W sECTION a -a Ms I I I 1 ' BARMCADE ME NOT SHOM BUT RNMT BE PROWDED M I I i I 1 PKASC T AND PNAK 1 li�l li' 3 O Q + EG A Ii " IOt II - N---------' 1 Tn A 71111a� ROAD >� RR x TK CONTRACTOR NET TWEE SDECML ;U Q CLOSED jV j AD ro a s rNAr rKr NAVE TDEawTE i j ROAD CIOSED 1Access AIO 1 W TKRr,asRaTTE G i, T�VL ';1 TO ROAD CLOSED TO THRU TRAFFIC m"" io THRU TRAFFIC BB - I I I I 2 W a O I -no ca [C a u �bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O IS= 13TH STREET WBBOCIE, TD[/1s 79401 TRAFFIC CONTROL PLAN PHASE i MILESTONE B 34TH STREET SHEET 1 OF 2 025 ED C3 CD a 0 + + -DDJ" x OD LEGEND —A ul — CDNSTRWT THIS M49 (00,93 < < r-= PHCONSIRWTOD N PREMOUS f. . .... ASE(S) W z. - - - - - - - V-= TOM,.AM, Rs PHASE . . . TRAFM DRUMS Lu LLJ TIATER 6AFAW-ADE Z- - - - - t4, Z -1 - - - -rw li TTPC . BARRICADE c 0 L—AL- TRAFFIC SCM ROAD 3v x 30, NOTE: 24. 1 20 , I < cw,�R < RR-2 I w CDMCR M RNOME AU. 90.4E 4r I Sr CLOSED AND PI—T — THAT COMFIXT RITH amm cwwOL PLIK S U "PAS 2. TOP PAMEMOHI MAMANDS T-W v 5� 26N � mf%� WIN OW2)-D? SIANDAM ROAD CLOSED 4% TO MA00PH- CH lobwo. SURT,�S SMAA BE SUWrtED rOR APPWM THRU TRAFFIC w"X.3V - - - - - - - AND K ROMWAILE BY MON U.ITS Or TRUCTION Dow--" McAH& 4. DN� DUAL LErT RJAN LANE eY SIDEWALK E.Wacc. p �-WATCR BARRICADE DRIVEWAYS ARC TO K STRIPING IS TO K 9ROCEN AT fl COMPLETED JPHISC I EACH INTURICICIAM Owl VARIES SECTION A- 5. ORIVERAI 0REAI( IN MW GARFIXACES ARE 'I SHOVW BUT MUST BE PROVIDED, W PHASE I AND PHASE 3 NK 6 i 011STING PAVDMENT LANE M DRIVEWAYS ARE TO BE COMPUTED IN PHASE I RIQIT 4rx 4r SECTION 8 + co KEYED NOTES: Lr) a Eli ------------- I ------------- (De Taw. wou (rw) < KLWW saw (mv) sce ac.07 -W SHECTS (D'. -a SOUD (n I- --., Or @ 4- *M WtOKD, LU ADVANCED WAWRMG seas - - - - - - --- -- - (D 24' IHR2E SOLD (TEMPI z TIE Daloc STRZO V t 1. IA. —X4 .... . ..... . ........... LEF I LAW CLOD k! I I cW20-5L 4r 1 7 05—w 7rT roto sr x 12. 1 9 i 4 1 5 cc Lu (L 0 0 Inc.) .6 U) mo cc ,<L fl'u'ob'-lPccfj CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE Q IS= 13TH STREET Luesocv. TEms 79401 TRAFFIC CONTROL PLAN PHASE I MILESTONE B 34TH STREET SHEET 2 OF 2 026 1 71 I Wei o WALL A 10 L-7LEGEND To 4' (COK) CONSVVJ= W PRENODUS 7 r___7 ftms) 4Wr 7 1c. 'AMOG ns P-M 7 1:' �77 ., ,1, 7 w. w -TOR sAms.:'OE TYP( W BARINCACK FOR ftAoDea or r _LA rLo� r SEE ec�T WAMMW 9WS ovo"CED Mo." S� TRAFTIC La ... ...... 0 NOTE' 1. COVER OR REMOVE ALL SPAGE 'a ANO IAVEMDO � TIIAl LEFT LAK ENDS COW= OM TRAFRC CONTROL CLOSED WRGE Cwo-5L RIGHT MB 2R I TOMP PAVCME10 NAMMM 4r I 4r 48X 4r sm)(WALK Smu COMPLY "A' ARes BQf2)-07 STANDARD. OP-C VAR" COI UORK AKA if 30' Ir - �i TEMP 141D011 ""MZ Z-V ON Pub"NENT SuffAces S'AL BE SJO."1211 MR AroeovAL AMO BE REMOVABLE BY NON DESIALKIME MCAMm c ENTER DIAL LEFT TURM LANE & OffirME-V BREm . -TER ERSURO FlAVE-On a cosw"TED SWW 0 TO BE BROKER AT WMER BAWCADE—/ PeEmm p"m EACH f(MRSETCOON SECTION A -A CARACAM ARE NOT 9CM ws OUT MUST BE AROVM W PHAK I AM PHAK 3 3 o C3 x 24, CD A, CD 0 -2 �l to A 12- x 2 '��ll KEYED NOTES: To 7 - ------ l7-7_--_7 Clj (2) 1- TELIOM BROKEN (mv) rT- < 0 4. miow soua (TEMP) 0., —Ye souc (TEMP) .TE BROKE). (TOM Z O2e WaTe saw (TEND) A 71 R33 24" X 24' 24, x 24" 34r xIr AD ANOWLAMM TO TMAT THEY "VE AOEOUMTC JTOE ts ACCM AID THAT TWO RESPORESPONSE�y wrecTm IEC w 11. M18 ad '10 1 ..... W 4 city of fl'u";'bb o &k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUSSOCK. TED" 79401 TRAFFIC CONTROL PLAN PHASE 2 MILESTONE B 34TH STREET SHEET 1 OF 2 ■ J Irmo MATCH LINE STA 258+00.00 , UNIVORSbry 1V vE pt 1 I j i I i 1 i 041 � j i i I•; I I I L� AVE X I _ 4 i � 1 i i•I f.i -AVE X------ I' l --=- I ---- MATCH LINE STA 247+00.00 it C...... AIMW AuE 1 UN1Vi*RS/TY Av£ MATCH LINE STA 258+00.00 0 .4 1 M I al so Am Wig 191 V, 2 om� z y x O� a ' PARKHILL SMITH & COOPER -7 77 777 7-1 7 7 D W x 0 0 ST 0 c x 3r + LEGEND 7. 77. -7, --------------- ------ MGM= rAm P-S 7 (co-C) CONSIM)m PfE,*M r mw PAV04 INS ftA% wo W TR#ffx CRLWS ------------ uJ -Tm WAWAK A PLAFrIC ft*N PLAFFIC SM NOTE: c 77 A — ND PA-VEU—MTMAft—WM —TM7 LEFT t 6r SIDE.� CONrUC 0% TRAMC CONW.OL PLAK �ANES CL C.2" 24N Psc 3 0 &W! w 0 w Z IDW PA%V4NT WANYM 9� COWLT — 4 4r �r m It, STANDMA Sm FT orp-cx RVIT wo-p I ALL VW PAVCMDIT VAFbONGS ON PERMANDO SUMACS 9u w x 12• 45" X 4r — — — — — — — \(D 7=— K VJMMM rQR APPRDVAL � K AD4VABLE my MOM DESWWW4 MEAPM 0 ORMEWAYS ARE rO K MPitLR 3 SECTION CONSIRW?w FFXVA* MUSE A- MTa ROAD CLOSED TO N ROAD CLOSED TO THRU TRAFFIC a—x3o" 4. CEmWX 0� LCFT PJW LANE STFWOIG IS TO K 9PAMN Al CACH MUM%MOR oftwm' ew� . _ux SARMCAM mm NOT S� � BE PROWOM P-WWt N I AW P.M 3 ROAD ROAD C3 CLOSED xur CLOSED 0 . .... . n, CD KEYED NOTES: cli -------- ----- - oi (De wuw awm (TEW) 4- W110. SOM (TDW) cnc s—IX 5" (TMLW) e 41 m 01A." (ID&) LLJ z ze 3: < t �j= f city of fl'uf- Ob b o & k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I GM 13TH STMET LUBSOM TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE B 347M STREET SHEET I OF 2 029 MATCH LINE STA 258+00.00 ra a-0�u�cni'o'�oa u�rs " UN/✓ERS/TY AVE .ovmao r axwe son ' --_------ Ij 1 I AK11 = o n O j� �! j A✓EX i ! I I C I I I — I I j r ' UN/✓ERS/TY AYE MATCH LINE STA 258+00.00 o 0 fill Ogg ni O r4 its Ear. �Ij m m0�..10 4 i PARKHILL SMITH & COOPER E I I FOR PLAM ADYAIKID �, sNNNsy`T� II I 1 I ! i DMNG PAYE NTS i i J N tip CDCD 'NI Iu O CO LEGEND N COMSMCI aas PNASE ® Q O GGNPNKKD N ftt N '-- r R"ms) V) TE,i PAIINO TMS PMA4 • mAm oNME W 1NTEN BAWCAM f •� LAK Q 'LARK FLOP CAST %�. = T wAFnC 90N RPoI RNi(f �o x w I41 r NOTE: fI. CM OR AND mmeN£NAN..= aamrr ri C""C' ""N'RAM COMirOL • TtNP PA YAl.0405 SMALL OOwLT "m Bgt2>-D7 STANDARD. .: 1 ALL TOW PALtNOn wRONDS j 1 ON PE-ANEN1 S wR m 9NAaL I % sLoArED FOR APPIIOYN. AND DE RDNOVAAt BT RON DOUNK 14 MEANS T� Rl DRMMWA�TS ARE TO DE 1. CENTER DU& LUT kft LANE VRPNO b TO OE BROIEI AT C4NtitO M P.1 I 1 I [Aa NTERsExim S NUKRAY N[AR NEATER BAICOCADCS ARE NOT SNOW BUT NAIST K NRO%WM N i S4-1P 1 I PNAY I AND RNASE D + + +rE(ED x.• a r 1" DRIVEWAY I�' R o ,.:>o se• t >s A•Aw :ti nea, o Op �-: w• T� t �>< v AHEAD 1N•: r i 24'X Y• II•, ..: 0 -jj ,1 5........,... c.. U) J '� I A Ep KEYED NOTES: c%jQ _ Q O {• TENAM' SOLID (TENP) r r — r W SEEN= WOO Tom DRaNEN (Tw) J A J I. 1 c, j............. ...::.::........ .:... _. ......,, .._� .� . j �'j ROAD + CLOSED Boa a �HRU SED {"A "" �M Nt Ff IC w x3r + AD T� i f;i I I D t K� 1 7 i A F lu�bl5&k TEXAS CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDL4NA AVE TO AVE Q 1"S 13TH STRl2i LUBBOCK. TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 1 MILESTONE C 34TH STREET SHEEP 1 OF 2 031 Imc CORIPAroft NAS1 SPEM AMANGEMENTS WITH 206] 34M ST RAMINX. '"S ON 1nN, WHEELS' I 0 ENSURE HAVE AlXQUATc AOQESST"�CYTHAF: 0 C) TWO VOLUMM ARE HOT C) 6 + A C) ............ .......... + 0 LEGEND —00 cli . . . . . . CONSTRUXT M PHAN < (COME) M < CORSTRIX N PREI- P.AMS) V) TEMP PAYR4 Tws A" i jill I 111106ill glopi 1!1, . TRL'I'm owns LLJ L'j WATER BARMADE rfK 0 SARIKADE L—A �m FLOW ROAD CLOSED 3v NOTE: ROAD CLOSED OVER 1. CON REN0d ALL 500,GE AND PAYMENT MARRS= THAT OONFUOT NTH TRAFFIC WHOM TO PLAX THRU TRAFFIC w!—.3,r Sot."ArSvXW^x CW—R 4r X 41r I TEMP PAMEMENT WARKSHOS •sm� COUPLY off'm .1 TV xr SN 24S Sq,2)-W STAoANv PHRSE I • PHASE 4 4% N I Au� TOO PAVEMENT MARKwas ON PERUCANEA" SUR'Am K SUOUITTED FOR APPRwAL - - - - - - - - - - - AND K RONOVANUE BY NON Mr.'" WEANS. A C E, CONSTRVCTrON 1. COMM &! LEFT ROW LANE CXTST04 WATER lAARWJO( 0 DRIVEWAYS ARE TO eC suwm 6 TO SE OROKON AT 0 I 1 C04UTLO N PHASE I 1 EACH INIERSETMON SECTION A- 1 OFNICNAY BREAK . -Tm Is "MOM ARE HOT SHOWN ue BUT MUST SE PROMOED N PHASE I AND PHASE 3 -% 4r 0 LA m .......... ...... 0 x 46. 0 + a7m KEYED NOTES: c) 0 I scars ac co . . . . . . — - — - — - — - — -- 4' WAM NOCEN (TEW) .. . ........ . .......... < 4- MWW SOLD (TEWP) ---------- -- ------ ................................. 2m4V — - — - — - - - — - — - — - - — — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - V) SC�Ol STANDARD i:-CM- 4' MTE WOMN (IDAP) uj . . . . . . . . . . Z 2e om tmo) OA@ c c 0 '-7' c ROAD L CLOSED fl'u"t]PccfA CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 IOU 13TH STREET LUBBOCK, TEXAS 79401 TRAFFIC CONTROL PLAN PHASE I MILESTONE 0 34TH STREET SHEET 2 OF 2 032 L 00 ....... . ......... C3 C)ii �. ._ .k + OD (n 7.77 1 ...... . W AW m RUT 4r X 4r a f li � it � ¶ �....., ) kluoty . ...... ]z N3-ft R3-m wx 3r CD 0 + 00 LEGEND 77 clJ CONSWAW FKAIX (COKI cmawAK a PK%Wus WA= — - — - — - — TOP PA1.4 TM P.AZ 7.1m OWNS Tm . B.Pmcw 'Rom ng. mum 9m 0 .3-x NOTE: ONLY 3r X 3r at ttMtOTt Au AM 1AM0. —N�S TINT 2. nw PAW." Am.Ks som 5� CopLy " VAIM 9qf2)-07 STA1DAF406 3. Am IDW PAVD04 -ARAM Z.w Ok PUbVIADNT SWACES %UAL OC SUOMM" FOR APPROV& AND K RDWVAIU BY mCk oumcm KA.& ruin 4151K AT SMW 0 ONOWA omu ppmmmm maxicrm cftw-1 arx- . -TCR BMVKADES AMC DDT SOW WT mm ac Mum 0 P"AW I AND F"AW 3 CD 0 3s, x tr x 2'. vAT 0) CD KEYED NOTES: -%Lc- Gmmlm (m-) (D.. saw CRA." 4' W= SMA ©(Tarp) ui 4 �7[ mm cmwp) 36' x 2, 1i A t. raw m ra s city of fl'u-bbo&k TEXAS CITY OF LUBBOCK PAWING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I U5 13TH BTAEET LUBBOCK. TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 2 MILESTONE 0 34TH STREET SHEET I OF 2 MATCH LINE STA 280+00.00 MATCH LINE STA 269+00.0 AVE t 41 L 7--= --------- f. MATCH LINE STA 280+00.00 Atli Hy 11A21 4 It ;JAI ro-Z4 9; 1 It'll fil 0 0 0 r H 2 m P Oz PARKHILL SMITH & COOPER FBI Am 3■ J , U ! I.TNrs a eater - ! ■OWKMAYS TO K gIFJt C06TRIICIEO W M 1Y 3 9q SDEVAIJI j j z+s• ! j s* Host + LT..s v mRsliaTc # ORYCWY$ AK TO K WATER CO LVED N PM N 3 N M 0 o Qs.� j o y f = Y ID LEGEND Lo ,p�! — ter.—^�''i N ® OONSTl6K1 AC PK4% RS (CO-0— Q Q cotamxITD N PRC%O s LA3 ' W m cRV6 WATER OAFAVCAM Z TYPE A .w Q J y TRAii1C . f1n 0+'w = T WANK sm ICNt -TM i; , a L CDW Ta1D1t All s1oTA '�- ■ �" ?• i . 1 AAD PAYEIQTT WRID'IOS 1WT A"I P IC i ! � 2 OOW UCT WITH MOM OOWMM PLW 9TATl COPlY MN StSj "2)-0T STA.OMO. 3. ALL TEW PA%O1WT "*W S rlaR' ON PwMMaT awr as Sw BE >--- - -- . AO K ROAOWALE R Nw Oesw=Alt WAHL +. CLNTTJt OYAE LC" TON LAW SUWM IS 10 K BRO4. AT LMD N f C.C. MipSCTC110. K OOYETMY vlwA N WATER BANWADCS ARE TDT STDRR ! ! OUT .16T K POOWM N P.ME 1 AND PATE 3 (,.- nuow Ewa. (1CW) O+- WASOD (mw) © +- MATE sOA (TEW) OD +' PARE OROROT (TEW) OE 2+- MRTE SOD (TEW) IL W a Ion 0 0 U ca n/TI/Il Al IL a flu'�bcityck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O TUS 13TH STREET LUBBOCK, TEXAS oar .Tuw� _ zi��p 1 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE C 34TH STREET SHEET 1 OF 2 036 I ROAD CLOSED TO THRU TRAFFIC I w- x w- as MAN=WXtS .% ZM 341N sl a.Leo= w." M j I .wmm To Dem �T ROAD CD ADEa.-E ICCUS 1�1 trtw "01wrem .1c DT C) O WED" T�M C. Ulm ST. CLOSED 4r X 30' 0 Q ........ c) + + C3 LEGEND - — - — - — - — - -- - un 19 < pAc%mm mill Avam (f) P7= 1w PA"m m ;%AK ... ..... .. 7, wLAJ "Im N — - — - — Z: z - — - — - — - — - - — - - — - — TA:i "K . aArAbc1m " NOTE: L wKR at NmK -Au so�m Am pAmen m wT c"wT Im TRAFFIC ccwmm PLAX 2. TOW PAWL" MAMONZ sm"ALx %..L Darr" vlaa 8912)-W SKAWM TW PAIC."T ■~0 puh.."T %wAm su 4� TIE W"TIM FM Am K Kmam" ay "m OMMKIllt MEAM CD41ER DUAL LEFT kM LAK S=ft4 15 TQ K 8RQKM AT 41 DW4VATS AN TO K cmaubxmWR*ff LAIC EA04 MCRSETCUM ca.ftcm pwa 3 PrCVAM FX DWA...y aw- . UmR ROAD CLOSED QoKo 8ANW-WO ARE NO � SECTION A -A MjT MUST K PROM= W ws 4rx 4dl 3w PK%% I AND P"ASC 3 LANE ENDS 5ao FT o" so- xu C:) LEFT WX W CLOSED 4r. W C) ROAD 4r X 30' + C) co I. KEYED NOTES: cli 7. 71. 77, < 71 0 4. mIm saw mw) 29DQO V) ra Aw z L'�:�:__. I 4. �TE motm cxmn tjE WO - UAT*4 2e -m soud (mp) N m w (L 0 0 I() mid ca a< fl'u4ob' btoy O�f CrrY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLA,NA AVE TO AVE 0 ISMS 13TH STREET LUSSOCK. TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE C 34TH STREET SHEET 2 OF 2 036 I N Tim �T ymm WNW ICI THIS PHASE comsv= PREW.5 [ern SCE 1c -47 sTAom WW P—K THIS PHASE . . . T MOC cRus z rm III "mCAN I ......... ;i! ME ENDS TRAFFIC rw. c TRAFFIC SCH LEFT NOTE: cwxw eKwL 46* 9 W < I. WKR OR KWA All SICHACE PAMIIENT � THAT RKNI LANE j1 cowLecl, IN TRAFFIC coNwaL CLOSED I c.2o.3R N K "f vljmes PLAN. 2. TDW PAVDACHT NAAFp wxw I ur x a r- IC w v Z4,V P-w I. PHASE 4 j sHAIl co.PL, ■uP oc(12)-m sux"m I ALL TDO PA%V94T NAAF� - - - - - - - A — - - - - - ON PEOdANCHT 9"ACrS SH— K SJDAM FOR APPRCPV& � ISE RENAWAKE Illy MW ExmT" "Aw HCHT 7 L TS COWN"IclK. \L .:.=_ lm�', "" To m omwunK wAms. A. cc"IIER LAHE SECTION KTS co" N PHASE I A —A STRIPING IS TO BE BROKCN AT EACH 1141OHNETC110N "FM DWYEMY DREAR W HO0M BARIWADES APE T 9 B C3 WT M K PROM IN PHASE I AND PHASE 3 C3 C, + C3 'K 4N L 'K + 00 -------- A 0) KEYED NOTES: hl (D.- mww omxm cmw) < < V) sm, (Ka.) V) 5xv (ww) Uj WOCK (fD.') 5xv (vo) < A ROAD CLOSED < x illlK I TO I ITHRU TRAFFIC 60"i cc w 11. 0 0 IM'() Cd 3: 'N mlo cc 04 city of fl'u'r"oobbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STMET LUBBOCK. TEXAS 79401 -2 MJT: E. TRAFFIC CONTROL PLAN PHASE I MILESTONE D 34TH STREET SHEET I OF 2 037 go I.- C) 0 0 + A C\j LEGEND - — - — - — - er T.6 PKA.'X (cmQ —,TV—r( . Ok , I - A \Lz��T. 1 EXOTM PAYEWNT 0 ORNEWAYS AK TO K < r-----1 0ONSIRUCTED W PF41w" P.ASQS) 272W2 TDO P.WG .4 •TRAIM OrmG z WATER 6AAFKADE 9AAW-AK —A J --► mWm no. ROAD 4r x 30, 41 CLOSED NOTE: < A 1. OOVIX OR o- x ir AW PA. . .1 COW= WTH IRAMIC CONTM PI or x Sr A11100 ""10 SHALL COMPLY "TH W12)-07 s&,Nmm I ALL TOP PAVEWNT MAbMW ON PD—NEW SWACCS K SOATIM RX ROAD CLOSED MSMKRK 7 AND K WAWA" WY NOTD N 4. CENTER DUAL LEFT 11" LAIR: Gr x 3(r SMFW IS TO K GROCEN AT CO*LEtM W FWAM i ORr4INAY SW�X N UAW Wmms aARFACADCS ARE WOT S� Out MUST BE PROM N PKA,% I AW PRAX 3 1 KEEP tffl LK RIGHT 44r X W TO LEFT 300-- x IL WEQ .DDLC-6t." —A comw T v, WO VnTw'I 00110D STRIPE 14" M 1&2%.W-r0hP1 I. all 4r X 49" —T 1 4 KEYED NOTES: OA e VAw wt.D. cxIP) 4- YaSDIID (WW) 4- M SMJO (TEAT) OO e WM WWKN (TDAP) 2e MTE SOW (R—) flu4r-*b*lPcfTEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I 6W 13TH STREET LUDOOCK TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 1 MILESTONE D 34TH STREET SHEET 2 OF 2 038 7 — r— r-- ---7 — -- --7 , -- — I = = 7-7 7-7 -777 7 ac�o �D�L rkw an S00 FT 30' k N• SECTION A -A NIS 1 t I N o or >o 1 0 co LEGEND --- N ® ooxsmucT TINS PHASE (talc) � TED INPKINOUS oc N ® W. vAwb na RNASE mAFrlc Dmals ZK MUR BAMOCA J M ■ TRAFM FLAN TRAFM SIGN Q NOTE: 1. CM OR RD9M AM 90UCC Alb vAAGEHT NARgk3 1 T CONFLICT 01H TRAFFIC OOMMM PIAN. 2 MW RA%VXNT N.ANRIN:S S 1 COPLY 111T1 BC(It�-OT STANDARD. l ALL TDP RAYDENT WARXRKS DN pDowEHT SWAM S1 BE SUMR1[O FOR ATROML AND K RLLDYAKE BY NDI DESMUCM MEANS l GINNER 0— UST TURN LANE STRF%G 6 TO K iRWG AT ' EADI WTOM7CTCN DYYEWY MEAN N RAlm "WWADES ARE NOT SND- BUT MUST K RROVM M 1 PIWSE 1 AND PIWSE D 0 0 0 0 (7) KEYED NOTES: N OA 4• TRLOR GROIN (TOP) IQ-• OB A• +war saw EN.P) V) ©•• WTE sow (TENR) ZwO A• TTISTE MIPIDM (Tw) — O N• MTE sow (MWI J Q cc Q a fl'u"tbock TEXAS CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1623 13TH STREET LUBBOCK. TE)(AS 79401 TRAFFIC CONTROL PLAN PHASE 2 MILESTONE D 34TH STREET SHEET 7 OF 2 039 eu ■ MATCH LINE STA 302+00.00 rn tz:p AVF 0 —i ia> X, Ila ---------- AAC R A W R d1v ----------- 1, A MATCH LINE STA 291+00.00 AVC S MATCH LINE STA 302+0 m Ell-mZ w I I I I I go lip Fps H 1 3 — — a —g-00 c z 0 Z o gig -n 0 c 01 Lill Hr m 0 ofn ,nq 0 N Or oq Z 0 AYC S PARKHILL SMITH & COOPER C LUT CLOSEDLANE cwz,_x IV. 4r op-C 31r X M' STOP Nr X 16- WKWAYS ARE TO K owurm RR AQ 3 ......... . . SECTION A- WS I N 0 0 0 + 0 LEGEND (%J ® CONSTRX *0 PHASE(CmK) IC r ------ I CONSTRW PRE)AM ANAWS) (n TEHP PA— THIS PHASE TRAfAC DRUMS 'Aj WATER BANbCAM TYK N 0ARW--M TRATM NOTE: COVOR OR AM.01C ALL SM)NAGE AND PAVEMENT WOUNDS INIAT Copow NTH W-MITIC Commal PLAN, 2. TEMP SNALCAOWMPMEYNT ag'2NH )-0STANDARD. 3. ALL XWP PAYCMDNT ON POMMAWAT SUWACCS SHALL ersnhm r0W mwmm PRE," PKASE ROAD CLOSED A. CENTER DUAA LEFT nM LAW STAIPM IS 70 K EAc"wxwcu* SAT TO THRU TRAFFIC eo io S. I Dwyc"Y owu R, 'RAmR GAARMICAM ARE NOT SHOWN BUT MUST K PPOMQED N PH.ASC I AND Pm 3 k ROAD CLOSED i 1 0 o ch K;ryrr) NnTpq. 4- M"* WWOM Cmm�MEW) < m KLLow som oa- —11 5" (TEmp) Lj Oe WM &WKCN (MV) 24- —,t sow (w.," it w IL I"() 0 0 -j -j fl'u'tbtoy �f CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 ISM 13TH STREET LUBSOCA TEYAG 79401 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE D 34TH STREET SHEET I OF 2 041 IN ROAD TO CL 0 —Sl To ,J-�THRU TRAFFIC i CLOSED R OAD LC CLOSED -A W I N o p C3 t t ara cj LEGEND COKPSTRUCT INS PHASE EMS= C316'RMTCIm N pfttMOUS ftaws) TEMP PAMW Res PHAN l*AFYX DRUMS Z WAiR BARRICADE rpc - 9.%W-.bE FT —.0 TRAFrbC fLOW NOTE: 7 1. C010 OR RENCK ALL 9PIAM AND PAVCMOWT UARNMM THAT CONFLICT " IRAFFIC CWWA PLIk 2. 7W AVD"T -IMWS StALL COMPLY "N BQ121-07 STAMDARD I ALL TCMP PAKNOT MAJOU ON PCRMANEMT UWAM SLALL K 204M TOR APPROVAL AND K QOWOVAftf W MOM 0E5lFbjCWV[ bKAH& A. Mm= Om LEFT tuAw LANE STRIPMG G TO K OROKEN AT I I OqARw=m An MOT BUT MUST BE POVADOD N PHASE I AND PKM 3 AYS ARE TO WARR CDMPLtTm m Pm 3 aARmcADc B PKV*4 Awz CD4j O SFCTIMISQN A -A I TIM 9I t LNE TRAFFIC C3 m + T C3 MST I EFT 4r X 4w-L To Rat 114, W R3.m M;70 RD TR 3r . 3r C.� 3r w wx w —A KEYED NOTES: (D 4' MUM GROMA (TEMPI < 4. mkm sm cmo) �-- i — . - - - - - - - - - - - - - - - - - - - - - - - - -- W - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LLJ -a NKKM cm-P) z -57 sTm"v scrn\ Q w W*x $DUO (mm) SEE ac A PLACM.1 0, Aop" sxNa KEEPKEEP Nt MIT ROT 24- 9 344-M 0- ir Lu IL 0 0 Inc) U310 ad m 14L city of fl'uf-**bbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREW LUBSOM TEXAS 79401 TRAFFIC CONTROL PLAN PHASE 3 MILESTONE D 34TH STREET SHEET 2 OF 2 042 L to U MATCH LINE STA 203+00 3404 INDLANA TH 34 34TH 34TH 3320 34TH 3313 34TH 4di II i Y 08 34TH 3301 34TH 06 34TH 02 34TH - — - - -- - - - - - - - - - - - - TH 3217 34TH MATCH LINE STA 214+00 Fn 41X gig Z , tr n; jig I' UND 11ga z 0 Ax A Jill F1 tAx 44M 2.0n tt m or 0l 0tom# r o"z 0 1 V- ;K r 0+� PARKHILL SMITH & COOPER �6tttttt 00 d 0138 N51 r o�Do zo 41W rn f�3m ti ow w� PARKHILL SMITH & COOPER y ✓7 AH. 3025 - 11Ios f Sit 3023 34y Y+ 3021 34 t • I1734TH 1 M1 i II 1 wY wmg t tit G RON- 11 M1. r } � — #0 �Y _ 3 . 1 A 30 1 M P ig3 YT" �... t k A WP ` l!�k'�N2859 YM1 6 ✓ a`xYX # x � I s z� k ly # fry i 5 'i G g 0 r .I fY, Z O 5 W 3 CMM ?-1 R 18 PARKHILL SMITH &COOPER sm zy D 5 ZO mow. x PARKHILL SMITH & COOPER mow. x PARKHILL SMITH & COOPER 4l,. \\ 2 ~ ( . 1«;/ 4 Z° k %o cas k§�c �X �a §@ § © § /� P nKH ALL SMIT ig A VA o §� §�| �� � ���- MOM, i, §§ g§�o MCI 00 PARKHILL SMITH & COOPER r {w F ' a{y,3 6a- v 31, n J .4„ sidw_F r Ma _IA WE Flg*rs 4 - +ti n;.,. 225534 � r a t� 2247 ' r�.2243 J` 2243 f r2241 WI `r. 2239 222534�a 1,. x .., 21734 j. {§p znr .w d O m ty i :fit?•• �.^� ��.~ !4?}' .� 2 90 ~�M O x� PARKHILL SMITH & COOPER I �'z.?, p�M�'"✓:�1"Y��"'t }^:;i, i' 1�.�+�i� Ih�'� S� `fev {j', "�'.'. Y; iilv..+y'.•il,�`�1fi'Y �51,}f+D *ji)a gv", ���. .. I },h,.4�A1"�:vxitri., �+�7`�,AiU�Y''tYx rrx {r iy vim r SA j t Y4 iyymt Al � =t y'� �� •�,7 •k, `a� 4.�k �� S f S' l 1 \ 3 i 2' 22 M1 C "*Y• 'r _. Y^• yy �, §x• d (' 4 y yS} 1Vl4vf�' 1 r?,tf ' i k S ( t ill 'NSNIS�IN'�II )✓ 1 �V IY T M�Y{tl �ccMMiYVVN�S Y , Sid �pw'��6Y ��r . bWj ��li FY a F� >'��I i j^ r, _.. j p t kh x * i��� 41 dq 1i 5 } hy�Y 1�1k yy1 �f 9 1' d 1 .( �i-5'�,�g��,� �� .ryas ., � �.. � . ��.. ��� � ,�,,;,�, ��� i. �- -�` t i' ,; � 's�-nZa�sf`� . =4�r' �sx��vy�y' p �'t^"•�-:��# l .�yx q� ,� i , k' v3 i5. fl'u�b 8 o c k ty of TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLANA AVE TO AVE O 16M 13TH STREET LUBSOCK, TEXAS 79401 ,'.fit.i' TRAFFIC CONTROL ACCESS POINTS 34TH STREET SHEET 8 OF 10 050 xfi.Y! p � yg5x ,3gX°' A.S, lll:{ z i Fp a 1sia . Y' n "3z f Z i✓" � •�.Yd .%4n tqY . - - — MUM F v9> -%*1k✓4-'b�4 »f'iE'1i rtC t "'''�x g xa %t"� r8r � ;+✓ l� ? ""°c £wi��"9°ti :AY•.% a vY6�M �p+r��. Y- icy rT�.,�`i m 1 �r i g .� �. ots zo Ul mNs q a50. Mli ` r' •#E r'ai''y m go C 9 PARKHILL SMITH &COOPER co V 0 Ol 0 M qdO—A m > Er "Mill M 9915 jm 0 �qjl x Oq T 41 r Q PARKHILL SMITH &COOPER r -, 1 --7 � 7-7 7-7 L L L A + HORIZONTAL C3 + C3 1j GENERAL NOTES: < HATCH Ell-Y WOR"OEN T(M In0, OlRDF 510 -00 -- -- -- -- ---- - - s - - - - - - - -- -zt 2t3n f2FNORMSOTCOIVAI,DAoAMI TS SNMCCO RA,,P i4-TX/ yr- DETAILS. uj HAIGH EXIST 017 078 a.- GROSS SWIM o11rou+R°VT14M RENWE Y. *W/" MRS WE HOE WAL L0.EWT DATA SHEET FOR ADOMOPAI. MOMENT $*OR-MK RONTWAT T . 1I. O&S, 4 WTUMCIM 14 AIA. PAINTS AM COPES or PLAN < MEDIAN DETAILS gy0a OW AVE! OR DeT"AIALW 'K < AND PROFILE SHEETS ARC "ENDED mac COLOR. 'K EFT P OFILE!; X.St LEFT CROSS SLOPE TRANSITION TABLE I LEFT 3235 S STA TA 0,5, 206.07.53 CL EL 3231.73 LIP EL -fY -st III X-SLOPE -,.a. r 206-25 3231.63 3230.88 -L9X -PROP, E.W It - SO 206.50 3231.45 3230.65 -2.OX 31. vc 210-00 3229.44 322a.83 -2.OX 3230 2to-25 3229025 3228T Fxx 210-50 3228.96 3228. 56 -%Z x -SIA IK-50m - - - - - - - - - - - - 'N 210,75 21. 3228.16 SiM.49 -tox 3225 EL 3. ".bj 1�1%1 =16 212.00 3228.14 3227.83 ID% .01 322 T. T4 1 -0.9% 89 3227.7PROR .76 32.64 p b'SUM �212.50 .63 27. 3227.44.69 22?.20 -0.3X3220 -0.62 -1.6X:32:20t' L'W; 'I o?S 3225.95 3227.74 3226.83 -3.0. -'t� :rt�. A`t.'4 Zt.5 xs�r'3 !�r�g X: rT R IN S F GHT PROFILE S mw RIGHT GROSS SLOPE TRANSIRIGHT TION TAR STA 205408&4a CL EL 3231.73 ' C' "L' LIP EL 3231.07 I X-SLOPE -2.IX 3235 f-4" 41 205.25 3"' "' . - .TX M,.,g 106.50 3"' .4S 3231.45 W...D M107 EXsrL: 210.00 3221144 3229.44 -r2-2&83 -2.GX ZM-25 322925 WaJi "L5x 3230 .0.6, 3228.58 vP1STA 0C."40 X -0., V A M 210-75 3228.76 3220.46. "Lox CL S Mao Dzu 213-00 3227,64 3221.33 -I.Ox 3225 EL 34m?s EL 3.729.0E 9W S^l A 13-MOO 2,3.25 3227.63 3227.28 .1.1. 2 213.75 322T.75 3227.1 "%L9z $T� .-OO.DO 214*00 3227�74 3227*13 -Z.OX CL E32 E2O t �lln8 Zn, nzi :.n, 203*00 204+00 205+00 206+00 207+00 208+00 209+00 210+00 211+00 212+00 213+00 214+00 1 1 I 1 j 1 9 1 0 IL Lu 09L 1110 0 MID city of fl'u--bbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET IN D LANA AVE TO AVE 0 Ion 13TH LUBBOCK TEX48 7940 PLAN AND PROFILE 34TH STREET SHEET I OF 10 053 0 c E O o v N I{ jt I; jl • t �^ 1 j I i. I Yart C AVE ••. �.. ..n N tom — GENERAL NOTES: N 1. NOG TO aTME OR OVALS GN/gWAiMlM rAalC Iqt O[TANS S Ow H DwK tLAR 0 De. DL CFO :n 2 NOG i0 90[V.Wt NYOVT 9tt13 •—•—•-- W 10119OEWALM AND A0239%E rtA1P OVALS Z S.RL KMMC* M LAYOUT FOR O• . , — cam smi CURB RA0w& J NSDNRAT1aw U S. Au FMTS NO COVES Or RAM Q AAlND OME�� es AIL WDOM $ z� Q .. ......... -.�. ., - .. ... .. _...0 .. .. _. - .. {— D9 Oq DIt DR OU Dw u 0 Ow Oa 017 Ow 00 2E1.00 I10.00 5�7.00 20,00 SJ-0O n 'y 330` 2J1-00 Si2i SS�-0O W ------- --------``3Z1e�•' li''T• ----•---- ----- - --.^. J 94TH ST- --------- •^------------ Z Do. V Dsl J .—..�_�_. [) [I ;� r 2 E s �.. . ANC C` p N1O N •. YC f�Yl. Moo, Q ` FOR OVALS (� , i -,�. .,....,......pry ....... ..r•• ,,... ,... ...�,�t it 'i, 4 22,•00 LEFT PROFILE RAnsl LEFT 3230 `PwAacLx zsi Do 2N•25 CL EL , 3222.52 iiLel 32200 x R c 55 2 ,• 0 3225 1 Ex sr c 2L,e 32 LP --- 3220 L - 1 32151 n- n. awd n, , ap n• _ n. � n. ..n, ,. .n, a_ a L1� 8o4f 4�- 4..•d G� ; 4 rs1ys «�ry�.ryu. � ,r`4 nry•`1 «n_. V hh , 5' .^ «41�H hV «a«•'1 ^L V « •zi y^IryV G! iy"t Lryah" ,-�y].«V'•�. ^V! j�•I •t�y'Ory ••:' tit, V�i�A hV •VSy41�9 RIGHT ROFILE R CROSS oPc TRANSI STA 2 4•00 cL a 3222.74 Lo a 2.1 I RAW 3230 Ex sr P KI ,. 222A2 1222*01 LTx .. 222.n 322LW -OA% ,• 22LT0 3 LTS 0 % 3225 1 D x -- -- NO z sroo a o x UP EATS LP --- sox _ - 3220 l 1 I EL s«2Le3 215 Ithi« .•14-- k.r "'i/'t i.++i .'r�i! .O•a—.4.�s,•-�' ^y': '«'C�1«': .., n.n-0.. .i]h it y• ^drt«^: .. •, y• ry.l ®4 'F0'r: b 4� u,ag66Y4 ><: 8J a', G' �^ a53 s4i 03 yaa Cl 214+00 215+00 216+00 217+00 218+00 219+00 220+00 221+00 222+00 223+00 224+00 225+00 1 i L 1 J 1 9 1 J ul a lIl() 0 ad 3W—.9toL1 Q a ity of fl'uf--*bbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 leas 10TM sTgEEi LUBBOCK TW AS Tw01 oti. a+ IYMF soul 3 ;-L �,.` �}Try '' � L•+ 10 Oc� IOIaa �K OIR IWOt .Oo7 .N MAf w PLAN AND PROFILE 34TH STREET SHEET 2 OF 10 054 r r -�-• �_ --7 ! 1 I I L ,EwvwT�na2TGT K I I rot gTli C i i i i N 1 ., I V D i;t 9 >o o f ( I I V I o I I 1 F ,..... W ,... „ o Lo .. N N GENERAL NOTES: L RUM TO PROPOSED OAMWAY F (n 020 ml 0n 023 m/ ,7J Ori i m6 Q EACH MW- (LIKED M. m. ETC) t •Iw n - - •00 s ----- xJe•00 --------• ti9` zJ0•W N x31•!OLp •3 x3x.00 �12ppg0. x33 y x�.•OD .. sr - - -� TRH-.r ; -a33 Sra ^» ---------- p� x3s`00 t ------ (n x RUMR TO SOEWAA L~ SHEETS W Rw/rW 9gi, K AM am. Z Der Z 1 $ M1UYCfIM N1011T r011 JqZk ISCCMT aSCigMRC I tAY(i1T YE CI7TTER ROWSORr MT-T. K AtTD.oLr arAMOKHT WORT AN IOOIIIOIIXLQ ....... e Au 9anTs AND COPES a v+I1 ...............L .... , QAND ER011LE SHETS ATE WWM)M TO K rn COLM I LEFT P OFILEb L 3230 '� KI STA 226.00 726.25 CL EL 3221.57 322L1 322LI7 32 1.28 X-SL •!O5X -0.7X ,p V .P mWAe0lb 225-50 3121.38 3221.00 •LZX 226.75 3221.29 3220.74 •1.8. ZZ7+00 32Z1.i0 3ZZ049 •2.0i 3225 2 0•T5 121931 3219.11 ��,,__yy_. *01 2 I+00 3219,60 32t9.02 y.1 F, - t 3,•25 3219.30 32M.85 3220 --- _ _-- - _ _ _--- -- L! -__Tl OuSi ..33..•�0•S� EL 331544 231.50 3219.01 3218.67 -LOX 231.75 3218A3 3216.51 -1.0X �, - --�- - -- _- ��`- +OJSi- 232-00 232.25 32M.82 3 16A9 32MOO 2M.75 •0.6X -0.5z 2]t•50 St19.06 A 232.15 32922Et.1'M233pO 32M.30 •lAX 5 M3211.84 3219.29 •Z.OX -2 4j --2 7•tt-�A.i.nai..__ =15�4 V 91 V @n •A •.VV G 4� ij i:t G ¢i in iT V �N+12"'V�. yV 9b W$un tB n4yt up :;! 4,, wlnYa :O' u,s�(5 yIIGHT u�O3 Olt n9J{ 4T u(a9S i RIGHT CR05S SLOPE TRMSITION TAME RIGHT ROPIER 1° o0 PE % SX 3230 -.�- 1 225 225.25 3222MO 322163 3221.,15 1111.14 1 0.39 -� w"R"o'IF mAR 225.15 322L60 3221.35 3225 I < 226-00 322657 322L26 Lox 3219.3219.17 X $ Tr3I-00 23I.25 3219.60 32T9.35 •0.AX -0.2X EMT c LL 231.50 3219.30 721923 3219A, 328.10 O.3x 3220 vws zn. rROPLTv - -' _ - -- ---„ 7i -- --- - _ ~ --- .A,n. _.D35L 231.73 3215.83 3218.93 O.SX 232•00 3215.e2 3zM.93 o.Ix 30.50.00 w YPI S;A 231• 00 _---- _ 232.25 321IL90 3215.88 •0.1X 1 R iPM LP MI STA 232.50 3219' 6 3218.83 •0.8x 8 3215 ( ; - +. r n$.x _-„ - "' +` ^ +a' ;a 33b.90 o ^r'S STR 235.60.00 • Et 3 a1033 232.75 32+9.22 3278.78 -1.4x 3279.30 3216.i3 -i.9X -, +er^ ti 2 2 WW •F 8 WW 5 WW W4F� W } S 213.00 25 321939 3218.68 •2.0X ✓s i .ry i •r�i. ^3. ,:,+^.' »�� n R "AM "4" 1 '1` 1 ^ ^i �c 'Y '^I "4 W� ry +1 M+1 W 1 +f+ c W- M+' 'i•+n. ^: •t - R ^4M M a 1 e ' J•1 1 s _£ y'I s- ^t w "` i^t se ry « s . ^l ^!' K•. V V .. '" �8a _ ,�,��4L'• ,mX��w "rSS ,,J�3: W�9� W @,.. G' ua @' W W y 9.- nL_.5- ula4' u Q 225+00 226+00 227+00 228+00 229+00 230+00 231+00 232+00 233+00 234+00 235+00 236+00 ) I Z 1 J 1 4 1 b 0: w O 1110 o 06 9ea+o J i J +tnlnl Y it If fl'uf-**bbock TEXAS CITY OF LUBB40CK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O IGM 13TH 8TREET W BSOCK, TEXAS 7?W1 PLAN AND PROFILE 34TH STREET SHEET 3 OF 10 055 0 C B I 1 i i I I i i N to �. __.. ti GENERAL NOTES. N Q - - ROX - --- - -•- ...... --- ` - - -. - 1, RM TO PROPOSM OM£1FAT Q MO ArAN TAKE FOR DETAILS OF F �r�,1 O2Y 030 Olt 037 c ► OS •y EACH ONLE TtA6{LO Ol. Ci. EV4 •MTS ------• 2�7.W ------'-- 230` 2"-w •--- ------ 24.0. 0 x.l•00 �O x.x•OO xi;L xN•00 e7 •- ----`-373•:d b'Y�. - -- - -•any- n :.SA.00 . zY•00 x. ---'" --•-`.3.3�6• w'.E.- 0 L R6CIt TO 4MIrN.R uTOUT rOR MWAlx AND AQMSSSE w J4TH ST aa w RA,P TILTARS. Z ow 001 oon 3 ow 93 otE i DB7 Z 3. SEE WWMCWX LA T FOR Y SWEET GARB RMXM �1 ..... ..,..-. •rr,r' ......., ROT a NNOBLOXTN AL1OYpT 6AtA SEE _ j• mt' •' ....:' ......r .•a+, fkTT.�'•ir CORD A QTRR Oj I , .•.,......-... .fOWLA1pK ALL pears AND Oom OFG6 RNI AND POWILE 9ME IIINM ! TO N ` I ' E BE CO LR SEE DMISEM•ON SEE wm tS[CT%M 131 0(7At. CAMTCN AVE W UYO E LAXTON AVE m I`FOR O[IlL G i'!• }YN I I V a SCE MCRSCCIIOX ' j' C, I I I I i )a at,°0Si TM AYE LFT PROFILEPROFILEli L SLOPE TRAWATIO. TABLE LEFT Sii�j %•ROPE i Av: T• OPC TRAK ABEL�I StA Z+0. 16. 3 , .5 -Tax 240.50 32ILIO 3217." P 240.75 32Id. ,AY 41.00 318 IT •f.SY 3220 ' PROP •,• 1.99 3 1 __ ________ ____ __ ____ _ - • -- --- -- - - 43-06 .3• 43• 7 n.7 1.6 1 41 3 , .n 1 11694 z.ox •L Z EXIST LIP - 3215 243.75 3 ITM 3216M •IAZ 244 MAT U1665 •O.6x I Li 214• 332 -0 x 244• , , 3 -O.6Z •�., n`` 24.•75 321 . 0 , AO 2n -I= 4 . 245.50 zm 3e 1 1 210.50 9Y -2A% V4.�N3 g �N9 ry t T. Sid ry'i M� �� G «w-cl .ryi•�h ^bryry•i ••i% ..= T31'J w{^: h;ry ...� ^i .: ��S^� h+k •ti :ryh ^^iry!1 "<� �: y^; n��^ anti^ ^ _.: :' 1.: - 'x% � ryh ^�'a„�1 ~ ry•l •! R 'b -e� y}a ^• ^^ti - ry^ ^4 ^tryh '�q, V -Z G3 V •• i� 't-s^ V G� 4,Tr' V V i` SY� VV V i� V 4• i` G G? V VV 111 &�- y�. b 9 S Ci ya b up b aG'i i�• 4 n ... O .ya .. b" a91' •.na .•�. ..D 6 A e.a a4� up�4 4` O RIGHT IROFILE • RX T CROSS SLOPE MMWIONABLE 3225 0/fABR1C1 ' ARABOL STA 43-00 2 •2 CL EL 1 1 LIP 11 %,SLOPE Ci6T 41 .6 1 .41 . T17 4 -12Z 24 • 3 1T.pS 3 ITAO 3220 P T z.4•z + 5•b0fN- 44.00 3z16.6 16. 0.1z z44. 5 3 e s Y $Ndi - _ _ _ _ _ _ _ _ _ _ _ --- - - F1 SSITS ' -- -- -- _ C .n.OL )S7L4P -- - 2.4• 44• ZI -00 3 1 1T 3217.5 21 .10 3 11 3 17. 0 Y -0.SZ - Z PROP L ,.y 3215 !{ - 3 2 s.30 li , 3290 4A% II I CL. 51.15 C%ISr LV fi�_ 32101 9'.""'4 9 .''�? w� ��t"_I .'¢,-'•a_. .a .ns'? TZ:7 ryh .i y'f n•1 «h •{'.` RKh r: 'SK•f hH ^l F4M1 ": ^TT�tr^l.{'t ^l �! y w^t nh .^try N uSS� pyT$ g^ lS •yln 4n JVv Ae•1P •! m" 9'- 9�^ �4 & ? ..6 A.G t• E uk zt, 0� �4• �8. 03 '+:Vg.. 236+00 237+00 238+00 239+00 240+00 241+00 242+00 243+00 244+00 245+00 246+00 247+00 I 1 L 1 J 1 9 1 0 Ir w a 0 0 U • tel,o +� J tlninl Y Q a lubbock rezAs CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1626 t3T31 B71iEET WBBOM TEXAS ?Wl �1C.•'1. � y..,T34Y .. L' • 2d 9n mm ' - �� X1•Tti PLAN AND PROFILE 34TH STREET SHEET 4 OF 10 056 N r+ c%j < V) < c 314 Mr"? DFUR"'S MID&W DETAILS MTSEWIM.RAHATXIMHG ATOT P+ to GENERAL NOTES: c%j L FUM TO PROPOSM DIM- < IW~TM TAaLZ FOR DETAILS Or 03 0., EACH OMWC. CLAMAD M. OZ EM) 1 Tc� EXIST,-- 1. Cm (24m 251.00 23/`0 •1�4 V)L REITER TO SIG MNLAYOWT SCM -33 FOR SIXERALK AND AOCESMW DETAILS, 003 0. Z SEE WOMECIM LAMT FOR O"I'll Sill" 0" EMT k SEC MOKOWAL �f OAR SMIST FOR ADO1110" AU0041HY oovp-rA*. 4t Q S. AuPOM " OOP15 w RAM ....... . < TOKPr"Rl S.MTS ARE *IMM 0 COLCM, I;i,�{ DYe.g i, h ELI W4 .00 0" m am 249.M mw VA-M 7 Ty D CURB & GUTTER SEE WWASECT LAY017 A"" FOR OCUL A.E EXPANSION MIT MEDM At "I III Ij EFT P ML6 TRANSITION ABLE LEFT" 3225 ----Uv CL EL LIP EL 3215.435 X 251.00 -I.9X IT '=6�-T k 3215.65 3ZI5.49 .1.5X .,.50 PROP 25.75 '311.10, "00-15i 252-00 SHIMN 3220 El 1 5-1 252-25 -75-2.50 3215.5? 323.3a .0.6x 2524TS 321562 3093 3215.52 32 5.69 -T.OX -t5z 3215 --t- 253400 3216.40 3215.83 Z53•Is 3216.53 M5.92 -2.GX 255#15 3216.88 3215.27 .2.0x 3210 I' to 25640 256-25 3216.87 3216.85 3216.21 3MIS -2.2L.- -2.3Z Is .h - t a=�-Qsg h ,? , �S IGHT ROFILE RIGHT CROSS SLOPE TRANSITION r -X- STA 250.75 CL EL 3215.46 LIP EL MS.85 -SLOPE -2.09 3225 251-0. 1 LII S. M. -t8X $1.25 32,5.75 -LZX 251-50 3215.79 3215.70 -0.3X 3220 I ROP t 7-51-75 M2-15.56 2 MS65 O.3X_ Z57,00 3215.45 3215.60 0.5X • EXIST 252-25 252-50 3215.57 3215.82 3215.66 3215.T3 O.3X -0.3. 3215.79 •I.ZX 3215 --F5-3-25 11 3216.53 1 3215M -2.OX 3210 1, 3. K60 su awi,40 255.25 32 .31 -2.0. 255.50 .3116.92 3216.90 3216.36 -tax 255,75 3216.e9 3216.41 ft -10 qf� "i ; � -*� Z, ; ; �� t:[i T7 -p 256-00 3216.87 3216.46 -1.39 256-25 3216.85 3216.51 -1.19 Ir ;g 247+00 248+00 249+00 250+00 251+00 252+00 253+00 254+00 255+00 256+00 257+00 258+00 1 1 4 1 j 1 4 1 Z) (c Lu M 0 0 IM'() ad city of fl'u*b 6 ck TEXAS CrrY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 16=13THSTREET Lusuocr, TEAS I Ad. . . . . . . . . . . PLAN AND PROFILE STREET SHEET 5 OF 10 057 c E m W IL 0 1190 0 cd A3" i� N 93310 J t Y 11/11/11 aa '�� city of luMP ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE 0 1625 13TH STREET LUBBOCK TOMS 79401 0M 1M%RRAT ®i TC: u�l AAf(p tl NN b PLAN AND PROFILE 34TH STREET SHEET 6 OF 10 058 1 2 3 1 4 5 r------ , r---- l.�_.+; r-----� r` .----• r� :---1 �•-� P-� ^'-""^ "'--� ��'� i"'� ^may �-•-� $EE WERSECT1oR . I boa 011 AI, ` °°I I FMa i 0 p N - , j tea" IN NEDINI AT SECT OA6 AI" . NmINI O0TAl5 N GENERAL NOTES: 1. RDER TO PROPOSED DMT"y Q L. ,...-..... . � ... �, nEa7saT as - al a. as 0+6 a7 TAME CM DETAILS 0/ Q EACH E.T01 oalc (LAMED oL 07. ERG) « •, a qJ •00 ^I ' Z/ tst•00 ,OO• - Zs)•W -,�.. +00 �_-:^�.� 245.00.---.-.2�•00 -"- - .-.-_ 261•`OO aJ -.- J J .---_j 2 :/i 2 FM 9DCWAM AND AC459ME RAW xrAAs Z ORAOE Ilia _•' . 0106 01" R v Ono w Z _ Do? o15a 3. SEE WMW. M LAYOUT MR CROSS SvuT CURB RANK TC{NO A CUTTER 4. SU HOFaWX AIICMQIT DATA �PoR A001110NK N1CRiS11 ...�.� rrrr..... 1 • •�.rrmm� rr•.rr .:m ..................... Q ..~....,..............................,..... ....... ...... ......,- r. ....... .. -.w. II Q I • MICRS[ _ o IS ARE MIf1000 Q 5 6ORDEot TAl AYEIUT AVE x� TAND D BC CAlSH E { I m ofla3 Rif 8: I'1 j I � �i I 1 dEFT TAOILE LETT PROFILE 322$ Y" 0.9EARRi AI •- -- _ - pN0 "v R80 a 5TA ZW-25 �7L EL 3216.90 U1 3216.33 x•E X -L9x i - 17 A -2.OX !'R� . 6 •00 3 m.11 JZtS T1 -2Ai 266+ia 265.50 32 21 3215A7 -L2x 3220 I T - 2 •T5 L i 3215 ---_ --- --° ------ I� YNttA) fi.00-W � ,• �� =fi_ i �L -� rTh rt .ryh ^Ie{°I h'1nt rT `. t _t .y'k � V9.- Vp- V� 'w9.•^ y9.a ,.hi... Van wV4F $ q`. i D 1'+ 4.'7 L �? uj �n�' D 16;y , �� �+6�-i. L`��M` D �6 �D G^ E` q,j 3ti A�•� u6 wit D Y6 RIGNT CROSS SLOPE TRANSITION TABLE RIGHT f ROFILE IIIGNr 2 T %� rod? STA 2s0wo EL EL 3zm.T3 LW EL 32+6.33 %•SLOPE •Llz 3225 1 260+25 3218.90 32M •i.TX I 280.50 321 .08 3218ASA5 -2.09 ' 286+00 3216.32 3215.71 •2.OX 3220 0%Kr'IQ 268•z5 32m.21 3215.67 -Lax ,ry2 PACE ` 268+50 3215.99 3215.62 -L2z +i 288.15 ]2U.06 32U.57 Ai - - - - - -----.-.fOL.._--��� - 3215 -'- ' - - EL 1 15.N LL S n„ at ' 3210a�'pv im"IT! ii%3 1..^. n ry d 1 g•x %�ry� : t ��'x %tin;�•1 •q••.°�j •a n� ry� �n nnn 4 e8G "I-9 0 Vb� 9. 9G Btt 0; G 9': 6y 6?.� V6q b8 s $6' ma 9'•K �f A9. ;.{ WIVI E`^� sB un�G 258+00 259+00 260+00 261+00 262+00 263+00 264+00 265+00 266+00 267+00 268+00 269+00 ------------ 7-7 D + 0+ cl) a (ID I J 71 IN N SEE INTERSECTION GENERAL NOTES: 1`0"RSIT&AVE W Q: 7 1. REFER TO PNOPOSW Oft"AT < WORAATIOM TABLE TOR GETAILS Or m 051 m 055 ON DST aw a" EACH MW_ 4A6= IN , OZ CTCJ En 213-0qq' 2!12� '_'M L"±� !'-' (n & FFOMUS07EO Xmw= l`CCmtSnM`E �mn w------ ------- ----- --------- z ITT, D.3 2L. ow on? -Z I W�E INICUM—ClOH I.ATOLIT M _j ----------- --- 75 own sm"T \-TV 0 SEE 00ftZONTAL ALIMENT MATA ER SWOTRW AODWQO� ALIGHWHY 0 71 ....... .... ..... . ............. C . III , IS L cu" INVOMIA10K ...... .. Q. ............ .. S. Au PRINTS AM COM or PIAH AM NWTU SHEETS ARE KOM )—SEE INTERSECTION TO ME IN COLOR. AVE W W c VETAIL EFT P40FIL6 LEFT CROSS SLOPE TRANSITION TABLE7 ;TAT 3225 CL EL NO TRANSITIONS 3220 _F DIET 3215 - - - - - - - - - - - - - — - - - - - - - - - - - - PRW c - - --- 320 1 .0" ..Wt Z'� 1.0 s .,.Ot� t, 'i EXIST L.P t 7 . ..... ft"2 - 7, ;4.4 - - - - - - - - - - - T 54- .-,ft 3220 3215 - --- --- ---- . ........... L ----- --- --- ---- F ---------- IGHT �ROFIL6 . .. . ...... ............ . . . -- / -EX.1 I ........ .... RIGHT CROSS SLOPETRANSITION TABLE STA CL EL RIGHT LIP EL X SLOPE NO TR ITIONS "i4 I"IFROJ If A; ftn" e TIT Le LIP "ft 52i; «Myt tt r 269+00 270+00 271+00 272+00 273+00 274+00 275+00 276+00 277+00 278+00 279+00 280+00 1 1 2 1 j 1 4 1 Z) n w il.Lu 0 0 ,o ad w a lubb6ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET IND LANA AVE TO AVE 0 IGM28 13TH LUBSOCW, TEX&08 PLAN AND PROFILE 34TH STREET SHEET 7 OF 10 059 El c { SCE 1�00 I T A T10N QPtl0 OR At V I I I � Q (~/1 lal Z "-- , 11 i 9 `` NTaSf i �, J •i /QaOCTAR uT 9P f I, „• ,. L ...."_...._ 290.00 �. o p1tT i i o 11CM. GENERAL NOTES: 1. RWt ro PROPo8C0 DNNCwAr M0RYA00K TABLEBL /OR OVALS ZET 6 M {� EACH ORYG (lA6LCD DI, Oil. E7C1 2 flum To scwALK LAYOUT scm �.� TOR SIOEMNK AND AOM'SSIM l3J RA1q aETeas Z 1 SEE NiRiCC90N urouT FOR J GROSS SHEET GURD RAOUS 7Q T�FOR AAOMf%LONA�kXNMCIT f •. U A RR6O WSROIL Oal Oat 063 ON .-.� �. �_ L82•W 281.00----_?-- .�.� !q` 786.00 _ 28T•00 _ - 87•'E' •' -- '33e t�'.i4TH ST -�--- OW 020 OZ oa7 DRS OQ, '•_ _�. h -�.4y n. O/2S � 00.1 cJ� t09'00 �.� ^1 0 w J _ _ y.•�__ ,r �,. �: TY 0 SaE NICRSCCTgN = QE18 a 0uT `- ttATQiT AVC U ip ('! V I ::` -•' .' f ^' . .. _ `' 1 .. _... ,. MEZZO I •._ Tr D -; C0R6 a Ou1Tp1 : ., Q ::n.....:.r::,,.., j `; 7 li� q !I f ....,. n..rTr••rnn. , •I 1 Li ,,...........r.•...? ,. ~ A�IN o i PRINTSLNG cam S. a WCor KAH A,n Q N H O COEOa I I I I WM !Wp nM ,n LEFT PROFILE L T CRO55 OP TRMl51 ABL LbNT 3220 -� §, "5 -_"• - ~ t•'- _ i r✓ ,, 1V!RA8IICJ e�•� $TA 280.50 LIP EL 3213.19 %•SLM 3213.28 3213.01 -o.9X 281.00 2at•25 3213.18 3213.19 3213.03 3211.15 -0.5. Q.1% 3215` 281.50 281.T3 3213.32 3213.,, 3213.32 32t3.,0 o.ox •a.1% ` 282.GO 282.25 3213A3 3213A1 321].30 3213.1, -0.5% -0.9X - - ------ ----f---- -------- --� _�0.'lDtl --------- ------ - -.1. u• 282.50 3213.36 3213.06 -LOz _ _ -- 222899800...025050 13222111221....660860 333222Rt141...5338,5 •-LlAAOX V 28O.25 288.50 208.75521R.32 .61 322.5 321 . 32 .03 320.9t -1.2X -18X -2.O%x ._3._2.1..G uV„IyVXS �748'1"�,$ a •^�Gi'i'i1 V'KY-•':�L'.,. dGb•• ,M1sy,4•.t,.`y�`.• pryii .n«yu3-: l�ry'n,t�M8l.•ti..F.i . -.+uS"�41yi� �DVMfy.Yat1'->�1I -. - -y4 �:2 ^1�Vt•i}Y iL`' 4❑•Yy�i'3 ._."�u74h �Yj^I •O,i1 -�;4y:«YL'S. «KVqyp 7�q�h .{:`.�• unYtnVYM1y:� ;' ~ C�q.hw`tl ._.rO�u+",,,Cyn ry1�'•�3.'Y Yryy�n:�. .�Jug�snaV sn�..a<:.a ufoVn4-.1ci, -7 ,e nqJ,rc�G.:- ._.rryYinnV'.��4�..a;Oa. _ 32123, 321173 x 290.00 32R.23 3 321f.6 -Lox 290.75 3211.953211.27 d.6%-051 j RIGHT GROSS SLOPE TRANSITION TABLE RGHT p PARreouu 1 RIGHT ROFILE I 3220 - - .v......-.7.__.._._-._ �. I B ICI i3�' O'M/80.1G - STA 260.DO ttEl 3213.82 LIP EL 2 1 %-SLOPE -Lox 280.25 3213.72 1213.,7 d.8z 280.50 3213.50 3213.A2 -0.3% -CX19T 280.75 3213.28 3213.38 0.3X 3215 i AaaP 28175 3213.19 3213.29 J. •---••-•-^-^^^^-•- _ _ - - ♦ -.---- - - - - _ ---�4Aiy- - ---_ �OJBi-___ - - 28H50 3213.32 3213 2/ -G3X 281.75 282.00 3213.40 3213.,5 3213.19 321},15 d.eX -Lox 3210 I 1I ........ �.i ..........._....._... 3205.. .. .._..- uiy9„ --'"-Tae"S$G4-Sf'i'i • -"• 11-.. _• -•_'�• n•i "'�•Y«"i 9drY•-LA•amrDW _. __.....-.... . �_.... Ise.•.... �!h ..,..+�auo^axinua•� T&-:"1.1.. I i I ..-..._.-__..�......_•._...� �,».... �.,Krv^: 8.cei ..W�nVa ..._ .a:,.r'?a-..•..�I>M+V EXIST PROP .. �_. ry, r.,B�,•ie ••Y.�,°V L P LW �...._ aSC8� .C.1.^!^Wa! I3212.491 _'^.. «� �._...., ««'+ii •: a��.-.... tlw.._.`}_._.o �;•�Vn'! «•s.• ^-, ^uj,^Va! off..._..-..aan Ii"V «8«•:,`�: .......,_ 1 ...o- nfw _ _'wn»._ Sn? ^.ry !'^Vn:ryu•"C45 uI; i ._NIN._ r. __ Ya A"� •L!• VuVa i <.....« ^ .. c..._. -.1.-....._.-...«'^ .�w- e� ..._. YV6` ��'4•'.. u.�Y �: 1 ( �. r ^9•s �arlV .._.._�._...._......}«........._ s�._.o aWVS:^ .. � _....g ..,.55, . i ` n 7. _.._dam_ YB� -- �I tl __ ^�R 6yi �d �... .__. .Y_...e °AYL Ti J�War o. oX P151A r01•IILOD EL 3 :1.80 _ __.__ _._ ...... .w:._�.fl; �Y'n•:. 28T•25 287.50 3212.51 3I12.9 3212.4 -1.0X - X TS 3212.65 3212.09 -LOX Z 00 32266 327Z OS X 2.oX 289.15 322.34 Sz,L73 290 .25 290.50 321L59 -1.2X -O.SSyq 290.75 3211.,5 321655 0.3Y 280+00 281+00 282+00 283+00 284+00 285+00 286+00 287+00 288+00 289+00 290+00 291+00 I 1 L 1 J 1 Y 1 J cc W a 0118 U -•M9p10 J J it/I1/,1 Y cc a �city of lubbock rezAs CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O tau lam STREET LUBBOCK. TEXAS 79401 r z«- •• na �•. J •i t. �:.' SIM 1fNlt 3 e•.T r�rw, Hate •A Nlr e PLAN AND PROFILE 34TH STREET SHEETS OF 10 060 I MICrIOM ?S I is N 0,7 T D SEC SIOE.ft. I gmnsws CD CD CD + + 0 CD GENERAL NOTES: I. FAM TO PROPOSM pe y V) 061 on -07o Oil 'k Ozz 013 DT. "votmAim. TABLE FO1 OCTALS OF CACTI MW- (LABM Ill. OL ETC) 'm ........ 2 293000 ---------- ------ WWI --- ------ 2!tn ------ 3M40 I -00m - - - - - - - - - - - - - - - .01 RM TO SOCWALK LA1O.T SHIM FOR SOEWMX AM ACCESSIBLE LLIjg 7 Sr RAIIIP CETALS. z -Yfry 063 OU4 s uj Z 3. SEE wm1Sm110m LAouy FOR CROSS STREET OM RAOUS. Q'I'MA, SEE CTION LA10= IT TO IL FOR CEIAL SEE HORlZCNTAL ALICIS"T DATA SMUT MR A00111OKML ALIGNMENT ONFORNATION. :7r L GLITC11 S. ALL PRINTS " COPES OF PaonLE SHEETS ARE N?ENM TO BE 0 COLOIL, c 0 ALS %?"GOOPY? FUR NEINA04 DETAILS Ir LEFT CROSS SLOPE TRANSITION TABLE EFT PROFILES LEFT SWT STA CL elp LIP EL X 3220 292.25 292.50 3212.05 3212.L O_ 3211.90 3211.82 .0 10'e'l v 292.75 3212AS 32101 -I..x 293.00 32t2.20 3211.64 -LSZ 1 293,25 3212.25 3211.56 -2.3x 293.50 3212.30 3211.47 -2w7X 3215 It -pow c 293-65 3212.33 3211.42 -3.OX 29?-50 321L22 210.31 -3.09 7 297 75 3211.21 3210.45 -2.5. 3210 3210.58 -2.OX TA. 2W., j \-., . - 1 --v4-. 3210.37 .215X 3mlo -3= 4d n u n uq JL : X �t A. t i INCRIT 5 TRAM ITION TABLE IGHT ROF ILE ITT HT yy STA 291*00 CL EL W05 LIP EL 321L50 I X-SLOPE 066Z 3220 291-25 3211.43 3211.55 1. • 291.50 3211.59 3211.60 291-75 321L81 321L65 292�00 3211.97 32%TO -0.9x 292,25 3212.05 3211.75 .1.0% 3215 i PROP It a 777- -Fg-6--25 -r2-1181 3211.5t -I.ox 296-50 3211.69 32IL34 -I.Ix 3210 P, =RM - - - - - - - - I -0.24x 3211.58 297-00 3211.4 It. -lw4X 2 P" SIAt 2"- Mb STA 79 -25 '2*.86 3291.70 -1.7f EL 298.00 1 19 3211.1 371U.58 1 -x Z.O 3205 S tw WAS 292-00 293+00 294+00 295+00 296+00 297+00 298+00 299+00 300+00 301+00 302+00 1 I z 1 S 1 9 1 to " m w IL 0 0 .0 ad A Iwo 3: x 3: tr a< city of fl'u";'b15 o & k TEXAS Crry OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDMA AVE TO AVE 0 162=5 13TH LUBBOCK. TEKAS 70401 PLAN AND PROFILE 34TH STREET SHEET 9 OF 10 061 � I c"am° TE PAS ° op I SAW -TOOTH MEDIAN DETAIL M rrs ---•------•-•-•-•-•-----._._. N LZLJ _a .W web-�4TflO •°0 y ]0.00 SOTO0 -00 ]09 -___----_ y------__--_----`--.-.-_---`---._. ST _.---- ]3?.-_._._ 1 i I 0, I I Q .,- R _._.----_-_--- nR ] w GENERAL NOTES: L REFER TO PROPOSED DI63[VAY 00O 110N TABLE /OR OCTKS Or EAGI DN]C(LA&EO OL w. M) x To LA"O'n BUYS FOR SIDEWALK AND ACCESSIBLE -°crAu _J U . A -.._..- CURB a GUTT`l ; .. IMAM EXIST �.•• .�..,-.-._.-.-__-_..--- OR/OE 10OL` t ._.-._.--_..-.-_-.--_.-.-.-.-.-. •. �•._-.•-•-••-•�-- '•''. , S SEE NlER9ECRON LAMP FOR OROW STRCET CORE RIMS SEE HORIZONTAL AUCKENT DATA sNEtT FOR AoaM",L ALIDr.I[IR RfOR"Bew. S � PROFILE 9QTSS ARE WWNDEO TO BE IN COLOR EFT P OFILE I I LEFT CROSS SLOPE TRANSITION TABLE LEFT STA 302.50 CL EL 3210.11 LIP EL 3209.20 X-SLOPE -3.0X 3220 .. ' 302.75 3209.98 3209.H -Zax .Aft, 303.00 303.25 3209.T0 3209.36 3209405 3209.02 Ax -LC 321T Y EXIST t • i 303.50 320905 3208.97 -0bX 303•TS 1209.28 3209.OS 3 3210 y PTA a � J 32051 h4 i SIGHT PROFILE RICNT CROSS SLOPE TRANSITION TABLE RION7 3220 ARA60LM0 TA 302 90 321011 3209ZO X-z Dx� 302.75 3209.98 3202.44 •1.8X 303.00 3209.T0 3209.38 -LOX 303.25 3209.36 3209.32 •0.Ix 3215 •• 303.50 1209.8 3209.28 0.4X 303.75 320938 ]209.19 0AX - EVST Iti 3210 4. --- - - - - --- ---- - -- _ 3205 I € PRaP Lr � $� E g� 3.209.^_3 • 9 C, 4 Q 302+00 303+00 304+00 305+00 306+00 307+00 308+00 309+00 310•,+00 311+00 312+00 313+00 I I L i J I 1 I D ad 5 ity of f1'uf--'b'bo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O I GZ5 13TH 6iA@T L.UBSO(M TEXAS 79401 PLAN AND PROFILE 34TH STREET SHEET 10 OF 10 062 1 W3d000 V HAWS IIIHNLIVd rk4 x Q '�'1 �1f-� •,tyl WOIN m S F $=• 1, 1 a s N N sg Rd oa F �LLG�NG�S& C�LLF5b2;33G C ��LG6«�„„�„ g p 5 � Co v $ e $ e $ ��LL6:GG dG G�LLb:«bSSG ��GG» LZ;3SM ��GLL�NG3SN M b y 10 N N �l�GGL�Z;in33L ��GLN5Ga3�G �`lfGLG�kNSSG �3GGG�xz�3L kit q. / I STA t,7.W20 CID PROP PAT(Yf.NT � STA 212t LlOI I 4\ TAn ruous 1 C+y': Itok:. STA i ,.OP.SO u. a RApUS z a o 7■ PAVLr01T I 4S+LT— `. MMR OF RAOUS V--'— ,,:I. .347H ST 2.. zv-oP ZQ-w za. I N ------------f — T ,r STA 211.09.18 - - WO Rr RAOOS 1 1 ..�...._._....-�_........,.�.�_.........__...,._�-_, ....._ .. _.__.... TO A a +50. �� �OIIRRIiORiS lbw ------ ---; -C .�. �. �.�. �.�.�.�. ............ .89.15 45 ti 212.50M OTRTER Or RAOM I I 4P COROT OF RAas I LEGEND STARi17ia su raz+s ETn RAaus a Rr �_ Tlar Aom 01DSSR}TA��D114 am SPOT RLYAi,Ov . •• ' I ENO FW P PAV X.? PROP SPOT pLVAigI 114 PnaP TTAP u[ QEVANOI i 4 A i,v4 Q ' ' 1— F110P {! REYARW MOO A .b I Do PROP PAVDKKT ''' MCA �RA I QQ4 —W 0 PROP OUTTCR OLVAi10M RUTRO.CcUNC �,;:• I SOW FOR CLAR,TT (NOT KCCSSARLT AT jmqp GENERAL NOTES T, ALL OR[MSCRS AK TO VAM OF CURB URLO•S OMORRSC IOTM w I a a limc) C6 NOW J f nn+n, y Q a - city of Clubbock rezxs CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE G iUS 13TH srneer W BBOCI(, Tms 7"oi INTERSECTION LAYOUT HARTFORD AVENUE 064 L.. AN IN I I � I f SS1T.A 21016&.90 [IIDmPNOP PAVOVExr� •-.- .. sTALt M"9o-} -------------------COIIOI OE/ RARE 'At131NSI.VO I Op RApA� f �... I 1/ SS3r,p �TNW90 EIID FlIOP PAVEMENT I , l STA 1IM93.f0 !1i C1ik-- ORD RAEoiSTA A9.06WaPRApli-----* ---------------------------------------- ------------- 333,.,E 213.00 ------- --- ST --.—.----------------------r-----------------------� 9 -------------------I--- SZS,AI -- , ."VA WA N9WA93 ". • V ]33,3, ,�Q.SS Ri � KON RAEOS { . ,.NL /.�.—- —.—.—..�..— _—•—'---.—.—•---•—_—.— v' SINa693 45 CD1RA T/ RADAI DS1,.T0 , /d Rt ��� / { SSA SIMH.R • CENTER OP gAgK ENO RAEoi .ANTIN9r.Q END / p0 PROP PAVEMENT ' LEGEND I � F1111 AM* DW SPOT PAVANN ' pSTTA IN97A1 I o0. PIIOP PAVE,OIT © PROP VQ; pEYAAON R PROP RW 111E TEEVAOON I Moo up v2vAum SSIA 11--- J I'; '� I N PROP Qlr10t REVA71011 0o PROP vAYf]Olr I R IM.= IRE I '., ---_ 940M TOR G.METT 1li'9 9L yrL (NOT NECESSARY At JD" GENERAL NOTES 1. ALL DS O,9ONS ARE TO EAOI OF CUFA WIESS one"= NOTED. ¢ W a O O Inc.) 46 a ity of fl'u'�bbo& TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INOUWA AVE TO AVE O 162E 13TH STREW LUBBOCK. TEAS 79401 KK i�.� �__�'•t. INTERSECTION LAYOUT GARY AVENUE 065 it STA 225 71.17 Do) PROP PAYF]pi j I I VAL�7412, ED PAOW STA ]75.0667 i S� L7Me06{3 ]� BEOM RAOIIK '•, C 7 I I ���7A+57.677 1 CIO PROP PAVBGRT STA 715+" 7 aO56 LT 1 DD PROP PANJIpT 1 ' i' - :6 } 56173kW07 ED PROP PAVCRCTT / ': 1 Mo R.BDs A SLT W11D1 Or TRAORK 775e70.17 --------• ---- ----- _ ------- rSfA / BEM RAMPS uAeP 39TN ST u5 oo 275-W Ss6 oo 226 50 ]77L6i a10 I ----/ 1 v rc o OUPB s�lA6 �71`o6bf RAR RApK 1 1 I 1 ]SSUP O —..— — - — - — - ---------------------- --. � � a � - LTa I -----•------- - 7�0�7? ••------' aABus S1'TAR�r0G5P �ITDR Or RADIUS St6 7' xi I ST pT7'w7135 OF RADWS ObRAoRsISA6•E ` I LEGEND ' srA znala . 45 ITT$TA I MD RAONS MO. "m T11`IL6P END PROP PAVDANT 1 j STA 775.. RT �'fD65T SPOT DEVABON ; DM DPROP PAVFNMT PROP SPOT DEVATTM ]d1660 f PROP RoP UPC EEVARM Z 1. i ! 1 I ]t0000 L PROP u DEVAT1011 .�jD IIaaPO 0 PROP CUTTER EIEVATDR i �� �i\��� I WERMR LNE ---- Sara rOR CANN MT T(RSSA I AT VOPRT) GENERAL NOTES 1. ALL OP[N90N5 ARE TO BAN Or DAB uKm omfRME NOTED. w a o ITIC) ad a elblio& o TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUMA AVE TO AVE O tale 13TH STREET LUBSOC 4 TEXAS 7401 •;. ," ]Nx NRif1, ��- INTERSECTION LAYOUT FLINT AVENUE 066 7� do •7 SISM LTlSa6 Do PROP PAVEfENT ,/1,/ , 19, ., ;_q%- I �' .. % L / . .• i STA 231.1W4 END PRm PAVEMM I �srA z3�.as.x I ao00PaoP PAuatNr I I STA 2 -tU5 , LT DO PROP PAVEKW I Q I I I •R6S GD PROPag PAYEKMi V 1$7.00 ll UD PROP PAY(![31T NAlr31.7116 W 1 I • Dn RAWS STA 733.0L31 U LT OID RAOR35 I .', y : ]7NA3 MOW O STA M.Ks3 STA 231.6136 AS LT I AS LT GOITER or RAMS —' I � 1 ----------------------------------------------- STA O]1.63.35 '' ',.' 3i5 LIT1Aou[ I '� I ~---•--------I STw 137.tL06 %I�RPI W tKOILRAOUs PpIT / 23: .T4,rH Sr 23H 252g0 237-0O 253-00 p� r MSS t]GUr TQt ]7nat L _g 1 Y 3 16K o — ]716Ai C — K17NOAORRS ~-------------I �[T p MO 37naA I Wr1q ------------ ------------ I]Sf9.M L1L ]Sna] L— �T� :— - — - — - — - — : r----------- I ��' SyTA t37.17.71 STA 231.0.77 '' ( I CO11MQt a RADP35 cantle or nADRis s e+t`'V LEGEND STA 731.ITL7'7 •5 RT END Ram . M RAOAIS {1p AfAOr r ...... .. .._ ' � / i � I 1'i� nuT SPOT atvAT10N . ... _..... ___.., . .... �• '%• / � I 9\ W Py\ a � 4' Yam, Cb\' \� I ST.A50xTT2.111 PROP SPOT ELmmw //;; J 7 J7; -/ i14 i ENO PI10P PAVEKHT ,YmLO I PRv nL I/E E11VAR0RI � STA RtT-00.Z7QZZ V a06W L FRDI UP DEYAIp I DID PROP PAVEIOIi II .' ! ;', ., . ]fmm a PRO► QITRR OEVA110N 901106 FOR CLARITY (NOT NIQSSARLT AT SDMT) 1 •� ; �I �/ - i — °;- GENERAL NOTES L ALL DOW490I3 ARE TO RAG( OF DIRE u,Lm oovrmz NoTm. Citf fl'u4f-"b*l5&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIIANA AVE TO AVE O 1626 13TH 19r11eEi LUDSOCK, TO" 7w1D1 INTERSECTION LAYOUT ELGIN AVENUE 067 7■ I 231,s0 vR-OO J4iH sr 370,70 239.W 23940 Tr t ---- •T----------- —F---- ��µ 5STA Rt Ma ~- — - OEG11 RADOS T 0 T RGN IIIi01YiN -------------•- • ! - ----------- - -•-•-- \ ;"pat*"CD$MX IT. ]SIT . - p a�RTOl.6LJ1 , OF RADW 1?`:° �` CENTER OF RAONS .i"RT I 00 RAOU9 I' 'TA 2x.T.a. LEGEND 230.40 1 m� I I STA S3°N4o. DW SPOT ox-VAN [9M i i , [I�i pow PAKLONT PROP 5►01 [INAllb1 . • 1 J�; \` *ice I ]EODDP I PROP ROW Lw EECVARON ^ ly '9J 1]maO T PROP UP ONATft ]iP60P G PN1pp OJTTgI QFNA1g1 1 I' ---- F47ERDC IRi SHOW TON CLAFM (NOT NECESSAftr AT "T) GENERAL NOTES I. Au DA[RS M AK TO SAM Or CUFM amass ODvwtx MOTm w a 0 0 ITIC) mto n/NI/TT Al cr a fl'uf-. ty of �o bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDWJA AVE TO AVE O tags 13TH STgBEr LUBBOGK TEXAS 79401 a A. .,.5-^ '" Q�T ..., �� •ice . mil—MOT T+m INTERSECTION LAYOUT CANTON AVE (S) oss 7�1 L I ME Is Z39-M Y4,r)V Sr 240a 2-0-M 211.00 ------------------------------------- I --------------------------------------------------------------------------- LEGEND rww .1mg <o,., DW SPOT mm-c" mw SPOT amym PROP FWW LW WVAT Aw UP CL"Arg" PROP cum ravw. UK SHO. ROT CLAFOv (NOT HICESSAfty AT A T) GENERAL NOTES 1. Au MOWn Aft TO BACK OF CURB uw.m OTHWOK "mm city of fl'uf--'Obo & k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 ISM 13TH STREET LuBsocjc, TEXAS 70401 INTERSECTION LAYOUT CANTON AVE (N) 069 01♦ y}}T;},A xaJ�It0.x0 � P1D�PAOP PA1E?IOIT� I JSAL 4MNS1 CEM10 Or Rl"pS ,ERAws 'm Or RApOS 2U-00 J4Th' Sr 2.31A x..-W 214-0O 246-00 3 1 a wTm t wlnm n StIT ¢ L Txnaz 1. c KOIN R„ RADKIIS IT Ball RAEAK ]xnAJ 1 , I 1 I — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — I I _ ----------------------_. �•. ' LEGEND SrrA Sr5171 � 3 Ri Jxn.0 L _"� "a STA x 5131 rLow A. C[NifJl a RACR15 s�A�+7.enil 1 1 .R i7� 37 /I\ �CNST SPOT MAnM DO RADIUSN RN1�x7.�1 OF RACWS. ENO aAUATS PROP SPOT EEVAIM IV PROP ROW US ELEVATION I vl M 9min�xx.Cl � I r+mP PAYp1ELIT LMb7 rsmm L PROP LM [LEVAiK1N Sgj,S7 R31 Vi 1+, 1.1 PROP GUTTER oEVAT1GN Do PROP PA%DJENT i, 1, REiV1pCE UK —_-- SHONN Pal CLAIM ON)l WCESSAWT AT JOOM I GENERAL NOTES 1. ALL OAOPJONS ARE tO BACK Or aIRR UNLESS OTN[RRSE NOTED. 06 ¢ a fluf-'obcityck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O T6W 13TH STREET W BBOM TEXAS 70401 Noi rWm JWK;,m INTERSECTION LAYOUT BOSTON AVE 070 I L J 4 J 9 / I II ' S<• � lien Il c� j—STA 252+26M P110/ PMOOIr o� ye 0 0PROP PAKIOII / DO STA 231.91.033 l f D n.91 LT DO PROP PA%TMWT , P A LIID PROP PM(LpT411.14 LT /SlA DO Lt DO PROP PAgpIT i l I �� I • % 43ALbN9A5! ENO RAd14 .6.00 LTLT END PROP PAWAMa , I DIG RADUS tit r STA 251.06M 4i LLITp1 Or RADUS _ 1 A 252+37.05 Ad : .1; I L .] ���� ODDOI Or RAMS —.—.—.—.—.—.—.—.—.--•---.—.—.—.—.—.— ----- � L~-�S522rA,-�--- --•—•—•—•—•—•—•— I 5 ��22Sy lCOMLRADKIS C ]21526 O M&M O �L ] 1 I ] N 25M0 251-w Ma M." 2w] 34TH ST--------------------- — — `-----------•------- ----•----- eEaP/ RADIUS ]zan c c — — I— ------------------------•-----------•-----• ] KqI RADUS 42 R I IEII OP RADIUS axru OF RADUS 2y AA 2sNNA1 5= Rr •f3..1 LEGEND do nAous I -�. `:ky, •? �\ ' oo RAMS r o AMM TAa 1PLSO I_, DOST SPOT EIVAADI STA RT."A1 r! IC' DID PROP PAKYENt END PROP PA T " I © PROP SPOT [1LVAAOR I. Q ]ADRo I PROP no. L9t DEVAgI \ I ,'A. w ]IP6W L PROP UP EIEVArON PROP wm [IEYAIOM ---- show fM aAFM IKY MT RECESC[SSARIr AT JoElry r., GENERAL NOTES 1. Au O.CWMNS ARE TO RADI OF 0.69 IR{E6s OMCRIRSE NORM x ul IL 0 0 TU 1— 2 `• T' 99310 J 11/11/11 Y cc a fl'tblPccfA CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 tam SRiE.Er u]BeoaK TMYAS 79401 b PI[ NTO�eW �6 O1Q• 110QA IQfLT O PRI.A INTERSECTION LAYOUT AKRON AVE 071 lim -1 m I N J4,W Sr Esewo --------------------------------------------------------- ------------- ----------------------------------------- --------------------------------------- STA 3 A' CENTER OF VDM MOP AM, Z71 0 CNB - - - - - - - - - - - - - - - KOM s3AJW26.68 CENTER Or RAINUS LEGEND now ff"w OTST ! T CX.CVA90N PROP sm oxvxao" PROP now UK CLEVADN PROP UP ELEVATM PROP LATTER ELEVATW)N REFERENCE UNE 9*DM FOR CLARrTY ONOT WXESSAftY AT XWT) GENERAL NOTES 1. AU DMKNSCRS AM 30 BACK OF CUM UNUW 000m6E NOTED, fl.bcityf TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLA114A AVE TO AVE 0 Ion 13TH STRgET LUBBOCK. TEMS 7"01 ...... .... INTERSECTION LAYOUT AVE X (S) 072 L 7-7 3 4 5 STA 267+U74 Do PROP PAWMENT 43 lT DG FF4CF PA%G9W z STA 267+UV EW PRW PANIAW A,vmw "-"A 2"*uo FAIC.MT STA 267.a= 5168 LT EW PROP PA%V4NT STA ?WZ&74 STA 26741n74 13, w RAOui WIAOW SU 267.U2. CENTER OF cDm a, c— - — - — - — - — - — — - — - — - — - — - — - — - — -- - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - — - L=4 jp� - - - - - - - - - - - FA F&INM rao W-50 ----------------- --------------------------- 34,rH Sr moo ------------------------------------------------------------------- 2w5o B ---------------- LEGEND am spol nzVATRIN PROP SPOT CMYADM P10- FWN LM 0"AVCN w ca-T" clam c".T" qDvtmcE L" %QFOR CLAFM ("T WAMMLI AT 10" GENERAL NOTES 1. ALL D.Kw90N AK M 6A Or C.0 uRuw ope"m HoTm 5 w ui 0(L 0 1110 ca a trz— ecity of lu'o*bbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I 6W 13TH STRUT LUBBOCK TEms 79401 INTERSECTION LAYOUT AVE X (N) 073 �.................... ...- - - . ............_,............ ........ ............ ._.__._....... . . . rero xrroe 34TH Sr 271 ZT2m 212y r OBTR71tt 0 '" ]ARr ." aMru or IlA `fib; ��si sTA xxt.xn PBOP BT m PgOP PALtM[NT ( 3 I _../ _ 11 CUM a anus,T. LEGEND JI\ ,n� u r. now AWgM� -^—CND STA x71.M46 1� GaSr seer BAYAegI DROPP0.01 RT i FND PA\pENf OP PLSlef M'ArgN sTmm r PFtP nor UN: BiYAWN I ]t0600 L PROP LW BAVATOM �I r .1x00.00 0 PROP OUT IT WATIOM P6LIBmn c ---- snw raa,uarr (WT KMSSY1AT AT • T) GENERAL NOTES 1• Au ft0t510M5 Art TO BKK Or QYB NAASS OTICRWR NOTED• Q a city of fl'.f---*bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBOCK. TEXAS 79401 .�a,... aNi;, INTERSECTION LAYOUT AVE W (S) 074 D STA27-2.M A' ,T E 7PROP PAVD"T n-2-U- 4 3 11 EW RAMS --------------------------------------- 1.Ot M27- LT BKE GQMW c S211A7 O r ................. OIDIPROP PA39011 STA -M" Cm, 01 RAM5 I---------------------------------------------------- 1300 271g0 2—A zlb�00 215� 2 ----------------------- I ------- --------------------------------------------------------------------------------- .Ylellly sIr =>!�l ---------------------------------- - ------------------------------------------------------ LEGEND FIA. AICIQI DW WITT aEVAUM PROP WIT, mmmm PROP now UW- DZVA7 Oft(W UP CLUA71C)H POW GUM CiLVAUM RDMRD= LW (W? NECV.RSAMY AT "I) GENERAL NOTES 1. ALL 011DOWS AK TO aAO( 01 CM mm ovetom WoTm 'lbbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 IS= 13TH STREET LUBBOM TEXAS INTERSECTION LAYOUT AVE W (N) 076 ]■ H ' STA z .7L63 STA 220 91.6363.06 LT EMO InOP wALC4➢1i 0 M A 6&W LT END PRW MA:b"T ,/ STA`I6D�OL63 I S�ALm1�t263 ..•,.......• • '... ' 0D RAOIUS ., p0 11Am STA ]60M1.13 i i or w.oas i — l StR.90 C a 3zR.96 szu zi L* STA tO1,3113 wA —I— — — —--_ i ------- , ----------------------------------------------- ew.66 zeo-w 28t zal- 2wz ----------------------'----------------------------------------------------------------------------------------- .94Th' ST LEGEND : —. now Aalmw 'i �� OW SPO a Aq ® FRW SPOT O VAUM 3maa6 r mw now IJ1E OLVAf01 3Taba6 L we0' 1/ OI:YATOM 3Tona6 a ~ cum vx"TON 1T0L1161C( uK ---- SHOW fOR CLAOn (WI 1Eff.SSAALT AT JDMT) GENERAL NOTES 1. ALL 064)19a/5 AM TO e4x Or all® UNLESS 0*WN= ND= W IL O O I"t() ro6310 *? J nnln' Y EL a fl'.'r-Sboty ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 16M 13TH 8'zneei w99ocK. 1E" 79401 INTERSECTION LAYOUT AVE V (N) 076 J []m Am Am X ------------------------------------------------------------------------------- --------- . . . . . . . . . . . . . . . . . . . . . . . . WH S7 2' M." eft zee-90 ----------- I --------------------------------------------------------------------------- T, C apts� _4 ----------- - aEM *ADM —SlAMl;W5r �l - — - — - — - — - — - — - — 43 RT or 'It ce.Tut RAOYS — — — — — — — — — ST. 65+4" mej, G t"D RADILls yT�RT2 1 '�STA DW RADM LEGEND DO PAW PAKWA T 1 2141ft06 rLOW AWWY 0.93 ITT PA T D1�7 PA E3W SPOT ajtVAPM PROP SPOT DX"110N FRW rLDW L19 VAVAWN PROP LF cLcv^rm pftw cjm DA.um RuvtDm u.E � rOR MAR" (WT NECESSAMLY AT j0WT) GENERAL NOTES 1. Au MOM" ARE TO BAM Or CM uoss ouutx o;m fr w IL 0 0 IT() 06 fl'uf-**b 9 toy f TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I a2S 13TH Luosccw� TEXAS 79401 INTERSECTION LAYOUT AVE U (S) 077 ;IN ell FAVEYENT 42 m maw 1,101 stA 2".7229 STA' CENTM OF_ OF R#DWS ----------------- ------------------- Ift-W 1ST-0 207.w 200.00 260-50 ----------------------------------------------------------------------------------------------------------------- J4,rH Sr --------------------------------- OF R#DWS ----------------- ------------------- Ift-W 1ST-0 207.w 200.00 260-50 ----------------------------------------------------------------------------------------------------------------- J4,rH Sr --------------------------------- --------------------------- LEGEND Ei 1CYSTSPOT nVAIM MW SPGT CLEVAT*N PROP FWW LK ELMUN I=qm t PROP LP D.EVArAN PROP wTuR ft"Ar" wuem L-c SHOM rOR CLARft (NOT NECMSMXY AT JMT) GENERAL NOTES L AU O"MOd AK 10 6A(X OF CUFM vKm ommm wm m Lu CL 0 0 Inso as flcity of 'u"�b b o ck TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH BTAEET LUBBOCW. TEXAS 79401 INTERSECTION LAYOUT AVE U (N) 078 77-7 7=1 7-7 77 L 11 m tim --------------------- I .i4Th' ST ------ --- --- ------- LEGEND OW SPOT ELEVA� PRW SPOT =vArgH U.E CLM� P� Lr CLCVA� PAW onim CLEVAM" RE V4= UME SHOW FOR CLAIM 04T NECESSARILY AT j0Wt) GENERAL NOTES I. ALL DlOt9M AK 10 SMX OF CM VKM ODCRMK NO= m w 0 Into city of fl'uf--*b'b o & k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1 626 13TH STRIEET LUBEOCK. TEXAS 79401 INTERSECTION LAYOUT AVE T (N) Dim 1�1 ------------------------------------------------------------------ I --------------------------------------- A 21i.MW Rpm "W3 c — - — - — - — - — - — - — - — - — — - — - — - — - — -- — - — - — - — - — - ice. STA M..� ccNm or Ums Aom ." 2"10T STA LEGEND 41OW1STA am rLM AR" . 'STA M+lt� 61? PROP AVMCNT CIO DROP IAWYplf OW SM D.CVAVON 1 Pimp spol mwwN rt ME eLm'm Hoop up ol'"I*. All FRop ojTTat ozmuop% "Doa L't 90M TOR WATT (NOT NECES&4fty AT JWM GENERAL NOTES 1. AM DMOMM AK TO BACK OF CUFM uwass ouct"m Nolm CC w D- o 0 CC D<- fl'u'�bl�cfjS CITY OF LUBBOCK PAVING IMPROVEMENTS 34rH STREET INDIA14A AVE TO AVE 0 162SIMSTREET Luss*m TEOZ 70401 INTERSECTION LAYOUT AVE S 080 --7 -7 --7 i sao.Rc 34TH ST sao-w satiaP sm-sP >os'°° WiR0. uo..ta H --- ---------- --- ! a"Ni uoRae c ——.---------- — sTA wau.w smRs! r-----------� -- ---------------- -- uoRaR sT�As E. UA.7071f1.10 1 s o0 .1L70 C[NVA OF RAOKG ' 1 ,STAA" CDaM Or RADUS SIA S00l72M ' 1 1 LEGEND Do� � DO R W oro AORa _-� rwr ARRor k w vot cLEYAR ow \w WA SOOa6l.4 59.>D RT DID PROP ►AIVMW ` 1 SOIapS,P1 � MOP 9'Of (T(YAliON 1 1 , 1 lP.7R Ri OIO PROP PA%[IpI 51000R ! PROP rLow UNC 0"AR Q '\r PROP LIPncrA90R PROP CUM ELCVATION RUM= Log / ( 1 GENERAL NOTES 1. ALL DAMR9M ARC TO RACK OF CORE U = OvAut"4 Norm n (r IL W 0 0 U ad IL a ity of fl'ubbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O law 131H BTTi@ET LUBBOCK. TEX" 79401 hM RCi ^' eea mm RlwC OIQ• Iy`Ri ARm .R NM,M INTERSECTION LAYOUT AVE R (S) H3dOOD V HAWS TINNHW v� w v 00 'I a 0 Jm & q � Q Mal qwOZg1 s�a E UaA3 <W V Jmm R Q yf N 2 ► LL 2 mzz O Ro IIII(I$°itz N m Q s`aa"aaaao3a�a$a�"s�"s�'s$$:ia�"saa�s��'s�o�o� $ $ $ � $ $ S p i T T 7 7 T T T T T TITT T T T T T 7 7 7TT T T 7 i T T T 7q T T T T bT ^ 4 •^, p 'j-' $^ o� Rhot$S ^q .'. x a 3 S t t t 7 T T T T T 7 T 7 T T T T T 7 T T T ? III'-Ro-R g sIq df."-�q,�ME; ' � a 4 g Y« « .¢. "' ~ e .� h G e Kn 4rg=f �97++�7�7R�'�j4��~ x« $.�•�dn �R^ •RS9�4 te'"T.. �c^u� •£'. p'n« 't ¢ ^1 ^t MIM tl4.^..4 C .. T �C«�« R.x^."' nRtiH«« So ��� aRo $����«R'��$'%` h:9e $aR^5>$$9i'RenR=. ^. S'o�� E� 4 7 T T 7 T T T T T T T T T T i t T T T S T 7 Y T T� ! T^ T 7 7 T I^ T T T T T 7 T 7 S 7 T r � � $ � a3d000 V HIMS IIIHNWVd 'a 4 U. g{ YI N COy0 goo ¢S I111114� a- wo w 0 n N N � � 3 0 m U a c� N N O U m =Sit I'Mi y « « » « Y k S g A« ilk 'a 4 U. g{ YI N COy0 goo ¢S I111114� a- wo w 0 n N N � � 3 0 m U a c� N N O U m =Sit I'Mi y « « » « Y k S g A« ilk • ^q ga�ARBaRRs$RRRRSARtR�RgRRRR8��SR{RB.$j��d$:gRiRS�iRRRRRRRRR�RA���?tRR9RRRA$�$sdR 4S � � Y# ^ �` � `X. � � � � � .'�i 7 2 1d .� � 8 y� � T =.e�.��F«%^•. � � r�Y �gLj' S y�q� � gT 4 � g� � � T � � � $ y4 � y7 g � � 9 4 � a t yP � `P � p T a .�..R$ 3RRA��iR$R?i�i�f8$RRR �gaga ?ng? g.�.$^$gg'vag3 nnnn s$• S�(�8$8d� .r�..R«RRS�h««««���g 'BURR MI n .N'SR>+ 11; '� � ; 0 .� � RM.' � ? 215 1 9 a MIN s� �`R g¢$$ $ra �^« MrMi CONCRETE PAVING DETAILS TYPICAL PAVEWNT LAYOUT TABLE NO.1 STEEL GEOMETRY FIRST SECOND AOGIIONAL LOIOTUpINAL $PAC" V. STEEL GARS AT TR.MSARM STEEL OMB AT EDGE OR JGNT FROM EDGE OR JOINT TRA6VERSE CONST JOINT STEEL BINS BM SPACING ACID SPACYIG sm C A O tPC L D .6 O $ TO A S TO O 6 SO 50 M SEALING; Ap01T1OVN, STEEL ONUS NAI— HETNCD A OR O •"L SHA.1. K IN SINE PL.NAE THE LWGTUONK OARS. PIF 7 IIA6 TRNASVERSE TARS LOIWTLDIAL OqO TRANSVERSE CONSTRUCTION JOINT SECTION X - x NO SPICES ALLOWED WMF'N D R OF THE JOINT JOINT SEAWO HATNIIAI� HETKD A r LOCITUCINA OAR PKCE T[ OARS ILA cum JOINT TRAISVERK eM N Hq SPLICES �1� THE JOIN %mT s FOR PAVENI MOTILPAYEAw THICKNESS AND iHE CROWN 000SSIAOPE 94KL K SHOWN ELSEWHERE IN THE PLANS 7. LONGIUOMNL AND TRANS AM REIEORCPHG STEEL SHILL K 4 DEIO NED STEEL BARS CONOUYIG TO AST. A 66 IGRW 6W OR ASTH A ORE IGRUDE 60L LPAVEHENT WIDTHS OF N RC THAN IS rT.SNNL HAVE A LONGITUDINAL JOINT GECIDN E-E OR Y-YL THESE JOINTS SHAL K LOCATED WITHIN 6 KO THE LAW LIE UNLESS THE JOINT LOCATION 6 SHOWN ELSEWHERE ON THE MA $ OR AT LOCATIONS d APPROVED m THE EMGO[ER THOUGH THE NORUL SO OTTA PROCESS. I.THE SAW CUT DEPTH FOR THE LONGITUDINAL JOINT SHALL K NAASIIw Or ONE TRIM THE AAA THNOtlLSS. IT HAY K WOW OF ONE FORTH THE SLAB THICKESS MICH CR19ED LAON IS USED AS THE COARSE WAKCAtE. &REINFORCING STEEL SPLKES SHALL K A HOINAN O zs IN. 6.ALLTIRE PIECE TIE O TARS !PULL K USED AT LONGITLC HAIL CONSTRUCTION JOINHD S ATED TO EAG N TRANSVERSE BAR. I. STEEL OAR PLA CEMENT TO.ERRICE K-A- SHAL I%HOO2WTALLY HD A — 0.25 K VCRTK'ALLT. THE AVCAAGC OAR SPACINGS SNAIL CONFORM TO TARE NOLL LHISSHG OR DAUOLD TIC 6AR5 SHALL K REPLACED BY DRUID AND EPOTY GRIMM AT THE CONTRACTOR'S EXPENSE. I.AT TRANSVERSE CONSTRUCTION JOMS.TNE AOUITIOIN. STEEL OARS SMALL K PLACED APMOIIIMUTEIT NOWAY KTWONN THE LOKCYTUDIAL STEEL OAR& O.CONSQDATDNI WIN AEG NwNCA VWtATORS K REOURiD A0I4CEM TO ALL TRANSVERSE CONSTRUCTION JOM& L OBTAIN THE ENCUEEA'S MOTTEN APPROVAL IF THE CONCRETE WIG( DESIGN USES MORE THAN " SAOCSACY .DINT SEALING NATERIµ HE TROD A OR I SUN NT LOIGTHDINAL OM SAW SCF IDCM TDEPE STH iKA TVERR OAR GENERAL NOTES: L UNLESS OTHERWISE SHOWN N THE PLANS. EITHER HETH OD 'A' OR HETHOO -9- I K USED. 2. THE LOCATION OF JOINTS SHALL K AS SAWN ELSEWHERE IN TK PUNS OR AS APPROVED BY THE ENGINEER. s. THE JONI RESERVOIR FOR SEALANT SHILL K SAWED, I, THE JON Sw K CLEANED AND APPROVED BY ENONEER. a3 o�ILl aI E -ff r SAWED LONG17UDINAL LONG17UDROL JOINT CONSTRUCTION JOINT LONGITUDINAL JOINT SEALS SAWED CONTRACTION JOINT I PCs PREfORNEO OITU-P" fIKR OR MATERIAL BOARDS EOMALENT FORMED EXPASON JOINT TRANSVERSE JOINT SEALS METHOD A: PREFORMED COMPRESSION SEALS IPCS) (CLASS 6 PREFORMED JOINT SEALANT) HDTE: OVENS IS eL E2. AND 15 SHN.L K N ACCORDANCE WITH THE PREFObED COMPRESSION SEA NAWFACTIRES RECOAENDATDN. n=ek ' '- Y'� X N A" SAW NI I I SAWED LONGITUDINAL JOINT 1 I y F- JDW SE CI.ASs C D EEEE 4.5 OR T BACKER ROD MTRA SAW a JOIN y. t NG " 0 x T JOINT srxlD easalro LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT Moon SEES 020A, TRANSVERSE SAWED CONTRACTION JOINT TRANSVERSE FORMED EXPANSION JOINTT WTH�B�INT SEEING C��NDSE�ING C��� NOTE: THE ENGWA SHALL SELECT A TARGET PLACEMENT THICKNESS FOR THE SEAANT DETAILS WHICH SHOW IN TTHE HT N WILL�LKHEHIDPORIIOFRf- ir w I'm O O U ad 9E010 + J J ! T Il/H/11 Al 2 a city of fl'u"t b ock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 I6= I3TH STREET LUBBOCK. TEXAS 79401 Aft"P �Fc^-.i� 'Z'�-�+.�!�•�'E.$. ®i PAP; A� NN61 4 HH,N ROADWAY DETAILS SHEET t OF 7 084 TYPICAL 24" CURB AND GUTTER SECTIONS CONTRACTOR NAT UK EHTKR TYPE 'A' OR T' CM MC GUTTER MASS OTHERWISE NOTED N PLANL •��e. iL YPE "AD rna PAN xT� Siv ;' Ne1TpH T TYPE "C" MS T r3" 9" 3' h WM R.W—" caRAosiL a Nb ] — ..4-" IRA IW-W a wIM Nab.... wop. W t—. e a dein 1. .ea.M. P� . ovae.P Pws .aruD nu as v ,WTTALE a». B TAN TYPE " H xTs TYPE "0' TTfS . e NATON PAVEKNT TYPE 'D' CU" TRAY CONSIST OF TYPE 'A' OR W DRlT6KR6 EXCEPT TWAT GUTTER SLOPE 9x MATCH ADJDM4 PAVEKM UMSS SLOPE MOUNTABLE CURB xfS � PA NcN TOR CSB AAC ASPN LT PAVEKNT HLL NOT BC ILADE DMCTLY.BU1 IS CONSCCREO SYBSJO R TO COCRUC PAVCNCW. PROP09E'0� �ASRYLt PAVEKM HIY O caNcacTc 1> D CX6rMG ASMKT , Q PAYEHEM ' D D D D J LMS CEKNT fTABLTSO OAOVLL TYPICAL SECTION NEW CONCRETE TIE TO EXIST ASPHALT xis PROPO]EO CO.CKTE PAVEHEM .ANT 8KF. PAVDE NATERK KTN00 A OR B `— ORLL AM CIFASE 4 S]CO N 009US • P ON CENTERS TYPICAL SECTION NEW CONCRETE TIE TO EXIST CONCRETE Ms - -- - No rAwT.La r raAHTe .oXATn.cun SECT ION PLAN V VIENIS �w rncv LMTS Or OM APO COMMM AVENCNT HTf4Cf5 PTKRW swx ON PLANS N�CRETOMWS.AYY ON DE AXES f�l4i IR 3 OF OOETAL3 PLAN VIEW 9[E SEE TNTERSECTHOI LA TS FOR EXACT ORAOES 23' I 23' OASE .6 5LOG*KK SECTION "A -A" $AWTOOTH CURB B GUTTER PROFILE xTYPICAL STREET DETAIL (STREET APRON) RTS city of fl'uf-'b*]5o&k TEXAS CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1625 13TH STREET LUBBOCK TRTAS _ z� E g. INN.: ]aH T>A@ ROADWAY DETAILS SHEET 2 OF 7 085 -30 TNT TYPICAL ALLEY RETURN NoTEI c✓ w ;H4 . owm w w H, m Parts k"~, VU".1-:1 / yTrnpM.a [p. TYPICAL DRIVEWAY NOTE: Cw W OAIw lftt, maw W W ~W WHAW. HEY IIla NWpfni .ya�ew�ry .aw(omp EHI t colcRm &Lty %A& D,.M —7J—k 4- EF A A .2. TRANSVERSE DUMMY GROOVE NVX,"C,l W W 34M P--lL M I dW, K*n 0 CONTRACTION JOINT 11-AW -9 , SECTION B-B SECTION A -A HIS UNSUITABLE MATERIAL/PARKING LOT REPAIR —/ PX W ADD110"L DEPTH OF K IS WCCSS� ig WM WU 3E P rDR AS OVER EWAYAroM SECTION C-C FTEINAM WITH 3'7"'C C HHX DYER G" c"AcreD subutme wsx mwvico PARKING LOT REPAIR PROCTOMCR rLOWAKC rLL ws SA T Alq TA CW PAYEICMT EIWSTP4 PAW" d/ 71 %OWTABLE WEN .wu V JHD VAM ANY UhSWAKE BASE NATE)"ft CR DHOGEM P41"G LOT IS CNMNTCM MTW WM LTHTTS. REMNE & REPLACE AS S0ftCNGV4XR WILL OETI)ft" L"M OF RCPA PMUN& JM ftEPt--4EMENT WWL ME PAID FM AS OVP EXCMArM OR PAW.04 L07 RePMl 1 4 Xto sueow" SECTION C-C OU MMVICD Pcow*=GUCR FLOWAGLE FU OVER EXCAVATION .Ts I 0. n 0 i() 0 cl) .j VV .j Ir a< fl'uf-**blP(cfA CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 ISM 13TH STREET Lueloccic. TEXAS 79401 ROADWAY DETAILS SHIM 3 OF 7 086 BLOCK t CNANEL A'SOEYALK 8` STMq•UP OCK i w ) ST DI ITlbi HAXI 120 MAX 6-ST NU9.P RWTEO CURB CUM Vz- OF M > 6T 06D --\ — PARKWAY PARKWAY EKPANSPDNSION JONT \\\} PLAN VIE W HIS HAVE A TEXTURE C049STP4 OF RAISED TRUNCATED DOWS 2. 2- PREMOLDED SECTION A Ts — VALLEY CUTTER CNAUrEI SHEET ) 6T FOR DCTAU 3A.D-UP CURB P'�svr �— SLWTCO CURB NOTE2 DR.VUOE CKMML 6LOCKS HULL BE CENTERED If w ) St N CHANNEL NO COUALLT SPACED IF MU. PLC BLOCKS ARE NECCSSAVY. THE NUMBER OF ROfJKs DRAINAGE CHANNELS SHALL 9" nwl s rc o FgaN rAcv,K aT" BLOCK GAP A1Oi SIDEWALK ADJACCHT TO Rplf 4-WAY CF CLNB OR FACE OF ROPK 0 IACE OF NEXT BLOCK. RTS CR.C— STAADWOT PLATE NO.E4l6W R..hN 2-0 1 00 P rPrspvlF LiM 1 Y L � I p L Lm r T Y L R Yr�FL 1 T6.0 I' D I`Y_1 I w� I A R R 0 T� '1 c hN.650 µll. min iwK Jw— ~ro I.. y K'q'7 a e6o.fa OAIrFw eaa•a Y .neer.p.6 N ! A U O NM It OwYaon R ql lbrpgnKw CeMsbr ww.www sw.eK sv.« w«I „�------- ---Tt�--- ---mom------Ye--- --- .a'-- --t-wow___ _2___ _H___ __ rt ___IL•t___ ?�___ ___________ __ WA, prypc fro. Tnvw�1>. Co.nAr 100'E.arq A^9 AqN p .S a5. .� lA9. 30 UfV• 70 CITY OF LUBBOCK DRIVEWAY DETAILS NTS bao�f, ty xes CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUINA AVE TO AVE Q 1626 13Th1 STREET LUBBOCK TOMB 79401 O nRr nAo :lx Df »:tom ...F •n .. � .. ROADWAY DETAILS SHEET 4 OF 7 087 CITY OF LUBBOCK DRIVEWAY DETAILS NTS bao�f, ty xes CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUINA AVE TO AVE Q 1626 13Th1 STREET LUBBOCK TOMB 79401 O nRr nAo :lx Df »:tom ...F •n .. � .. ROADWAY DETAILS SHEET 4 OF 7 087 Y B A A PROPERTY UE C 1'NXN. 2X { A• ROPE tX'� MAX :i 'SIDCMAK• • VARIABLE I K•SOEWALK ;;i •s ;i F P.L. A • cp ••/ Jowls EXPAibTw "as sPAaa WHAT AONC SCC4ILK mm Yr.i • P � Rf[R CLOR UG we 4OE IES. AS REOUPRED . '!ii !r.i � ONIVEVAY WTTER CENTEMA w Si AR •�� RCWCROCO GUTTER SECTNON • r FRDM DRIVEWAY��7E SECTION B-B B d= N AN CONSTANT POE NYORAiT.POMR PQL. ETC. MS GUTTER FLOKIE MIST HAVE EVAmSM JORR RO]£1 AL EVANS" JOw s MCK O-GUT MCE EN ENOSEO TO EC SIR' 1N WtACT4 SEE NOTE L t= SEE Cute RAM OCTAILS PROPERTY LINE SIDEWALK CONSTRUCTION DETAILS NTS ONIRACINGN JGKis V2 WAY S' NRN TNRGO(% /'E � IIOGUGI SLAB A 6' WMA3 OF SME4AK D w vARIEs PMscRrr LbE •snc4AK / _J r:i jU� � lIIN IIFA. 2X .� --------- J •r 6C�'M rbP. ° P�•• C C •` r 1 1 SECTION C-C NTS D --� r, AmNAK}Aw Cd6TANi EVANS" JDKPS SPAED 1F GTTi[II na4LINE !OE NYDRANT.POVCR rSC.ETG ILONG SIDEMN RUN A - MAT HAVE EVANS" JCNT WHEN tn: AL EVANS" ". ENCL6Sm w CON•AEIC. TO S V4^ TM SEE NOTE L CURB BACK SIDEWALK CONSTRUCTION DETAILS Nis PROPERTY LINE 41 Kw A ------ bGK Or six.— �e ELEVA1gN FRONTAL_ VIEW NIS [rAAryiNn RACIgN JONTS V2 MAY 1^'�N 11/10001 S A AT 4'WERVAS 5' MM TNICK1Ess socw N SECTION A- NTS tamLsEE GOO RAM IETAA.S tE1iE-P CpITRKTOI MALL MbNf ARGRD `DITIVEMAY GUTIEK ORSIWCTgb TO IAr1IAw ADA REPEORCEO CUTTER SECT4N S'NO4jCT SUDETO MgTM. TOM RMAEOKWA SEPARATE PROM pI1YE4Ar IN REER CL" a.6 I w 40E HESN AS REOUOEO CENTERCO w SLAB SECTION D-D NTs FACE OF NEXT OLOCK OR GURH � I I 3 +-ff�P�GTi FRET OR CNANFER ILL Cwxs L DRAINAGE CHANNEL BLOCK DETAIL Nn "r T cc W IL O U ad E[ a fl'uf--*bbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1625 13TH STREET LUBS04M TEXAS 79401 RM NNII pLL1 ROADWAY DETAILS SHEET 5 OF 7 088 PROPOSED ST. LOW SIDEWALK M-LBOx OR TI LIGHT LOCATION OTHER OBSTACLE. A' MIDI 3, MIDI DRIVEWAY APPROACH 0 (TYPICAL; 5'PROPERTY {i �{ ALLEY LINE SIDEWALK DIFFERENCE BETWEEN 15' CUT OFF VS t!'RADIUS BAND 10-PARKWAY W/A' PROPERTY LINE SIDEWALK. ,. W SIDEWALK ALONG PROPERTY NTs LINE / W CURB BACK SIDEWALK. F i JAL 1-1- 5, P LI A NCRETE PAVERS ]_L r � ITH T=ATED•3 OMEBAR L4.W%Q OR .A PERIMETER N HOSE. EXTEND 22• M ONMlM 2�= t - y F ♦ OPE uINTO RAM MEDIAN - tEi PANT ALL SURFACES OF B DUENOSE To CPE WITX YEUOW PAVEMENT MARKNG > g Y VFACE PANT. SLIB$IDWIY TO MEDVN OF CONE n HEM N PERN•EiER BAR INSET A CONCRET MEDIAN NTS m R R/3 STEEL RENFCRCEAENT f �- - - RA6E0 CONE . e MEOUAI 6x6 ID / 10 WELDED WSW MESH WHERE CCpOORNCRETE T n WIDTH ' r PA'ASPI 06 BARS W IN LENGTH - IDRA.L 6 EPDXY 6• INTO PAVNO; yt^ R Yf R .3 OR N PERIMETER 8AR SECTION A Im - ---- -- A6 BARS U' IN LENGTH SPADED ON 5'CENTERS SECTION B 10RILL a EPDXY V INTO PAVING) ns 1 i 6'CURB BACK PROPOSED ST. SIDEWALK. LIGHT LOCATION I l DRIVEWAY APPROACH ITYPICAU el aO /1 -LEY RETURN /ems ♦ (TYPIC-) DIFFERENCE 6ETWEEN 15' COT OFF VS t5'RAOIDS i F WAND 10'PMKVAY. 6'SIDEWALK ALONG CURB Nrs BACK VARIES &D' V 53' VARIE 24. Val V ♦� G. EXIST TO BE W SLOPE 1:12 SLOPE Tp ExlSf SIDEWALK CONSTRICTED CONSTRUCTED 5X7EWALK SECTION A -A NTS MM CONTRACTOR SHALL WORK AROUND OBSTRUCTIONS TO MAINTAIN ADA 3'MINNAIM SIDEWALK WIDTH. MNIHUM RAMP WIDTH TO BE A& LENGTH OF RAMP WM OF 5'fi9: MAY VARY DUE TO U12 MAX SLOPE. yI STREET Q W IL O O U Cd Aw�O �• J ,r J I Ilhlnl Y Ir a fl'utbock TEXAS CITY OF LUBSOCK PAVING IMPROVEMENTS 34TH STREET INDWNAAVE TO AVE O 1 GM 13TH 6TTAl87 LUBBOCTC. TEXAS 79401 r •'jam.. L1C11ipt •• ROADWAY DETAILS SHEET 6 OF 7 089 lop a e EADM sDc or RAP. tnu pITTER rLOAIN rLONLNIC .04 ):" CXPM6AON —SU VA"I A SOL OCPINI LOCATED : RAW O MA ' 1 I rG G &DTN SIDES. PARALLEL CURB RAMP (MODIFIED TO FIT IN RADIUS) 04, SEE INSET A Ep"G6. M 9• ,yD "''' RAAPs O O O O SN K CC.KM RA RADM TO THE NA, EXTENT PRACTICAKE O O O O mac: % — rNP k m b M rMi� i , — SEC HKEI A Math O TYPE 3 DIRECTIONAL RAMP WITHIN RADIUS (SIDEWALK SET BACK FROM CURB) RAP Norm TYPE I L COMTE PAVOR WTS SALL FEET AL ft[QMNENYS OF ASTH C4A C-SS NO SHALL K LAID A A TWO CY Tw WT 84=7 WAVE PATT"KULESS SHOWN OTHERWISE N THE PLAIM IN RADIUS RAMP O O O EO OEn PM OATS SALL HAVE TTLINCATED COWS ON THE TOP SWACE FOR KTECUILE WAM04 TO rmt T AWI. TRAIOA(D OCKS MIST COAT MTN TEXAS AOCESSM.ITY STA DARDS. L OOIES SNAL K ALIO[O RI TE ONKtON or PmLSmw TRAVCL. COaETE PAN" AJILi cma t rat THE RAND OWNaO0V1AW11 AACONTMIANG COECOAT EEAVISMNMMJACW AM MOLOR F THE CONCRETE PAVER IVEWNAY K SNC MNAT UNK NI TE PIOIAXKMR/Y, PUPS. VOJACENT SWAGES AIEUOE SIDE FLACA ,XNOEIEP,AlnW INSET A .. EOQCn PAVER WTS SHALL K SAW OUT ONLY NO ANY SH CUT WT ILL NOT K LESS THAN :Sr OF A F%LL WT. TPYNGAOP"SURFACE. TWONOOI�ORR7Mr� Ovm y«.-• D. AL SLMES AIE AAAIMAN ALLOWASI- THE LEAST POSSIILE SLOPE TAl WLL STU DRAM PRMtlLY SOLD K AM IRO. RAP LENOM OR am or APPROACH SIDEWALAM WT K AOAISTED AS OAKCnO or THE DOIILm. SflK 1'11A0N(ANILTI InPJ HRIVNEIOIA] NILO131aN VI.100. AS ViLL A1MAHHOCATm rsuD AS1110AAW. LRPILM/SL91E1 OAAION,WL) ' (MOON! TIgWf13•e IN[Y�E' RNXaDIRN'LONOOIN 1A0)IRWIM4NA®h JONfAIIEOAI®WRW QIO 3 rNNmnDNPoI„Yan IIEPOeLL81� OUNTOAWPa NrmN NSOM SECTION A -A 01,7RLSTI l0 TM M PRm KLW SAGRACE PA r."T Fto-at FLL "WAX ,N Al OA67tA11[0IF r" EAS7,N4 ARM AKAS FIFTH rLowma PALL VALVE ABANDONMENT DETAIL TOTES L CODOMIE MTN CITY OF LNAaOXi WATER UTLITES KPARTENT PROF 10 ANY VALVE ADAATAENT OR A0ANDON ENT. a FOR A&NOVM � OSOLW TM THE VALVE ALL VEPAID AOAJSTN.N1 ITEM L FAONN ALOwe" CROSS SLOPE ON SW~ AND RAW SEYACES N DL 1. ALL COMTE SWAGES SHALL RECEIVE A LAW VIEW r"SA LNESS OWED OTIEINR N THE PLANS. L RAW TEXYLPES NAST 09"t Or TARAICAIEO ME SWACM TEXPAIIES ARE ICOMEO TO K KTECTARE AGEIOODT. SWAES THAT WOAD ANLOV WATCR TO FOLLNLATE AK PftDMTM L IaOTOAAL VP'O vom ON CW6 RAW LOCA14KOES04 L*0 WrLWIVE VALUE AND TEXTUK NAY K FOAO N TE CUIRNT EOTON Or M TEXAS ACCESS4LRY STANDARDS OASPAIWAKO APO AONSTptO 1T THE TEXAS COMMENT M LACEN¢O NO 10C LATCH COLA. VALVE ADJUSTMENT DETAIL NOTES, L COOIDAATC MTN THE CITT M LURROON WATER UTLJTES MPARTI[NT PAat To ANY VANE jo kw M OR AaYOO NCNT. 7. ATAAST VALVE FRAE APO COVER TO YOM CRAM AND SLOPE Or AOAOWAT SWAM MTN CONCRETE AOAISTKWT GOES AAO LEVELAND NWTAt AS HEOUADD. 1. 00AMU ITS SALL K CO PLCTEO PR= TO PAVNC CPERAT044 C EACAEN WALL KTWA•E F EXWANG VALVE 1Ot AND LAD AC ACCEPTAKE rat REUSE. S. ALL WDU NO ITENNS SOWS. ARE SAS'OMRY TO 11E VALVE ADAIITIOA ATM t noMea ru ? L[\-FLD.Aw —�ON ALLA OsTOMED FAA IN ALL oASTWK /ACAS. MANHOLE ADJUSTMENT DETAIL NOTES, t AD AAT WA LADLE FRAAE NO COVER TO FFAISH OtACE NO ROPE Or LT.AONAY SW/CL MN CONCRETE AD.USTPEIA RNCS AND LEm.4 NO1tA AS MOWED. D. ODWIWM A "TEOS SAIL K WCE DY KNOVND CONE NO aAW A SCCFq,L R *hM AS HECESSAW. 1 AOJAIKIRS SALA. K c"VED PRO( To PAVNO OPMAI,OL L DOKCR WU OETE NRE Ir EXWIC NANNOLE 2" NO OIATE IOC ACCEPTARE FOR REUSE. S. ALL WON No AT06 SOWS. ARE SIaWAaY TO THE HANaE AOASTNVHT InK A 1 11 n ir w (L 0 0 U LSA aa 1004--t 4 city Of lubb&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 162613TH STREET LUBBOCK. T'E70LR 79401 NANTR}� ! • -ram ..L,:L. • .�+' I : . ::."'tom:.:• n. "'TL' " l::t Ci:.l �••- wT+Aov , ROADWAY DETAILS SHEET 7 OF 7 090 HUtJU Httu mNu „���,�,........, O Ile MR EE PARKHILL SMITH & COOPER NRCS TYPE H DESIGN STORM RAINFALL TOTALS (24HHOUR EVENT) RETURN � TPNO PRE WI�OE31 DEPTH 7 7A0 5 320 q 4A0 50 6.00 q0 6A0 500 0.3E HYDROLOGIC DATA SUMMARY TABLE 0m�0 �00® 0�00 �®00 00�0 0©00 ®�00' ®000 �m000 �0©00 �000' ®©00 ®�00 34TH STREET HYDRAULIC SUMMARY STATION PAINT. EVENT 51WAATION PEAR WATER $NWACE ELEVATIONS OE -ADM CUTTER EgSTINO WTI PROPOSED WTI CKV4E WTI EFISTINO WTI PROPOSED WTI CXNlB WTI 706.06 'DO." 3232.% 3232.X .0.02 LO L11 -0.02 211. 136-YR 3222M 32mv, -0.15 123 LR -0.O 201R 100-YR 3225A1 322540 -0A1 Mt 132 0.0 225.00 00-YR 3222.63 322233 -0.q 113 126 -0.15 231.6E 100-YR 3220.0 3220.q am L73 Lrt -Om 2.0.15 00-YA 321936 3214.19 -0.39 2.15 L65 -0.53 24046 DO•YR 32N25 32K.4 -0.09 L95 LTD -025 744.25 130-YR 3210.K 32v,= -0.W L66 L.s -023 252.00 M." 321726 320.36 0.08 L9e 2.S 0.6 259-00 M-YR 37MA1 32163. 0.33 •AI 3. us MT.63 100-YR 32wo 3215.90 -OM ono 0.31 -0A9 272-00 M-YR 3216.E 320.34 -0Ai OS5 C..3 -Om 214.3. M-TI 32S06 32W99 -1Ar CAT 032 .0.0 200.04 M." 32W.07 3213AI -026 0.97 049 -0AI 267.32 QO- 322.1) 3212.19 0.06 0.63 02T O.. 291-00 W-YR 3M67 32R43 0.4 CAP 0.72 03O 29tNr 00-YR 32MI 32M130 -0.It OAT LOT 0.20 303.75 M-YR 3209AO 3209.73 -0.07 0.70 0.73 OA3 NOTE • A-1. RESIATS ARE rROW tOPR LODE. uSWL THE SCS412- RAIAWALL rRON. THE WASTER DRAINAGE PLAW. NORTHERN STREETS HYDRAULIC SUMMARY STREET RAPWWL UOT StWUATM E%STING WATER IWACE ELEVATION SVAT WT1 PROPOSED WATER SU WACE ELEVATION WTU CHANCE 0 WATER SURFACE ELEVAT" WTI AVENUE S q0-ri1 32105 320&5 -0.0 AVENUE 7 W." 32tQ4 32-8 02. AVENUE U q0-YR 3212.30 3212..19 OA9 AVENUE 9 g0-YR 32t3.73 3203E -021 AVENUE M g0-VR 32032 321520 -CJ2 AVENUE It 00- 320A7 3It5.64 -us U44VERS47Y OD-" 32N22 321&39 0.17 A6RCd *O-YR 3244A 3216A6 am 20057ON =-YR 32"A6 320M -0.0 CMTa *Q-R 3216.30 321L41 0A3 CLC. w-YR 3220.00 3220A5 OM FLINT q0-YR 32"3 322vis -D 6 C3RY 100-YR .25A3 3225.q OAl NARIfQ.O q0-T1 3220.tr 322640 U Ir Z LU W IL g U O Yl Z' U) J 93766LU W 'SS,1s13Q J EE: Y0 ii rora� Q . city of Lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O 1625 13TM STREET LUBBOCK, TEXAS 79401 . " SOI L61¢T mPa Pmx 9mm Nora Aa T.rLN HYDROLOGIC AND HYDRAULIC DATA 092 ■ 150 MATCH Fs 1AVIA40 4 YF I i A 1AVIANA A W 6.4RY AYE �o h 'A 9 7111-60W?, 9 AY A I- - ------- - 0.00 MATCH LINE STA 214+00.00 p G) RX m oml m 9 1 11p 110 1 z .8111 111,11, 1 1 z LINE STA Itot. o CA) V12. ol �vw PARKHILL SMITH & COOPER MATCH LINE STA 236+00.00 _ MATCH di i FL LNT AD I., i cif£ go Z 11111 ' $ All Ass - - - - -- --------- f i ja - ail, jj - � I • r r i � A Z I CANTGW Al�E 4 fgy I �$ EL CLN AY "1...:. 'V0 - I� OS&W AYE c SOY 3n1— 1$ �r F$ IQ it MATCH LINE STA 247+00.00 Mx zIm 03 T8a 4$ ��allllll pgN (D to 99 OZ 4 2 5 8 a ro I W ? _ ' .. I O�DAA!W �o > ;c o�0 1:712. x o E )0.00 FLINT AIYE =:Z_i_----- LINE STA 236+00.00 ®®1 z 8 PARKHILL SMITH & COOPER MATCH LINE STA 258+00.00 R UN/IVE/ S/TY AIVE l fg I I tij I I i ;g AVE X 01 --L. I f� I 1 Y a I I MATCH LINE ST 111M a 91 Rill 91 11xi; 1 9 1, � CH LINE STA 247+00.00 UN/) yERS/iy l� MATCH LINE STA 258+00.00 a-z - °�5� z Alift a� G� A 0 4 PARKHILL SMITH & COOPER LINE STA 280- I I { R I I I' I I R ai AVE U I A4E U A 0 `----— — - — - — MATCH LINE STA 291+00.00 g gigfill � 111 to ��� � �a� �� � � �•� � gas � � �� o To Imo OZ nlmmtl �5ok tc' &ice 0 �Fr�� 0f IiT AIiE W MATCH L �`pgpg: C p Hf PARKHILL SMITH & COOPER o TCH LINE STA $11lfill jIF HIM, 1 � gill 111 �� MATCH LINE STA AYE S I J;A I i I MATCH LINE STA 302+00.00 a®I a Z n S� az19 0 ��Vq nl a CD Q� PARKHILL SMITH &COOPER cwm 0Hill O vii(n .... 0 PARKHILL SMITH & COOPER I CD M, is a 0 !i 1AVIAMA AYE IAVIAMA AYE HARMM9 A MARMOV AYE --- --------- 1 MATCH LINE STA 214+00.00 z 0 0 E) T IM rn C) a a a 6 z j p& tog A 21MO > S73 Z; r r to A c PARKHILL SMITH MATCH LINE STA 236+00.00 I I A I I I . I it II 1 _ _._.---- — — I W CAIVA0V AVE I .......... 1 fg A z li 'I vs rov AVE 09f$ I I$ �j I � MATCH LINE STA 247+00.00 MATCH LINE STA 225+00.00 FL /NT AVE . I I FL /Nl AVE v I I I ' _-_.—.__-.._ IL I I I i zi yl I" Ij I I -- 1 i I I ------_--_------ — i a-111 ------- — — — EL ON A L$ C/N AVE--------•—•— I i! I I ; I II I II i I I i MATCH LINE STA 236+00.00 r r Z rn L m m c � F-Ij C�� F. D0 s � ��1120 0 A p 1 • '�s PARKHILL SMITH & COOPER ■ MATCH LINE STA 258+00.00 11N1V,-RS/TY AW i. I I F I � I f$ $ I i I I it �iA I: I AYE .Y I I j I i I� fg I I ~l — j .:_..—.—.— MATCH LINE STA 269+00.00 j om T m �b i ' O Ln } PTJ MATCH LINE STA 247+00.00 I { I Y � I I I I L"s I It I I I I I I I: I I ' AKRAYAlT_ _----•------- j� ACRAY A I I I i� f� I i 1 I f� I I I ! UN/YERS/TY AVe j MATCH LINE STA 258+00.00 O• r SS 0® om o PARKHILL SMITH &COOPER MATCH LINE STA 280+00.00 MATCH LINE STA 269+00.00 ( I ( 4 -AYE v---------- it t.G I I � � L------------ IN i I I AVE W ± I 1 AVE U AVE -W � -- ------ it I AYE u jl j _�; I \ f •� t � Ij I 1 I � I I I j j ( i MATCH LINE STA 291+00.00 MATCH LINE STA 280+00.00 r a9 EM9 ggx.'R I o WW.,� oz N PARKHILL SMITH & COOPER STA 302+00.00 t i co m�� �" '3i's� •r F J _ml Wp3mm1 9yn "� � In MATCH LINE STA 291+00.00 MATCH LINE STA 302+00.00 r r xr Z SA ;$ ine, S rz v0 0 �1 `` f11� mOq xr PARKHILL SMITH & COOPER J SIA�WIT OF ITS DLWITITES (SHUT I OF 51 OESCFtPfION VINT 2ll TITY LION BON [SIZE 01 EA TOO/ BOX (TYPE 1 NODI EA 2 `CONDUIT LF 2D61 SL"u OF ITS OUAIITITES (SHEET 2 Or 51 Desc f1011 LIE OUAINTITY TIDt/ BON (SIZE DI EA ! JUNCTIO. BOX ITYGE 1 u0D1 EA t 21 COIOUIT LF 22DO 51AM•W OF ITS OUNITITES TiET ! O SW OESCRPTtON U147 DVANTiTr JUNCTION BOX [SIZE O EA JUNCTION BON ITYPE 1 "CO) EA i CONDUIT LF 2266 SUMMRT OF ITS _OUANTITE_S C51al 4 OF 51 OESCRPTtOi U16T •• OUANTITY JUNCTM BON IS12E DI EA JUNCTION BM ITYFE I NDO EA 2 CONDUIT LF 2200 SWMrRY OF ITS OUARTITES 1511EET 5 O 51 IxscRPTIDN tI1AT DUANrrtr ION BDN 1512E W EA 2 JJNCI ICN BON IfTFE 11100 EA 2 CONDUIT Lr 1.15 SLMURY OF ITS OUANTtTES ITOTALSI OESCRpi10N UMT QUANTITY 9JUNCI1BN Box IS12E D1 EA 1T JUNCTION BOX ITYM 1 NOD1 EA 2 CONDUIT LF 10162 flf` city of ubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE Q 16W 13TH 8'E'FLEET Lussoolf. TEXAS 79401 WI 11M� G�'xfY.N�li� pi ash Am - ITS QUANTITIES 34TH STREET SHEET 1 OF 1 104 c 6 ° ROADWAY ILLUMINATION LIGHT FIXTURES Fiirt,m Housing A. Provide UL listed fixture suitable for use kin wet locations. Ensure optical compartment meets IEC Standard 60529-IP 65.Ploce a permanent lobelinsida future nokatinq fixture meets oUL. IP 65 optcoLarM shows date of manufacture. Meet ANSI 136.15 wattage label requirements. B. Construct future housing, lens frome, and door from 96X copper -tree, aia cast aumi- Provide future mauning to a 2-in. pipe arm. Equip fixture with a 4-Doll clomp capable of adjustments pus or minus 5 degrees from level. Meet ANSI 136.31 3.0 0 vibration requirements. C. Attach a lovelbubble to the fvlum housing Ensure the bvelbubbk ' sitive to 1 degree changes ' position at any point within 5 degrees of the levelposilion. Ensure theskvelbubble is clearly vd le from the ground up to a 50 it. mounting height.Ensure leveloubble corresponds to levelposilion of fixture. D. Do not exceed 1.6 sq. ft. effective projected area. Do not exceed 60 le. =%W m weight. E. Equip fixture with a 3-prang phatoce0receptocle with snorting cop installed. F, Pant inside an0 outside of future fightagray, when installing on galvanized poles. Far oil other fixtures. point to match the color of the pale s drected by the on O. Use a thermoset powder coat system. Ensure point exceeds 1000-hr, W.Ibsproy lest n accordance with ASTM BUT. Ensure a namial thickness ( 2.5 dead no pigment loss upon 50 do is, ids sing MethYlElhylKelone IztEKI solvent in accordance 'lh AS7M D5402. "Slandwd Practice for Assessing the SoNeni Resnlonce of Organic Coalinga Using Solvent Rubs.- H. Fabricate brackets, tuts. bolts• washers, ballast troy, and ports from stainless -steel, or aluminum of adequ.le thickness as approved Dy the Department except that: 1. The 4 bolls/studs, 4 flat washer. 4 lock asherg, and clamp that attach the umnaie to the arm may be galvanized accordance with ASTM A123. A153 or 8633. Provide moons to ensure clomp is b the open position when insta0ng. 2.Oloss lens retainer spring clips may be fabricated from galvanized sleeln accordance with AS7M A153. 3. Provide nylon throat or other approved locking mews far ollstoihloss steelnuts. I. Provide optical assemblies which meet the following: I. Polished oumium reflectors with Abak or equal motng. 2. Do not pant reflectors. except that. when approved by the Engineer, some surfaces may be pointed with 92x reflective while point. 3. Reflectorsmay be one piece or segmented as follows. a. One piece reflectors: 1. Sealphotorretrc comportment by the use of a seamless or vulcanized seom, closed-cellsdkone gasket, or other method approved by the Department. 2. Provide a non-adjustable lomp socket mounting method so the lamp center is consistent with the refkctw. b. Segmentedreflectors: I. Allach segmenla of both ends tar opposite sides '1 xgrronts are square) of the segment la a raid ok- in Dase plots and side roll support assembiy.Seolgloss kris to lens irume with a ane pKae seamless I,J on. gasket. 4. Equip the optcolossamlrly with a lamp support in addition to the Imp socket to ensure the outer envelope L positioned as intended. J. Provide 5/32 in. thick (min.) clear hoot tempered or Dwosilcate glass. Eke trieol C¢m°onenls: K, Meet the folkwnqq ballast requia-1. and pass lasts n accordance with 7esl Method 7ex-1130-T, "Baibns of L'; in Asaamblfes.I I. Mo nl electrkolcomponenls an o removable stainless steelor okunium troy of adequate thickness. 2. Provide a future wing dfogrom an or... r the ballast. 3. Use a copper wound mognelc r qul ling twee isolated coilbo0ost. 4. Provide ballast factor between 0.95 and LO. 5. When the circuit voltage indicated on line plans L gPplied, lino ballad ihput wattage durkhq fluclu.6.ns of the lest voltage of pus 10 percent and moos /0 percent• do not exceed the togawinq: o. 220 Walls far 150 wall nominal lomp rating D. 440 Wells for 250 watt nomihollomp rating C. 552 Watts far 400 watt raminollomp rating 6. Dung fluctuation of the test voltage of pus 10 percent and minus 10 percent, ensure the lorrp adage fucluotkn does not exceed a totalof 20 percent and and maintains lamp wattage within the fa -9 knits. is. 110 Welts minimum and 180 Welts maximum for 150 Watt nomkallomp rating D. 175 Walls minimumand 370 Walls moxinum for 250 Watt nwnnalbmp ratng a 280 Watts minimum and 475 Wails maximum for 400 Watt nomialbmp rating 7. Ensure the ballast power factor, when tested at circuit voltage indicated on the plans, is not less than 90z. B.Permanently and clearly mark ballast or future to indicate folbwinq: a. Lome type D. Catalog number c. Voltage mIi". d. Conneetcn dogrom . Monutoctww I. UL listing L. Meet the fo0owng ekelronc starting aid requirements and Ross tests ih occwdance with 7est Method 7e 1140-T, "Ekcironk Stwtng Aids of igh Pressure Sodium Vapor L'ght'ng Assembfwsd 1. Provide a olartinq pulse with on ampr. of 2500 rolls mnvrwm, 4000 rolls masmuin. 2. Ensure line puke w'idlh is o minima. of 0.8 kroseconds of 2250 volts. 3. Ensure line pule .tears when the open circuit voltage is equal to or greater than 90 percent of peak open cireuil voltage. 4. Ensure pubs rep¢titkn rate i o m f one par cycle. 5. Provide a pulse current of 0.18 amperes (min,). 6. Disconliue to puke whan, dither, 0. (he long starts. or D. after a mnkmrm of 3 minutes and o maximum of 10 minutes ii the imp fails to start. M. Do not place fuses inside pole mounted luminaires. For wo0mount or underpass mounted Wnia'res, provide n"c""'o amp lima -delay /uses. N. Provide a two position lermrtoiDlock far Connect" wpply wires which meet the following requirements: 1. Trouble using nylon • porcelain, or phenolic materoL Ensure phenolic lermnolbbck is of adequate eans(rvetlon os aRDfoved Dy the Department. 2. Fabricate terminalsfrom nickel, Ilan plated Was% or aluminum, 0. Equip fixture with MOV surge protection in accordance with IEEE recommendations. 1. Connect MOV from the to mutrolor from line to Ine. 2.Insto9MOV an the lerminolblock. Lama L Sackett P. Provide UL listed moqulbose lortp sockets rated far 600 V, 1500 W that can withstand a 5000 V pulse. Meet NA 496 requirements. Use porcelain riisukited brrip sockets with rckelploted copper alloy screw shelL. Equip socket shellwith a spring tensioned contact. Use nickel -plated copper alloy or Stainless Iteelfor the spring and contact. O. Supply and secure lamps aside line fixture that meet the folbwngq 1. Use Pm-qualifled high pressure sodium (NPSI lamps from 7xD0T•s materiolproducers list of the walleges snow. on the pbns.Na alternatives allowed. 2. Average voted lamp life 30.000 hours. 3. Fully axlnqulsh of end of usable lamp life and lemon ext'nq lshed without cycling.4, Do not provde forms that burn al reduced output at end of file. S. Meet the Federal Taxi, Chwocteristic Leochote Procedure (7CLP) limits. Perlarm¢rhee: R. Meet the folowinq photometric requirements using published photometric data and photometric data obtained by testing m sapled futures. 1. 150 Watt mast arm lunderpass) mounted luminaie. Meet IESNA Cutoff requirements. Pravfde m' imun i lens8y of 0.20 fool-condk n o rectangular wee measuring 110.0 ft. by 30.0 It., when mounted 'n a krelOosilbn os ' dcoled n the properly -tad rectangular bvelbubble 20.0 ft. above the midpoint of either long side of the surface area. Oo not exceed 50:1-.inum to minimum horizontal Illuminance uniformity ratio within the rectangular area. 2. 250-volt most arm mounted umioie. Meei IESNA Cutoff requirements. Provide o minimum nlensily of 0.20 foot-candle o rectanqulor area measuring 190.0 /t. by 45.0 f1., when mounted Rropery n a krelposillon os necated an the keelbubDk 40.0 fl. above the midpoint either blip side of line sur(o.. area. Ensue fig I intensities abnyy a fine poralbllo and 20.0 It. in from the bnq side f this rectangular oleo do no! decrease by more than 0.50 foot-candles n any 5.0 ft, interval along the line from 10.0 ft. to 90.0 It, an both sides of the umknaro and providedo minimum tensity of 0:30 loot-canaks at any paint olong the IneAo not exceed 20!1 maimum-to-mninum horizontal illuminance uniformity ratio within the raclangubr area 3. 400-watt most arm mounted umnaire. Meet IESNA Cutoff requirements. Proriae a mninum 'tensity of 0.20 fool -candid in o rectangular wee measuring 220.0 It. by 60.0 il. when mounted property let a krelpositt.n as ndkcted an the level bubble SD.O It.abave the midpoint of either bnq sloe of the surface area. Ensure light ntensitks along a Ine palatal to a 30.0 ft. in Tram lit. bnq side f this rectanguar area do not decrease by mare than 0.T5 foot-candle any 10.0 f1. interralobnq the Ine from 10.0 fI. to 90.0 It, on both sides of the umiore and provide o mninppn ' tensity of 0.30 foot-candle at an YY paint abnyV the line. Do not exceed 20.1 maximum -to -minimum norizontol alominonce uniformity ratio within the raclmgubr area. S. Ensure phetomeIrk auto ls consistent from fixture to future. Match published photometric data for approved photometric reporla submitted durklq the prequo6fcolion process as the typkgiphotomatrk output instead of published dotal as (odors: i, Pont of maximum condelo within 5 degrees horizontally and vertically.2. Maximum candela num within 20K of published m niicandela. 3. Future efficiency within IOz of published efficiency. e When reference is made to UL, it con be considered to mew a Nationally Recognized Independent Testing Lob tNRTLI. Comparable standards of Canadian Standard Association. Electrical iesl'ng Laboratories ar Factory Mulualcon be egwalto the referenced UL standard. Sheet 1 of 2 9 Pre •egy PIinNom T. Use only pre-quo6Red fixtures. two alternates ,If be considered. 1. Only materials with approved product codes or designations from prequollad producers are accepted on bids. The Construction Division (CST) of the Texas Department of Trensportatkn (TxD0T1 maintains the material producers list of approved producer product codes or designations. Use the following websle to view this list: http://www.dot.stote.tx.us/bushes./producer Jal.htm Use of prequclifad material does not relieve the contraclee of the response ilily to provide materials that meet the apecifaalans. Allmotarials. including those shown on the prequallkd material fist, may be inspected and tested at any time and may be rejected if not in compliance with the specifications. 2. Notify, the Department b writing as to which fixture from the praqualiled list of approved fixtures willbe suppbed an each project. 3. To have a fixture rated as pre-quolified: a. Submit a sompk at each type of 1lminaie and allpertnent data, including published photometric data and recently tested photometric data LIES formal, both "averaged" and both sides of "un-averaged" dot.)I.: T%007- TRF 118 East Riverside Dr. Austin, T% TOT04 b. Demons,rale a commitment to quality, c. Submit the fallowing documentation: 1. OA/OC program documentation with the following mninum requirements: a. Written statement of the companies OA/OC policy. b. OA/OC person employed that has specioIQA/OC training and has 9A/0C as their prinory job responsibility. e. A written procedure specifically for handling orders for fixtures built to T%DOT speef(aotans. d.A written procedure for keeping track of fixtures built, certified, and tested for TxDOT orders. e. A check list of features for TxDOT fixtures with 0A/0C person signature. 2, Fixture UL certification 3.IP 65 certification 4, 3G certifaotan 5. Aluminum casting and point analysis 6. Socket, MOV, and shutoff ignitor data 7, Stainless steeland aluminum bracket data B, Basset ekictrk.1dat. 9. Photometric data 10. Lomp data it. Prequofificatan somplos, if approved, wllnat be returned to the manufacturer but wilbe retained by the the Deportment for comparison testing. One a fixture has been approved, do not change any mi twWar monufocluring method without prior approvolof the Deportment. Unapproved changes wllresult in rejection of the fixture. e.1n addition. Wmnaires vllbe tested for compliance with this specification. Luminaires that inconsistently pass testing or that ore inconsistent with published photometric nformalan will be removed from the pre-qualifad list at the discretion of the Department. U. Sample in acewdonce with Test Method Tex-1110-T."Somping Lighting Assemblies." Manufacturer Warranty- V. Replace failed fixtures, when non -operable due to defects in materiols or workmanship within five yews of installation with o fixture (hot Posses of tenting, delivered to the project location. Lamps and photocells are subject to the warranties of (heir respective manufacturers. Te.lina. W. Conduct ekctraaltestng required in the Balost section. Provide photometric testing of futures. Test Natures of the fallowing roles. 1. Manufacturer Testing. Before futures we shipped from the manufacturer, lest fixtures as follows. From each lot or monufaclurinq run. select one completed future of each 25, with o mnaminum of 2 and a ma um of 5. Test ph.t—tries at an independent test lob Inspected win approved by TxDOT. Eleclricol testing may be performed at manufacturer's facility. a. Provide IES photometric report in two (ormols: 1. Stondord averaged format fur asymmetric fixtures. 2.UnZeragel format showing both sides. Un-averaged data may be supP%ed in two files or as approved by the Oepartme 1. b. Provide electricoland photometric test data directly to TRF-TE ekctronicoly for evokiation prior to shipping futwes to the project. Do not ship fix lures until test data for each lot is approved by TRF-TE. c. Provide the following information on test reports: 1. TxDOT's Control -Section -Job number, maintenance contract number, or purchase order number the fixtures are ossigned to. 2. o unique future test number per future. 3. late of manufacture, and 4. quantities supplied and lot number per future type. it. Write the unique Job report number on the top of the fixture housing with permanent marker. Ensure Inc lest lob retains the results for 5 yews. Provide the Deportment access to documentation. e. Retain records of manufacturing lots, test reports, lot quantities, and other pertinent details. Submit recwas to the Department upon request. 1. Submit to TRF-TE a daily shipment report fur shipments to each job. g. Woke available to TxDOT inspectors upon request. ollmanulacluring facilities involved in the production of fixtures for use an Department projects, Inventories of fixtures produced to Department specifications, and records of future testing and trockng. 2. Departmental Test Reporting. Oepwtmentol test reports willbe issued in accordance with Tex 1110-T. FOR THREE -WIRE CIRCUIT -CENTER GROUNDED FOUR -WIRE CIRCUIT -CENTER GROUNDED LUMINAIRES SERVED AT 480V ON 240 ABC VOLT LUMINAIRES SERVED AT 240V SERVICE OR LUMINAIRES SERVED AT 240V FOR t240/480 VOLT SERVICE) FOR 120 /240 VOLT SERVICE. NOTES 1O Use t/2 in, 13 UNC threaded, copper or to-ploted copper, pole bonding connector, sited appropriately for conductors. ® ® Use pp ;-quolifad Breokawoy Connectors fur both T-Bose and Shoe -Bose insta0otiont. Q Split Boll or other --tor. ® Use Ground Rod Clomp listed for its intended purpose (Le. concrete. direct buraL..) Sheet 2 of 2 ....,... w......._......._., *,....-..-.m.w. ,,,.v morn,... .... .,w �,,,._ nns aP..rra i e ] t x]. s 6 DATE: JN� KtD.11- QP :t x ]b i 9 v ACCW. TM u.• of IN, sta.dmd Is Dav«roil Oy tM "To— E h.«gip Practice Act'. No vor t t mP.].a1010!xaFPM K. khd k mode by TDOT ear wry purpose M1 [—«. T DOT p y e om ..;nf_y t.• In. c «,ca - - el ItJx ,lo.dpr0 to otn« lormal, or for hearncl r•,Wl, or Uo�ioqes� wtt:p rrom Ds u.•. J w �isI as€p� l II II 1 I IIIIIIIIII � � 1 € ' w _o - ----------------- r bh9 $ I r4 s z o d N 0 a OJ N W t —rum f 4 LLJ W Z a LLJ & r ' I O Y — •ur s.� V ' y$¢ ZV 1i8 is afl Q� c) °d e IL LU ypi i• � I " I e ba (a fit— Q is€z� q.i s $13 :# gg g Y 6 it E i�- rr a Y j I, rj O a h tig q— r g 3 yh tB � I ji Oil 1•--1 0- I O r 1 e,� � a• . � � v i° 13 ``I I z•�3 c>Wg� I I r r I ®I.8h r I— I L-J 8 g II y ji�.Iil,l 7- 8 E rt i _ agi °d i i6a � ��� a a ��q' y {{ �a rs�• 5t a a � � i ,g a fit bbill aSif�{$jaR40=!!a$ i3 a J!giji;$ar.cap= •�{ ° -�� � � ,�'��6t��� �� yaqt � dEr�Lax ° ����3i ���� � _ ��•a;$ i ��a� a77a��6� �b�a ° a �� #�5•a��4���a�'g t}sa=:.# aidb alit#=ij r #s° s asa 7 i E tFF;.a-' s i $ s a# b t f't �aE iit�3;a�ad$ a 'JBigs BEar f 4� ii r. is ±iatt45�� x�t�"-: i a}d t3_ $ Yp ��tE$ :•i [[ ; { ss s a 4 i Sf hr6gggS{88i ja#a• qj is;t1=agya $SP*tf f=•i a a. dt ale a w€ i 3 Fa ��d��dt ��$ ��€a�'�•�� � � �_�€#:a$$�t a € d� � yy �,���'^ }qg�a ��'a ��t�l<'#f .� i3 °•b i� $ ag � �� S8 { � ° � � Y� i� ad •age;� °` i• �•=F;� t¢ a a Is fill, 11 It s,-y 7d� 6E aa'S ica,Ea Ea b yibP kEi� fit' 3ia 'ta�f.c a° ��i.v aad aa,I;I3$$Itja EEa, $=7alitbeyyd @i}?�$jdYs#4igitgldG�"tt iid atJill l�! 8g'{r# �q�gti #ah sasssi;;jCdIt�jYj(g€3t1�ssd{ a3� •#g4� atas�trgt 3iat ll 3i i t,3ggi�g��§Fi i3Q �f pfi y17#i — # £ y fS .. .. Ff 3 Q Q QQ3IfiFt€-rf' [iE£�Cf�t]Q tr©ns3e�annoe©ot3t3n Lim MW* DATE: fl 131-eet D] 2]•e e 9 t i) 3 T 9 II�CCS V DI4CL—R ] • 6 i D it 2 6 1 off TM wD of this ft.More is gororMO OY IM "T,xoc E.p:.DulnD Macl:c* Aci". No vamonly of any FILE: kFd it "V& 4y TaDOT for eny pvp WwtLo�vu. TcDOT o r*Sp %Dily fo, tM co of Ink stonderd to et— f—t, a, fu Y<orr,tl rewRc o, d m,"s r Rw g Iron 11, w.. q Pip iiAl 4HA m '^ A n of 9 1101 R&gIHIF lie\ $t-a w. IL _�i l EOP6% 60 flyp.I / ^ § T R sg A ti N e �ffFFg4 al got oz q pni 'g {' r � qgR y A r A 8 A $ .3� 19 ally co. x e $¢ Q < & ¢ A \ � 1 _ SQ a ¢ gg �. Ye.q t V B - 3 8Sff FEZ[ �!4 sog-¢fr8 g£3gggagg�ygRR�'�g�a1�Q� fil :s��Ss a¢ ��pp :5 lag! pt lilt it! tea €a�aj. § s a s z> aka s•,., a at it �e spq us u¢ig a Y� gzs a sad DRILL L5' NO. VENT BOTH SIDES. r COVER WITH STAINLESS STEEL SCREEN J �VANID� IH I A / s" x u" x .ee" ANGLE CWf COVER PANELSCREWS ON TOP OF BACK COVER PLATE. DRILL AM TM ANGLES AS SHOWN FOR 3/8" BOLT FOR ENCLOSURE 1 I I y Pnolo call bcal;onL L5' K LS" 1 NOU TM DRILL COVER I TCP ANGLE PAWL FOR 3fr BOLT. � SEE DETAIL"A" (TYPI I 1 GROUNDING ELECTRODE CONDUCTOR.NEED MT 1 BE IN CONDUIT. 1 DRLL b TM y" HOLE FOR GROUNDING GROUND WIRE 1 TO STRUCTURE MEAN PAINT FROM STRUCTURE 1 PRIOR TO CROUNDMGI 1• Y T' Y .*r BACK ELEVATION VIEW e' °� TI vMEs 7` BASE PLAN VIEW ! ' Y." BOTTOM OF POLE 0.5 1 BOTTOM ANGLES (ai, I L 4 CAE STEEL I 1 COVER PANEUGL. FRONT AND B.CK; ATTACH WITH 0.25" OV. GALV. BOLTS �-- --A . Y UEAVE RGLM GROUNDROD LEAVE 6• EXPOSED FRONT ELEVATION VIEW SECTION A -A DYEHSm VARIES. INSTALL OLY AS WIDE AS REOUIEO TO ACC@10DATE EO tPAEHT AMfOIlDATNGN IPANSIOI MATERIAL CONCRETE x 6" .6 SHI U COm=7E PLANVIE FOUNDATION ACLOSUK RALW. GROOM BOT MEN SIDWN On UYOR PAD FO1 $EPAAATELYI I I PPORT TOO AGROU D BOX�LOCNDUIT FROM SERVICEATED A' RAW* LINE TO UTILITY POLE RISER. SEE LAYOUT SHEETS FOR SIZES. METER (WHEN REOU REDI COPPER GLAD CNOUND ROD PVC FOR CIRCUIT GROUND WANE SMALL BE rt BARE I /CONDUCTOM ' jI� SIZE VARIES. L.I SEE LAYOUT SHEETS. PLAN VIEW VARIES Q' OT DANCER HIGH VOLTAGE Tim ENCLOSURE1 Pbalo ul.e.Fq PVC bld- typ. 1-0.rl CONDUITS FRONT RIGHT SIDE ENCLOSURE GENERA. HONES: l S—t-t srolb. d•• rHNI a auaNmc..a. bl.M ewe of M514TO MADAN SPECIFICATIONS FOR STRUCTURN, SUPFDTTS FOR HIGHWAY SIJQLLMNWES Re TRAFFIC SIf.MN.A" St-- "W d•siy� ter eO ap v:q bm Nile LS 9.1 Iocb.Srop dr-ip .h.1iWa ASIX md.-doaigookb .S w aa.Ygs saAtm afb.Awd for bN eleeb Lalstrru slVW a occorama vb Ilan 41L STCEL STRUCTURES.' Cab" crd Owts OMIN, s.tx.2kd Nor th...b— and epopASN. 2. The abctlWe Wolbe gobafieL T.fWe g•.ge .neat Wray and ..ebsa. -1 b. -6. N.m R.-g*- e.d ~iq.EW to—o .le..aNr. m ft pbm sln.Wq and oaths .1 -d—. mep W pabx.0 GI F.. al R.b.• ea 5.5 dlosmem mop •.7 to m.leb I. ARC.".14 .At— Uotlrd le VH fbelrkd —'.. o.d .kw. Q" .1 ft .beV Lalatrr[e .1 Wt lea PILE tr dk. l*. bd slalbo H4s6dy to IAe .INVittlaaar[.. AlmnaA am rno t— Voln 1N .AIRY coq.-Y Pale to a pow Q" 1— 0. .leclriWsaw, iNlkeg MVA Mad c.adocim ropfrod for ft•(RT pa Aw, Jn h.naff.d by ma Co,%-w..aiw Itwa tor s.pormoty. 5. Al—dA.." ..i— from .dw"—w to IN faded. SAaom .Boot IN .1-NL L AIPVC caaOAs to bo IAt.d .xA o odwW or T. Svw sboemv IY be bo.Md to le grant w meg a I " Capps eaMeg t-w to W W.*W d vm a rats 4" type ca —N, calvwcted to a V44D SS abrW To, bandM AlW-d.d -61 ca.Weleo 00IN mme w wwo t*t. mm cw&cw molaob to b. --d I— eadocl aA.— a Scree embwn to IN melee oad MKAld .a ED(W VM C. Q %O—d rod eb.P to be U. btd tar beet wK m^olo e./r" .M- begin .n .ppl skN al CK —iu —b— 1. M clear el dow bF. cad W.W. a clear DN d .4m r...m aG N ter IN, VOW iglA b"' —*V by ft prof. eA IfLi 04m n bk a "lo," clay sot III .xd a tyq Rrltl)—rk. MWoH . PAD TNCFMTE 1 0" DNA. Y .e" OR" SHAFT 4— REINFORCING AND REIKDRRAL BARS SPIRAL IiYP. " TCHI 6" PI7CHI DRILL AM TAP FOR V. • BOLT CHASE THREADS AFTER GALVARZWC. Hr 0 ELEVATION 0.65• V. " DtA. BOLTS DETAIL A SIW Rei.'s m STRUCTURE DATA TUBULAR POLE ApOfOR BGLTS lEN6ER see DIAA LENGTH x H" I B" x 3")( jii N" x 16` Y A" COMNPOEM ASTM TUBING MEMBERSA MEMBERS BASE PLATES A36 ANCHOR, BOLTS A307 er A36 I IL GROUND RWS A. MATERIALS L Ngrowd rods natased at electrical smitm ncldng a gpkmentalfghtnng Vottelim groud rpm speafent by the Warn in otter locationsmrb m pok WNS. MI Ito capper clad and UL kind Reds MORN o minup ndiaatler W SIa Itch. The kglh Lagbe o mninmr el a feat. Lager diameter r bper Wgth rods may be eased far In some m.cilla las".-s.e Ue WieidwlPb's La.b. 2.Or. red cergs Lholbe "led to be in dint can act with Its sot %two eo.crele arcmmaal is rapui.al the cbrq O Lalbe feed far cantle. ences monni. &CONSTRUCTION METHODS L Crowed foes instased 6 Ited um such an Pak hoses. to Words s pplonenloll'ghtsnq Protection need not be flinty Contact with the fail. Where cased for if the plans, reds My W acmed in miler concrete r any embinl im of $ oil ad concrete. Who concrete mo ed. Its connection of It, cmduclr to Its red NINON readily winable for inspection or repairs. Mhen siren into the with uppw end Lholbe between 2 to a hobs beWished ted Wed.. d ram ININnot be Placed in sahr .bad hole a a tuber pok. 2. Gwd cads Lholbe installed such that the Ind irpriad with Its facts port nurbor 6 isid. as Ming to par end. ].M—wasectira cooligs such as cmaete Walter sholbe —ed Iran IN rod of to cerq lac 6m. ..R.thg of Ith" Pr.bclk. Read two wit. .NI W inn os short and .";?d a P—bl ww. aeMs we repaired the, aW h... mninen md'ws at Ian echo. S.IINes speclkoly eased tar by ice phns4 eandugs essd far gro d red wile anWbe nm+N1o4. mesa mela<ahiha m saeilieL o ponpnq bushing a a Prapry sited Wrong OW Lwlbe W.W d rd Property nslokd on each end. 6. Mhre roedr mgr ..alu neck Wli- 6 —W. wMn d:niq a grauq red oho pit hharkmtaltreeoh pi.0 -owl m.baa is Me my rbbk mwim. written arthnisotim Iran la Eng'ner met be obtained. IN. GROUND t10A A. MATERIALS L Growl bee 15,30,24 needs IM,L{DI or smokr shoibe poyer concrete of the type mWied by IN desrbine cede Lawn .bewAero. Larger 9rouq tot. s albe as shown .1—hr. in IN pies. 2. Al"wey 0— and cared sholbe prmeMety -reed .W- by i iwass or' er by pt in, rk h —I.h er's medal wrbr and —1.1 . nave . logo- I., 3. Corns Lholbe baled dawn.md bet Mks n Ue Da sholbe aron"d to drop On. e.GW4 We ripen A.B. C.0 d E sINl-NI pa folf ihq reahianrhta: a. Grant bee. and <orr. N morkclured Ifain poyho r conrek &fwc'd In cantiwaa strolls of woven or stached brew l< Ibrgbss .loll. The poymer .accrete shObe mod. Irom case"." Poyeslr Milo sad and apgregatt. ad Lholhare o minim- c.W.L..1—gUn of 0,01DO qL Paym-1. cardaniq mapped lbrglao or fiber - TWA roIllnesses pla l'e is net acceptable. L Nihir.hm iaAe d'mero'aa Ldlbe . lobws Iwi th . Impth . 40110e Type A sholbe IL5 ices . 21 inchs a 10 nc ss.I22310 Type a Intl be I1.5 kw . Nine— 20 hches.I122322U into C .NI W 15.25 heMs a 2a.25 noes . D i0na, N16291D Type 0 NbdN 15.25 Fenn a 2a15 news , 20 ;.t—tl52922N Tp. E Lholbe ITS ithe.. 21 Yen. , 15 ncNs. I22317t c.Wtl— edge al We ..lemon sn eb. footed lh o r.nman I V. i.h I".. d Grant bens LhollWastmd 600 ins. per sq. It. applied err the enlio sidewol wih less Pan 114 ieh deflection W foot length a W. Gmad boo. and .dram AW wAh.t— o fat boding .120.0110 IN . ore If 10 Inch by 10 ieh m cmtved m ws IN corhs Ins then V2 inch aef sct.a Crowd bode and carers SW~ Mesirwrn a do d Standrds M M.nufoolur sholsuppy erlibotan by m ndp.Ment bb.at.y or snake by a T.aiuenoe Prol.siaaaE"giaar. ..Caen 0011 s 2 ion Inamiol the poym caerele. Nlmd.re Lholbe Ntankas steLCcrr shlbe sew.a with two Vt Inch skinless sleet0ells.6ols shalbe Will-r tohN am sMWdhslad a mdmne of TO fl-lbs. t.pw ohd shalho.t o manure m750 INS. straight Paioot sVmgN.Nub sholbe Ibaing and ChoIVaride a miwknan of V2 Inchcleanedom to freenlr of Ube MI. Care. sholbe skid re sblml. mnhsan 03 caffb. iml of hic6 Conn. Lalb. nlravgtmle Wt ..n —[.1— and sMlemlrm to the di ann iaa shown hreiL Unless Owliso aoprored by IN Enid,.. oats LAIN kgbkl nprided wig the lolownq words n mW— finch kern: Gams 0ons emloininq ring T. volt'..*.b ANNN bb.kd.DmW W* V.Iage Trellis Sigre1 Loud awe'areel iq wino f. i.nialbe .,.I— ININ La.kd0mgr WO Voltage IlLeeNti a 3 Gowel bets cml_iq wing far trolls nmwgmant .yetam Malbe kbekd. Dow NO V.D.q. Traffic Nb gramt. Gwd lames containing riiq for iqn a nial'an systeme shlbe labeled. Danger 140 Vahoga Sip (knnhetlm. Goad bean cmlokin ring fw traffic sipmb that abo cm4oh Amnatbn.pawred by IN % af*mUrka swk..Lalbe kb.kd.O.W No Voltage Traffic Sked. LCONSTRUCTILH sETNODS IL LGrwd boos Lalbe sal m a 9 ich Ir, hnvabed of oggregale Iron aye "hp to 2" n size. A9gr.gola sbalbe iw place Prm to selling W. and crdA. Lholbe capped. My parer dnl in cmduk shutbe rmared. 2.Mhm fared by !tads d.crbtir. eeae.eamtrwcton of m scene .conpbit .coning o pond . incLeliq —.to rd nnl.ciq stalsholMl W past for directly but sholM•bo sadwy to the vowel be,.Rshf-sihq sleelmoy be feb 0.1. Concrete Ir prom WI comtler.a innic.bneo. .—role far I.I g purpm.. Arms hgbb eel it place. S.Cmdrit pees may be cul'n Ube web of type B a D W.. at 1-1 b belle beneath Ue <mr. e. If. w4hit Ube finite of fhb Project. IN Contractor mat u11,. an .atnq pond bon .WoP. wkh o -Idba r. IN Contractor Latbad the eorr to W Troweling coMwclr with a 3 loot lo" Ik.bb .trmhded i dxa- IN fame size as Ih groveling am inst-Camtol'ca of badkq 0mr to melolgraul0 parr shoinat be post 1w diecly but shlbe sub- sstl.y la free bid hens. The Oa.b9 mat N ckry Lawn m IN plans vkb plan Mfee I* mo rbi g Ye wan rewind Sell Urns .e olar, pane base with rM OICorns within Da project y is but not probed •n Ih contract. the Ergiar m.y direct the Cantractr k grovel IN cowry. doeiratihp and identifying Ube specific Ores In wrhiq. Thin w.k v11 L Ta aid far toss; Wg�and We wren abW W dada .nq o tw 9rmna tip. kp. A No.3 ii Worong steel PLAN VIEW No. 3 Rantorcng steel "'Inr"ll'A" e Grouts — bo. Grounding _ bushng Class A 11" duct cable Ngld fnelol conduit ell C0NSTRUCT MS PNASf SECTION A w A err swat APRON FOR GROUND BOXES (Where rewired! In frdpaaim of and of .adult sMIMI eaccea oM-hl its distance to the aide of W, oppmhe the Co.duA entry. RI place 9rard"mdr" Uw law. Mi "in" Ube lam. CrunrlsMwp net mmoodh m Ube Interior rokm of the boa. 171 hllalkMiq m the ppe and of pleb. Igl Where a grwd rod 6 present k Ue goad be,.cannect i k dry and W."im"N t panesg can0ucl.s using a bled cpmecial lslllahlan s."ickrl we,. bebem aicaeluks fa a Id lbw far Prpr i t late. of W-nige. Ill Ncaduh maw _law In o Mal and rarhrr.rq. rnosm. 111Ncoodds Watild in IN fatted ban shbbe soalid altr carrplNe. of .~far kalelahoo and any rmiad Pullets. Sr.— Income be .ed ce smbd. hook for Y,' boft with recess fee need. L N N M For corer ago END Sae IIIAa.e PLAN VIEW N..3 Apron Cl.. A R.k,frci,g Concrete teal rrdlwrrynr � _ ____ Grouno loos opeaing of end of Contluits ahallbe aactd with pact Y: . PVC Conduit with `Bore .a A.W.G 45 ID.. SECTION A - A ITS GROUND BOXES I1dm. r.aiedl T GROUND BOX COVER P 111 7- T SIDE GROUND BOX COVER DIMENSIONS BOX DIMENSIONS (INCHES) •-,"•— SIZE H, ,.. I- J K L M N P A.B LE 23 Y. Y.Y. 23 13 Y2 9 Ye 5A 7% 2 C8o 1 30 Yg 1 30 Y. 17 Y2 IT X 13 Y. 1 B 3/4 1% 2 t0" 12" Tin. 9" Grar.l 611421 Q W a () O 0 Usa[e D` l Ly a!�F oi``rrs 1 hi 1 Y aa hi Dock lab TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUBBOCK. TEXAS 79401 1 O o.R aNa�Aw ®wit ofsr Massa .so.cr wit zrua TxDOT STANDARD ELECTRICAL DETAILS GROUND BOXES ED(3).03 MOD III T-P PVC AND 2.3^ PVC )36-K 1M^ PVC AND 2.3" PVC _84- MBAR D BARS A BARS C e" 8" e" 6' BARS C Y TY NOTE: BAR SPACING IS ME SAME OIL OPPOSING SOS PLAN Be ®-APARTER'm PVC CONDUIT. REOOREO CONDUIT S12E5 ARE AS SMOYH ABOv[.1 BARS A ry � BARS C ELEVATION METMSAkA LOCATED SCE BETA& B LOCATED y}. YY11 TYP. ALL YKLS ON SHEET 2 a 2. IN� T� R m DETAIL "A" NOTM 1. CONCRETE FOR 'ITS" GROUND BOXES SHALL BE CLASS A I ADAP1[AS FOR THE PVC CONDUITS ME RACED STMMETRICNLT ABOUT THE CENTERLINE OF THE BOX At ME DEPTHS SHOW. UNLESS OTHIROM NOTED, 3. ADAPTERS SHALL BE APPROPRIATELY STEP FOR MC CONDUITS POUTED H MC DRAMHG THE ADAPTERS SHALL PROMOE M AR TIGHT CONNECTION, A. ITS GROUND BOX BOTTOMS SHALL BE LEFT OPEN, S. ALL ITS' Oi0VN0 BOXES SHALL BE PROVIDED NM A SECXIABIL. TMPCRPROOC U0, SEE ITS* GROUND BOX UD DETA S. 6. ALL ITS GROUND BOXES ARE TO BE INSTALLED ON A 24-010H BASE OF CUSHEO STONE WCH EXTENDS 6 PINES N ALL OMCTW6 FROM THE PENAMTER O THE REP. ME CRUSHED STONE KILL NOT BE PAID FOR ERECTLY. BUT SHALL BE CONSDERED SUBSIDIARY 10 FOM 624. GROUND BOXES 2. SEE SHEET 2 OF 2 FOR BM BENDING DETAILS AND FOR REDNFOOANT STEEL AND CONCRETE CHART, L FOR GROUND BOX APROI DCTAL SEE STANDARD SHEET EO (3)- 9. STEELCOVERS SNAIL BE GROUNDED AS DESCROEO INTHE LATEST EDITION OF MNK E NATI ELECTRICAL COOE. to. FOR OTALS OF DIE TYPE D GROU10 BOX SEC STANDARD SHEET EO M-01 It. ADAPTERS THAT DO NOT HAVE COMMITS ATTACHED SHALL BE CAPPED AND SEALED. 12. CARE RACKS PILL BE HEAVY DUTY. NON- METALLIC EQUAL 10 OR GREATER THAN UNDERGROUND DEVICES. NC. w a 0 0 U alt t a flulbo& TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBOCK, TEAS 790O1 a A. HO PNf d16T/IMI MODIFIED TYPE 1 'ITS' JUNCTION BOX DETAILS SHEET 1 OF 2 112 EOUAL B. SPACES "ITS" GROUND BOX MISCELLANEOUS DETAILS TLUDERDEIDONSIOF L 4•' 33" 4" 112" GALVANIZED STEEL PLATE WITH ANTI-SKID 1.. PATTERN AS DIRECTED BY THE ENGINEER 3 yi hi m 7 m no WELD I11 Itl 111 111 111 I11 111 III 111 Iil A — I11 III ill 111 I11 A Itl Iil 111 III 111 I11 — I11 III ili iil 111 111 I11 111 Iil I11 ili Iil III Iil %1i"111 ill Itl 111 I11 LID DETAIL SEE DETAIL A GROUNDING LUG "1', tVT 711. SECTION A -A HEX HEAD HUTS W/ILOCK WASHER HANDLE DETAIL LIFTING HANDLE %:' DIA. STEEL ROD (THREAD 2" EACH E BAR BENDING DETAILS 3" 3.. 1'-0.. se' 44.' BAR B 1-1/2" R BAR A AB R C 32" BAR D 44" R REINFORCING STEEL AND CONCRETE STEEL - I CONC.- - FOR CONTRACTOR INFORMATION ONLY. DETAIL A .L 5 WELD ALL AROUND y?' 2" p a WELD ALL AROUND ° v c 01A % ,C CONNECMIN. TORSPACSTtA. 112' INGI DETAIL B rA CAST -IN -PLACE , y; THREADED INSERT FCR 1/2" BOLT M PER GROUND BOX# LID ATTACHMENT DETAIL BAR D C6" L C GROUND BC —Z , Y Q a flu"tb oc kk TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBOCK. TEXAS 7"01 m.uw a as a>am. � onm u®ea we,c b. Ho1.w MODIFIED TYPE 1 'ITS' JUNCTION BOX DETAIL SHEET 2 OF 2 113 So. I NIO D.tw O'a LY41 3 pl 4 O s�� TRANSFORMER BASE POLE TRANSFORMER BASE POLE Lumito}. Wun1� Oivn-iq D'bmeIi0olq Lagln Tnknn•» NOman{ Ilt f 1 IKdtl 20A0 TAa LIT 0." wm T.l 30.00 2330 0.1196 13.2 3LW-39. 0024.50-32.50 DAM20.7 40.00 w 33-W 0.1196 20.1 50.00 43.50 0.1196 30.5 da'gqrmn tanlgmto x001 AASMG SlaboO Sp«ilkalbm Iq Slrve ISup«n+ Iq Map y S' Lwnnein, 3 •S.ruMCOvfI 4i.0 50.<0 a0uo1110 .nMMo L1 9 �Maf1 fociq. A riW irbglonc. loofa W O30 'a .;wd to oW 11Y YM .p•+0 to 0 25 yr recrrrane. i%t L O.i¢. monYnla Esl<p Y Took' offaro 00le al «Y n Ms Ines 25'mo1. __vgff w b..L O.ay1 nrvelva to support lvt 12'L1 to, rrofl Ltnroaro YlnYeinf. Deigqnn sl .Tt fq a .4 1.6 i. FovYq M NI•clin gopei« q•o of L6 w•q. rnl. ralwkotkn shoo. i. octo,d •rim tm Sp•cI_t; n ab .9h DN Otbb. Oir. +dock. Oro .•al as«Ow. fko- Mr Do rot fuanil anop o.Ori4. fa roaa.ay ;1wI..' otu«. r Y al; Fn Io0/k014p b «cgOerKe rXn W 0•leb.0'mn+iom. and r.tl proo•orn slbrn Mmb.vb nf•r4nm eeNlq pr4epyor.0 r•tl a«•41/•+ ..D'OI In• ragkalq men pptoil peke to rOpivlivn. WIgbY. IaDNeolbn bYram4f.aro sh'Dphb Y«ace+ 1Foo/Mt lM mpr'eM.•nlf of 1Mo+ +Feels and In• 5p«Ykelbm. b IM ro••nee of sp•eilia rOMkol'a teW...c•+. oimiM' shaND• Mlni. I. to-. tl.mfoNy obloY00Y Y nonrbllaW'Aolbn peclk•. fq rroanl'rb MgMf onr4•n reWf f.rn b W leblof.vw bm• Obnwlq oM Inicbma roWa Iq DY b/pq paY. tlnlo.f oThorvhl rot•0. ep.Nnpprl+ - D. Whoolto0 it oc gC ...M Ilan 445. "COba.kkn. MATERIAL DATA • CQPOMENT _ • • DESM.T1011 MIN. aRD A9T2 W $0. A595 G A. Poll 9nfa <0. I.'rFt. TapK) 6LA5 Wn0tt 50 C12 p w MOOS 16LA5 G 50 Cl2 A512 "SO. ar 9fse Plote ant Ntl ble front 136 36 T-Boa. cam..ct.rb Bola. A2230 12 AmMr mn. F65. W 55. 193-8T q A321 55 fay Moth• Bala TfnPl.t.k A36 36 W 214 vY We tNN> Nutf 1.194 A'. f ie< VoaMrf i436 POLE ASSEMBLY FABRICATION TOLERANCES TABLE DIMENSION TOLERANCE snap to •r lA. of arui. pYc• OI flp Intiq 9Y<•a .ve^. •vt6" .faro Mlhp'I". sMlt eio_Icr:otmr •31W al al -rwN^ sVogFlma. 01 0.1t tl/4• b b It nbl Y mat A • Y so n PaepmOiwbr l0 b«<Pbla 116" 24' Polo 1•nt•r•0 an .a.pbt• Ur0 4. LOCOtbn of AlloCnnNnN 21/1" Bon halo ipoN•l9 WB" IDL.-a• w t Ibtl Ew of G.•'o.0 mnlf n ASTM A325. IE -T1oflk Barr'Zk " Bof.pbl• slab. S.•l4 a11. (Eun SSG 50 mey b. of.4 w 1•v al NSLAS.proriMO IF. motwWl tf IM abrbol'an npui.mnla for MSLA5 .l•elyyeka matte. I-kel.D b coMom• ..4n Ram 44SIa.151rvClwa:' LengXWbda•a.. IOfNq «b shoYM hnfe ca6axw.M IM MKII�KISlrvclwalb� 4.tl'rp CtM. DLL T..o-+•elan poYa pwp q eievnlo.nlbtwm ..4 t.pamitl.a ur.Ma olnmu•.t=M fI p. PDYa moY b• 11 l*l•0 n l.t u. T ft .. tit fatmbW by Ito bp,z monb0. Tn• Ira a•elbb• sholleloKop• to on rM o by In al rot loff {Fan hV7 tires In. aMlf O�amiw b[ W by 'pM. Mttrnpta motgbl•ad to or Dntq tDen -I.i.1 EmY1p•enlo0 mpY . IW.lilul•6 ran IM OpyauVl Ol IM .q. L-k.t - iipn{m OmMr bona. M..n erapl'r.qq shoe bm. «ka Oro a It. 1. 0.11k ' ..• poYh, «Ca'0a1L4 rib fbm t49.'Arenq BONE •. AapoYt••.cf9t Tronffomwr Boo. Perf.YNN.ra nab - onF ra. - hams an0 c.•rf. Cac•pl 4or «loa lap m a <aweN Irallk bgrin.. rora f d Db<.0 90 .On to moat orm onbaa eNq.+• roN0 an IM pMa.fq «Yf man.NO en a eemr.l. troll'[ bxiq iom 4mY0i• .eery MrMr f sroN b. Ipl. Mb caDffmre•IoftroNk barkr riG. ,Wq pMrY.bilomeaa oN a non0 nabs shots. « lM sash ftl• of Vr Dgrbr. Tn• IYim.O poY shaN.r. o enbom,.n9gm fi.kll N•. of DM.OWtan. ar DIMr Mfec I. SerolcMof elipp+o. anD o1Mr aamq.0 pOMonk•0 qm. pn pObf aro IroaI EGabmkilp^ r4pp+.0 n «cgpanc• vXIt k- 445. LP. Trannorma Bola 15<• Tr9nflgm•r BaN Df1oA BASE BASEPLATE TRANSFORMER BASE BASEPLATE TABLE M Tl. IEtolfS Dflt CNi0.E y�y,� y�� CQY4:CiRG B41 DIA BIAT N0.0 DIAMETER TRRrYOv A Bra[ TYPE 20'- 52' 13" 6' 1 Y" r Y' 50' u" 1 tw, 1 Is, t Y." I Y" B .1r.cnpr BeA IAB.1 Ok. Y.. T� -li- Nl AnI- SO. Y. fyl 1, Nrif.11llooY UMr an0 Wtl-elp.in lh et Ip0 pq Dan ri..G.ar aro gabaiNf el Yoot T•Ogbt• Irnir.An Yp` Tlich IT`- W la, took w 4 bottom t. .ltom II BoX Ciclo Oarm4r Cent4r WY 0amlq a 2. /. llor BOR .4 Obmtq A W4 06 C'11.. T-Itte 1 Sauga tamp W. TRANSFORMER BASE ANCHOR BOLT ASSEMBLY TRANSFORMER BASE ANCHOR BOLT ASSEMBLY TABLE lNEAKIS TMC AO. $GYNfE B0.N�LE �i£ER DtuKTER 14' 1 11" R" IV .01 W, I Y." I n Y._ w %; N Y.- I ik' Acc•aa D- ApWa..9'1 If cap Bon Ooa Fealanw cj I Yp20UKC . t" NO S5. Wa .1 CIT, s+• 0•IaiO ' - --craNlamq Oma Y.4ty z^ w.11 .e- 9' fa/Cm. It ffpodY9 «OeIaYA 16 C1 TOP PLAN ELEVATION epy BOTTOM PLAN SY IM Wtl-aa.m Yamq bWm L«h TRANSFORMER I+afller a BASE TABLE TTPE top BTN O.C. O.C. A 1. N' Com•clhp YoshM e u^ R Y," DETAIL A DETAIL B TRANSFORMER BASE DETAILS Pq maw' M tf b.lwm Wv Ero.n Y 4N Imlo ua. too roWa b too 1mY la Vr MPpq manl'p niq.t. NbaoherOY bmn abYrmOl IM DnDkaWy Mw nls o1 IM $001 CaXM of 1 SgqAYmm5..11T�h0i•� an0 Tea Ik Sipwh; rwb an011nw•�Draln 14atN�Cr YrNVAsporo.•0.-I. AN.I.a nbll • «.n twclgoy 1•al•0 le rnal ", of lot s;. -I. Tr ofgm.r.u+ a N. coal Iran alm'.u.rh ASTM B103 q B26 Alby 350A-T6, 0, - mol•rklopprarto by D.e Emb4•r. for M. no00 Wk..41, far NM. wlf, lour bell ra+nga lour Ibt roNYn. am ee . to III A*3 Clots C as r.commM.Otd DY IM ma.AOctw.r, ppNmil<p t0 Ato Aq3 Cboa C q D.,9 8693 C. 5 50, two. provbee In •Den VonslamYr .st Iq ealmnYp IM ppooY. Banf - a ASTM A325 q appro.•0 •Roo. NrN YbN. ASTN A363 ffa. 011 pp1q.S.0. Boa.. f.ND4 .lomp•0, iicX•0 a DY aiM/ oppr«40 p•rmmml Mad to shoe IObrkObr't nanw q bpa. wb .ro0•Inurl;e.r. Sua .I�onrYl'f.nb. pbc.0 i. a na6Yy wen bcolbM iri0• q oulltl• IM .. .a•, .1 abNrot D. pbc.Y an W Door. Goon 1q abotoom1lntoRMcMmY.naePOawn•r+0rIobYlosfffflgae Aia.r101ronbflfa.i+bcIfNYIl.rmfanlnapfpwbMroMrNrwe+.+oNoo NqqDmY OMo.NIbbMa.b• t +o.VIffvTn•pgganbbbkifmeMnlqkgnO . lOm.lfnDC•owr bga9VInIbeIaIfpa.eeZ r rby TM lw6fkelb.g1 r ltIM•gefailmloD4aklpms.a.lSbmmallrm+•a..bNNaaftYfo^.YYNY b..r rcI•anltl molgbml •AtSaTM NpsIs IMr royooaeroi k`aDlaYrryn Ma.0 1.1 Iq m• D•. rm— b, I.eooIo, to+thp. EC w 0. O O Into �.t°a4ro•.. '�'yMj'k• L =r• .rW0. r i (%% rr11' ,r�0��j • J a ity of f1'uf__*bb6&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLANA AVE TO AVE O 1625 13TH STREET LUBBOCK, TEXAS 76401 pr rye - aR afRIO TIK GRr; IuaRV .a %It.O ROADWAY ILLUMINATION POLES SHEET T OF 2 114E .. 77-77 . ., H3d000 '8 I-WNS III`HMHVd �i�iommmna e� ami F aI�I&I II � a��ea�ass6e6 a0E00E0 Ep �111111111�11 9111111111��1� �9 �91�1111111 IC ��I�g� � moo voomom000000�00 O7 Ua Na0�0 Om�O 811a111111L11 _� �IDIII�IIIIIIIG .a�lEllll B�IG1111111111119 INIUMM:�11e°ee°eee eoo 0 sums 1 C MATCH LINE STA 214+00.00 /NO/ANA Al Lr ge MATCH LINE STA 225+00.00 © © ® 005o®eo®8o OWN IFS €m gal 'z G S G S S aoc w � D1:5 C b >ii 49W, g�s r L 9C p� $� m°q /NO/AN,4 A I MATCH LINE STA 214+00.00 u >E B Enrimnmovul.lnc PARKHILL SMITH & COOPER .I O I MATCH LINE STA 236+00.00 C4,VMV A MATCH LINE STA 247+00.00 g rn 0 Ia � o O r Yi3 R aIV AW -� LIB MATCH LINE STA 236+00.00 x u PARKHILL SMITH &COOPER JAW111 I _ xY kY I I M� - g- Q AWX 1 I MATCH LINE STA 269+00.00 n � v MATCH LINE STA 247+00.00 MATCH LINE STA 258+00.00 s NEI - r 1 as > 4 1, En„mn,�eaal.,nc. =5lkZ a I i9flT �� ,T �• OD 0 9 p� PARKHILL SMITH &COOPER $3 °t smo- � � m MATCH LINE STA 280+00.00 MATCH LINE STA 291+00.00 © 0 9 0088800880 PENH�jF€€ rn dill,In s � I o MATCH LINE STA 280+00.00 8 B 11�EmimwoeiKol.luc. D PARKHILL SMITH & COOPER qu cn © o 3 g c, © O® 0660080880 ���tt�qi������ rn D F 7 A a a a a a� a Z 9 0 c ��5 •1� 0o M STA 291+00.00 F A TT i I 49 C MATCH LINE STA 302+00.00 4- B L . A.. PARKHILL SMITH & COOPER 1 L J 4 b D C B A ocwwou r, oowracrar roarr�cr ams ron sar axnnc.Ao eua »[weOman WIN Eno • onwuoadn.uunae:ra..mdrorr 1 2 3 4 5 re r. am�m® �o�o�aao oom©m �or•or.�o��� �t0�©0 ®0�©toOdO mrv®ror� r�or•o�rAr•�� otomQt� �F3t•om�Qti�� rorv®o®_ � a s U lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O ,axe ,sT,i aTReer Luaeoc,t Texas 7sao, SMALL SIGN SUMMARY SHEET 9 OF 2 121 eoAea �eeo � ono 9 �� e�e�0o��ee� a0m0000mo ooao0 0 moam ai�ai i i o�oio mo mo■� 9� 9 I 9 I I I� �9 II �16�9 ��9 I� @91111911@891� E9 iia o��e9Emi !m 9elaoe000lEl 9 91 s can au fi +f3 N om T; d s ! Gmi�punenl.'d. 111G PARKHILL SMITH &COOPER k go 4; gfF ygII ie SIGN SUPPORT DESCRIPTIVE CODES REQUIRED CLEARANCE (a.rrome Cod" -"Pw to Projectntirau era,rmt►in W—M FOR BREAKAWAY SUPPORT SM RD SIGN ASSM TY XXXXX(X)XX(X-XXXX) Past RIP -lace SIDFIPv Feerylms fte bN TWT • T.Lip bee 51O ( SMD TPinWT - SD edkd P-p x7BWC . 1D BWC Tabeq ore SgC6LP-v u SApAP-3H S00 • Sd"Io 6v PO Isn SIIXSLIP•v to SIMP-39 *.*. o1 Pops 11 or 21 Arlaw Trq Ibn-0reotowar a Paden of W • Un6ersolAubw - Crwe. eud bSIOFRPI and SMTWTv Ue • Unirv1dktlw - Balled crown f.n SWOM oM SWrdTB BW. WA . *k- Isn 9DITWTv SA • Srpb W1lor - CoW WD SPDIAPA u P-Sv steal. e' i 58 • Sfpbm. • Baled Down W r SIOISLP-v to SIalAP.36 o SMD Crowd Scion Sir 14rdn9 D ^•fit^ P • PMab.'Plae^ tm SMISLP-x to 01. SMNTWrL SIOFRPo T . Pnlmee .'T- bS1pSLP-0 to IX Srr71TVTP to mob wick wa iope oiK94 cry D • Pnim. V (m SIOIAIP-v to 6n a Lw talrvndm of a bred —ay appal F REDUPED w- x lo broom ow". O.Aa not Project ora EXi 2EXT • Photw of Extmsim (see S60P-v to (3). SHXTWTB more vlan s "d- abow a 60-Fch chard B71 • Exlna.d Keg Beam Ism SHMP-0 to 1311 fii. lrpkalspoe bete wl.sipabul. WC • 1.12 e//l Wrlq Cher dt— SIO&F-0 to Dv EIAL • Extruded Abai..n apt Par" Isn SIMP-311 No more than 2 sign Acceptable posts should be located within a T ft. circle. ^ 1 1 1 ( 1 I -- t\ 7 14 / \ 114 / ♦ abntr QotrWtr I r Not Acceptable f 1 I / � Scar rrtkk Not Acceptable \ .— cf, ' Not Acceptable TYPICAL SIGN ATTACHMENT DETAIL Single Signs Back -to -Bock Ub.l — Signs I LijUWU wo.lnr eyed - r�Rrba walWr.lb arMter. bdt wmher. nut Bola used to —nil Wen pub to 1N clav'P re 6/16.16 UNC 90k'onbed aqw. Noe wen wL "bn .rake. lbl voow ova lock w.WWr. TN Doll k*h IS 1 halo Ir cloche. am 1 3/4 ilm (r ply -4- WTm tw sign alanpS an and to mural sign. boa-to-bo&.. o 5/16-6 UNC WkWkW hcx Ned pr ASTN A307 .0 Sul and h kd- prig lock -0w. The MMb*e boll Ierlptlaf ;Or erica Post Sims wd Sir clone trw. are Oron n ua trek at right. The boll Ionth mor read to be odj dt dk-llr.p W. rob —611 s. so cb.p• aq b. eiNv IN recite Sire dorm w Uk erlirerad cfl'rp. are^ ... .o,W. lock n.A - cbrp Box LSga P...1 krw w ,fbl wmMr. bclk rmher. Sign a" wf Py. Db t,r 7ppro,(.0, Box LrNW sow. Clore ui—MC 2- notsM 3' 3 r 3 V2' 2 7/2' npr" 3 or 3 1/2' 3 V2 Sir 1' 3' norrwgi 3 V2 or e' a V2' Q It mn To 6 It SIGN LOCATION PAVED SHOULDERS 73 (1 aw TrarSl I I n 7.0 It me. Slower � LESS THAN 6 FT. WIDE WMn UW W.M. e 6 fL or W. a wbA. Its Sign -St be pbced at Nast 2 IL from tk or of Uk V-1I. a. 6 it mn INTERSECTION \ AHEAD , rem 6 n rs alma. rr.w I TA It me - Para Snooper GREATER THAN 6 FT. WIDE IMPS the O.M. D 9redl.r Bean 6 It 21 vjM De Sipe real be Placed of least 6 IL tram me .6" of tk *-W. BEHIND BARRIER 6 it mn. HIGHWAY 2 It oh- SE AHEAD Guerd T� iron! �� n 7A 11 mn • howl / HIGHWAY INTERSECTION AHEAD CiS it Bvnix uria. T-0 ft min . ir n Slo" I SMwarr �� BEHIND GUARDRAIL BEHIND CONCRETE BARRIER -6ign ckormn based as Ga1urco reWirW for proper 91rd rope mare', nadir perfarm— SIGNS WITH PLAGUES RESTRICTED RIGHT-OF-WAY nftw 6 It mi% IS cot punbW Q EAST 4 e ru pP..bk HIGHWAY is It mo. INTERSECTION 1.0 tt mn . _ 35 _ AHEAD lalwi a appkr.mld Pbare Trava S —A.y Wr u used. Lane IN 7 It So Mot b ..oared to xr bottom of Po.e. Uy aOWe"•w•fdPbW T It rnmsm.or s.aande T So. It mn T I MEDIANS 2 It t?.5 2 it "a a. Fr. of n 7.0 it tree ca tl L�mei Pared SNvlor Riphtbf•voy r.strktam mar N u".4 b/ redo. wrr. ve"totion lorn4 bviJitgs.a no..w W-4retNr foctan. lo s6o6otu vhm o loteralrmtrktnn prevents fix mnnrr. Iwi 0WOvorance Irani the edge of the trS SIIo ..oS shwid be placed m for fern Uk tromri bar os P-te a •Sir Pael m" D< antler it prai.cled by g.o dra7r 1 Enpneer det.,W- U. Prat.oalo not be h2 dw to mlrene •loP•• T -INTERSECT ION F It Irk6 11 Inn 75 11 .m r� rA n reel . Parts SInA.r Wrw Stec sign is .nerd at In eN of o nro-Ion.. M war rocom. the rot ed" of me sip shouSo e Ra win the crate!.. of U. root!.". Pb. do.. to ROW as practaaL u ® � 59 Passe Slwaber----------- -------- Edge Tr 11.oaaTro.allae i TOP • S:qr SNpbe rtnud d aaiq Ina 10-i)rq —64ion Not res.A1. n 1N 9ndbt .ipa .*.litre (v It mni.An of 1 to a mminm of IS /.el more xW .dos .1 fN Irordbn. or QI a mnpnm of 7 to . —h— of TS feet more tN p-m, of fN bme of me raper..nit, Sir k estotled on IN boekalope. TN moth,- vok- m" o. kreasw aOut a-m by the Ertgi . S. tN rrdra op—tio. ow btl ..Nita for detwed orwkV of Sign clangs, iexm Universal Triugola SO= splom earrponanu am WM" Anatw Srsum corrpartertts. TN wd.4. ode... loc IIpY/IIp.d.Lstotedwa/puWixdal M SknWname/ alagad/kotl'Gdp.pol STAMM PLANS SIM TEXAS OEPARTIENT OF TRANSPORTATION irnff. op—tl— oivi i.. SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS GENERAL NOTES & DETAILS SMO(GEN)-02 TRIANGULAR SLIPBASE INSTALLATION GENERAL REQUIREMENTS Post BA 10 BMG Tuo2q a KiiaW Poll &M&,k BB P'pe Is. G—INote 31 \\= Slid am S/V suetwal 03 bob EU lots ,5%.d rmlws w.0— IN pw ASTM AM i r.q i.d by an M49 and 'a It= 445 'IOohmbiq" e Boll's 2 Y2.' "�T' 4' Nak �_ I --� mom Stub 1/4 " 6arwiw hob. PraeiM o 36" r s Yr- rod ar M new. - - - Ole A cmrnle 12" mil, 24' awl Nou•r.illarced IIIII�_lllltl wr.rat. fMing (IIIaAM Mod .a.a noted OMvl.ra n tl. pWnl. Foadatm .Auld lake appl- 25 of of r.rer.l.. 12" Do SM pD 9GN ASSM TY XM)gIDSMx-X=U NOTE There are vorious devices opproved for the Tr-IDngular Slipbase System. Please reference the MoleriaiProducer List for approved srip bose systems. httW/ww.txdot.gov/bushess/producer fst htm_ The devices shonbe installed per monuf actbrers' recommendot'lons. Inslollotion procedures sho0be provided to the Engineer by Contractor. CONCRETE ANCHOR cmwele wow caabb of 5/6" d'm.lw abd bat .b UMC xnes bat Iw.ods w me .pow end. d-ere H" Ma r.4 low AS7M AM3, ow low ASTM F436. TM lot."rIoA � .d9. abd bads WI41 a III ia.l F fthow ill r- Vw fy. of5 war uxb.a laapo a 50 on0 x t respectirep. o, Wb, bats aid o t- 44 11 pa Pw Item aNait- Ado lxMn bide aeeon Mal lo. OA bogs TM mall -y w inlaid Ep n IN epoq pr 016lt00. iPorbs •:', ,'' : •:'� �••: •-� •:."' • aW Awl.air.).` Aw.sir. mchws coy M .odes ear dOn to wog awe tine Pw 0M mawimurarY •• Top of bat etas • • • •. • \ edwW at least fss4 Ath top of `5/6" d'.metw C—I* Aobw -'•, th. wt ,dim Yetal d. TM mbar. dui mtall.d n 4000 P.iMmW- B plawl kft" o mnknstr of 5 Vr lad for" a m2k of 50 fl•bfl. Anaw coy be wigat warns wth c 5 t/2" mnil.m en.adn.nt, "w. a nl'.nem allowable 14rubn and .bee ewwa'a+ a adwaiv. type. of MID ad M pay r.4pwtiaey. SM RD SGN ASSN tY xxxlmOUM-X%AU GENM& MOTES: L Srp hose vwbe perMW—tly rewkod b Moot. mw.dabrw. sktboa. amgk o,w lawn. of mwkig w. Ib*l, to app—lof IM TsDOT Traffic SU dwas Enpb r. 2. Molwi.lu as post vim tail .ystan st..confam to do f.tbv2q spsdlcatiss a BVO 7rO2q 12.e75" wMkd dioaaal 0.134' mcnel..f ddcma Seanim a abeY'cmbtwuc wiled eleetlalnq a P4. SlaasaolAS rw be NSI 55 wASTM AM or ASTM ApOB daw stew noy M used 2 flay meet IM fakvigc SSAM PN mnn.m y'.d sWgp TOA00 PSlm� tank.b.egm 20% mbia.n .bag.liw n 2` was hill,— L-Wool sbalM vdAn me rmge of 0.122" w 0.138" Oubid. C...W t.—tea shoe. v9hn the rwo of 2A6r to 2.w" GoNmiWim pw ASTM A123 or ASTM AM C21I. Fw preaooled alwll b'nq tASTM A5531. rewal Abe cable 6— w cad seal by mealixkq . M tic ✓re or ASTM B533. Sawdak 80 P'p. 12.875" out W di.~ 03T6' riarrinolvol Y.iUness Sleeflubip Per ASTM A500 Cr c other swrt %. a elackc+mbla.e wood st.Ih,*q a 0* wM aqubwat avbbe enMta and wll Olklo me may be used 2 thy a t U. folbob* 46A00 PSI oi.eern y4M slr p 62.= PSI mW— Iaok alroio 2T0 mninum Magotlaa 1,2- Ma.lAitlanm Lr.aolaa'r eao.M villb IM rmge of 0248" lu 0.304` Oubife dwww Iwt090ta0 slot be wW the lame of 2AW to 2d95" Gawmbat'.a pw ASTM A123 3. S. tM Trofr. Op —Pena D'wb.e vebaie fa dma d dovi+y of >•9• temps and Tam fo asol T-VAor Sipbme System aorrgor. AL The vebe0e aches w Aorta hv.b0okgor/,,Id—an/trolrrwo 1. Si" nppwb slrollna M epfa.e ertspl vArn Mows. Sipe sigpwl pmb eblwl M spk4.. ASSEI6LT PROCEDURE Fow.otiM k Prepare 12-i1 h Qerwtw by 42-nch deep hok. II maid r.A b eaaamlered. Ito dapLh of IM fardaion coy M re i.M sub thel l b mdeddad o cnilkm of IS iW.s btu Oil sold rack. 2. TM E.9h— coy pm A botbm of c—t. W. tlm 2 cuok yam to M maw vib o pond* mold-ab.n cmaet. Mi—rw uwlpix—tab an om 05 "6k yards, hwd m:iq n a suilaae Codta2Mr twy M Wlwd by Cog;Mv. Cdarrat* shu1M con A 3. PaM Me pp orw of U. did bms abb ilo ft castor 04 UM car t,m Rotate the sM beak ow fwth vhk pu!@q it dow na the cwlaele to a— good caelwl bel—i the c clt ow stub. Cwt'rw lu wrk the ateb i to 0M —le toil b Miwam 2 lu 4 hchoz ab— the gala 4.1` a Ito .a Av.v a mki— of 4 days to xl. wdeie o0wrv1e diwled by me Dgi.w. 5. TM Yboguor Woo. sidle i MAda.elbrW ad b d.algnd 1. micas. t. suck from •M cr, N ark Swoon L Ca %VW w ow tie bottom of did sign vlto 7 to 75 feel oboe 9M eepe of iro YareAray 11.1.30. of ft eI.—t baby -I- alp Plot- b below U. edge of P.vw.vl or 7 to 75 rut mow arp plat. lam R. srp Plata b above iM edge of IM Ira..YOy. The cat el.dM Pb••• and 2. Atto�M sign 1. srgpwt usng bow U.. sw— YMa mApk sign an inlakd m fna seal sµpwl.— UM mninm olaarw.. Mtw.a wig sin b rwhw o.SM SI43t5LIP-2f far ckwonc.a bmed m s'ir typ- Zia WYi t-sY ayS� Aga �;tine I y=- �-- } (_ L SI ,myz i tS Kel r I, /I SM RD SON ASSM TY XXXXXlMWl 1 4 I I l_r_ J �_ __; r-6 dl SM 10 SGN ASSN TT XXX%NMU f I v Exlend.r '1 r / DaloiF � I IfT 9M Imosl I r I I I e f 'rJ L J I I SM RD SON ASSN TT SBOt00a11-EXT) ) Ir I \� 1 I.:jjl I L J SN RD SON ASSM TY MUMMIT) SM RD SM ASSM TY XX)OoaUM I 1 I I f I '�J L_' _J �- 1 1 -. 1 I r r -� r S. / O.IWE SN RD SON ASSN TY SWUM-2EXT) ONE-WAY Cop b.tw.e wB•ar _ SVdet Nw r _ _ _ pbgw. eal5qn -El `Sim aN-a S. - � ' Extruded Alm. Wirmamn Mail) Is- SIM-91 E • ) - amkbb tNl9u STOP STOP • 2 - ]2 het petal YIElO •,-B iMh pieta t I • >2 iMb pace SM I0 SON AM TY XXX =)(XP-M SN RD SON ASSM TY XXxW=aU-WC) IS.. New In - - I I 4kmedrtFi -, W � 5W e u r t SN RD SON ASSTM TY )DOOO(12=11`1 US N _VNmI T Aldine-ohsm0 n rgiYl - - - - - - - - - -1 opus aaa9ed otnwisa. N � 0.2M _ _ _ _ _ _ _ _ 0.24 SN RD SINASSN TY - See Moe XX%)Oa.X)OT) I. Nybn .Nb . At.ai..a 5/Ir x 13/+" Ira eon r2n pmrl 2 fig wade. 2 bl walla pr ASiM Alai T�onia;g.. Ch. oraaa Top rRv DetailA 11 Il K j n q Sir O-V i LK4.M 1 - 5/N" a 3 3/+" nn boll rM f art. ba .'hw / Tpp rer W Net . 0ow per ASIM A307 DetCilB R "GoWaakig.' Oril7/16" hob 3/5" r 3 V2'r-q Me ule,e W.lter halt Q. rxA. ba .W ce""If era ieb. and 2 flat r.A- per AS7N aoY. nW.2 Ib1 I V2" A307 Oof"•H*ed W' a'd Item ++s "GaWanirW ba r hw. E.fi der I 11 I 11 � DetadF - am U &eckel Sple hen" he obwed beeid the Sir Substrate. N7be -ow. 5/5• x 13/+" Ak.S.vh- fw. bellsrilp P.M2 Ibl .*- r M ASTN A307 9.w ked WK "9 14 ch.'m It- ++5. -Gatianig.' 1 5/N- . 3/+" I A.. can rah 1 roI.I k rdehr I rti 2 fle r.Stre pr ASM A307 sae rer t SIDE VIEW DetalC EIsLe"YSm ATa_ KmT_TOP 3/Ca 3 head SIEIXW i•0 bolt. riot raabr ad ba rmnr - per ASTM A307 gaWoked SO V"T par Nan MS �a6or 'Ql-'c g." ftbll brop moF very cbap type o : DetailD p0. db-terJ FRICTION CAP DETAIL P0 nos IDepth�LTS Rood 0-inp W .n9o9s p'pS OD. pi" OD. .A25"•.ON" /-Tau Bneket 1/2• S +" heeq he. bell. na, ba 1 I reeMr and 2 Net _ _ _ rdehma pr ASM 1 , I A307 9.W06nd pr Item ++5. I I 7oMmieig.• Lj"� I 1 1 i I I Pea Delon E Frktm W. may 0. maWeceroa from hot rope r c.M nosed llealaf-M The mninm Sheet metal tnkkmen tribe 2+ gaga I. Weep ilea. The rid "m Sheba M-by ..4m ad am MOVS shWbe Sena sad !rimed b wch a as to pro+•ce . draeron 0kib. hl and red.. ro tanaerry b reca Man r.NNT oa Ill die. The depth sho.be .fremrt b 9ire posh.. protection egoist ffd v o of ranwtr. They Shotb. Ned of Snap aeoan r idaAotiar end erar m -id.- .1 m.ef froeWn. Cope aoillm on el"M&I'oaAad cmtkg .1 ail n eeaardawe wM the raQik-l" of ASTM W33 Clow FE/ZN 0. GDOX NOTES' SgOI AIPPCRT IS OF POSTS NAX. SIGN NEA N f I NSF N BWG 2 11 Seh BO I 32 Sa BO 2 & 2. The E.9'- may ramtra Vat o S&." Ba peat be osad b pbce .I a 10 BWO .tiara a IF b i,;m h abmrmoy lyl M b a 14sbpa. 3. Sir alppore eete 0 De spiced except .sera aMm S'gn algpdrt Ponta aaSa.t be apical• +. All-qbro l4olfrdml la Oapybnprtal NoewSpecme0.6ISOaalalhow the I= Me- thiarwn.c OABO for ." Im Inm TS aq. 1t. 0.100 ter ague 75 to 15 aq ft. bed 0.125 for aide Vn Van 5 S+It. 0. uqa Val regain apaeTk supper' ar to r.a.00s b odeAlm to rbebadb9 are Bdcotad .n the & ForMrcant.lreclagulor si9u faMkoed harp feetI TAS^ Tvaekae ma otitis tar a� 2+ fiches r ions a �iphL U-0r.dueb da we0 tar eqe of 7. Mwi del Single tr atpey s aappoAe w Imo b °sport a a:19N :ga. they w.rw x "%I; c.arcl.d b noel atbr ..upt'tr^oo91' tos •IVu parr Th's rila.er eaN Su4pan b act bd•p•nd..ty Mwn iryected M an Srtml Wlkla. 0. Knq eloreel.Aa.roedl ASTN A fOD SS Cr 50 ad oa a�r�aep pr ASTN A a3. 9. E.I Se pye..iq cexnel, ar ri yom v Sir M .11 so OrM A tloo n.l ulSt I ee i b 0 S7IN pdea Il....ae.0 rpPort She f M abbb Then nr. aye b .i.r.d .Pull the ft P. Repo! 9M.�IreO caalsg ot M >•9port ells P. IWn ++ 5.'tCWmcnq.• N. AddAiaalraA. rmwMH mq be addled w1i 0y, proaaed She Wol.gr suns doss sot .Mari the msn obw k arrant pr NW. l It AOaaidmisipn .bnp raqured on the i-erocem- poet fr N ilm Ibylrt .yu Pba the awry 3 Sall. man bet"" el Sign .Am poubb. 12. post open ad. Ma.ec frilled rb Frkibn Cops a5ir beeped Sesb. Me :'_ ad >hopes stall a. W Pb- REQUIRED SUPPORT OESCRVT T +Bich STOP Ill ' 'wm ' Ix N C I! 60•'Mch YIFAO .0 dh-V TY VUI a TY loamomp-BIG +BxNilch a[ -WAY SO M-0 tY rG100a Tl TY v.� Y e: 3Bx+0. 48.M. and +6a+6-nch Sqe FY NBWGIMMT? +8.60-oa .rye TY SBDMMT) +B.+BiNh iqw 1d;.YoM w aq.-) TY NBWGIOWT) +Ba60+dh iqa TY SWUM) •g +B-iah M- SldaolXirq Sip MI-0 TY 108wom) +Bi.A SataWX-+g Sign 02-9 TY NBVdSloail Large Arror Sign IW1.6 It WI-71 TY NBWGMWTI REQUIREMENTS FOR REGULATORY SIGNS TYPICAL EXAMPLES UFFARTHEMTAL MATERIAL SPECIFICATIONS ALLO MIN SIGN SLAMS D16-TtD Saaon FL Mn. Vrictnas 15 l0 5 aDg Greats than 5 0.4s SIGN FACE MATERIALS DMS-wD0 USAGE COLOR SI M FACE MATIDU& aAaRGRaw AL TYPE c S EETPD LEGEND L BORDERS MOTE TYPE C A£ET.0 LEGEND L BORDERS &LACK ACRYLIC NON -REFLECTIVE FILM GENERAL NDrM' L Siro to be luekind sholla a oelo&a e.arNrs la Db Plan ad/ar a .bow an * tmabaa m.tL Sbaaord $414ns and omv diimmaoa an to la.d in Use Standard kg^rar Sign D04a ear i.mi GNW. q. R gAto y s'qn bgbod mama in. FedenallFAlAWq Adninill - WWAIStamd NgI"' y Aoob.b III, C.0. E. Emad or EL N. Loaralspodig bwm Inters and --.a ardl-1— an IN SHM and ag bppro.ed 4clgea tlrnto. lAdre.pocoq of kgmd mwp.eid. a bah.:ed cppearar¢e rMa sparig is not In — Block Raced and burden shale, dppW by WMI" pr- ar art VA oaryk nan+ef eCkin, black fin to rule bodigtoaq —lag. or caeai aton unreel. 5. Nei. bgrd and bpder. sha.k copied by s,aaoig Pram With "aprent oohed %* transparent ebbr.d orMq lit. to W.it* b.dWgwd boc.teg or al—t ra..bMtiiq to cabled bockga.d ~4 or carmlation V..l. L Colored bgrd .hs#k bPpf d by Maeenoq P-- Wgb traapeent colom ii, transparent pb.d bv.fby lie or cowed sM.trg to b.c1I rood Ywt4 or rnrbnatm amerce. 1. Sign a"trut. shaebs all/ mMrial LW mMN th DeparUnrnad MoIrw*ciiatan rep. —As .I DNS -TM L Moantng detab tar roasiee naaded .'qb m clew la bs 'SAD Wit: Stallard Pan Shmb. REQUIREMENTS FOR SCHOOL SIGNS TYPICAL EXAMPLES SCHOOL SPEED •�'� 20 DEPARTMENTAL MATERIAL SPECO'WATDNS ALUMINUM SIGN SLAMS DNS-TtD a FL IOL thGe LtM q5 to 1 anD Gmlr bon 5 64S SIGH FACE MATERIALS DNS -WOO t6ACE caaR Sias I- MAT — BACKGROUND WTE TYFE C SHEETINGBACKGROUND FLOR.TEL.GK TYPE E SHEETINGAOE LEGEND a BORS BLACK ACRYLIC NON-RFFLECTAPE FILM GENERAL NOTES. L Sqb to a Irnahta d"bs a dewed .b-Nsns n lot Phns aearar a M— an Sir taubtoe lent, Stsndard eipn OW" and dinrnon. cee b. loud b nl. Sdado d Ko q Sign Deign for T.sw 19m 2.5ceW.gl bgmd.boea. Uu F.arWKgwq Ad—wobb IFwAI Stadrd Hie" Apb Sea B. C. 0. E. Emdd or FL N.L.I.rd.pa:laq b'%— NORM and n.er.k can .baeon, with IRS SNSO, and any am a. ena.ga meet..LsWb1Vwit9of egad map.eia b barred app.ean:e Wben .Prig h not h— A.Sbp kg.rd and borders shabe "Pled by —iq V— W dalwt acryk ran-nikalim bed fim to backg.M d..tig. carrbnbton berme. 5. Sign suesbait map or,/ nate,ai t reset. the DepaUnmol Het,'WSp.W..r. reWh..,i. of ONS•gTD, 6. Mblralig d.ldi ear scab. rrM 10 iqa ar. mow n .M SAO .ri.i Seadpd Pb. Sbe.b. REQUIREMENTS FOR WARNING SIGNS TYPICAL EXAMPLES DEPARTMENTAL MATERIAL SPECFICATKHS ALUMNUM SIGN SLAMS DMS-11D FL ARIA e14rMs. L— Non em 1.5 ib 5 O.DO Cooler ban 5 a.45 SIGM FACE MATERIALS ONS-m USAGE COLOR SIGN FACE MATERIAL BACKGROUND YELLOW TYPE E SHEETING LEGEND L BORDERS BLACK ACRYLIC NON-RMECTIVE FILM LEGEND A SYMBOLS ALL OTHER TYPE D SHEETING L 04C NOTES: L Sim W a AlrWled .haea a delag.d obs..are it ft Phu adfor a Mw.n a aqI tabrolen shmLStadnrd 30 draggn and orroW Q.nraipa con a bad n th Standard WqWq So D.igm for T.sa" WWI. 7.Mrni4 MOM be Fed"Wghwp/ Adnlm db. H'om AVIabsI. A C. D. E. Enod. ar FL S. Ldlere.pocgg orb 11 bibs ON WWab Malantam With Um SHSO..nd aqr a*..d chg.. 0--te.L.teal.oxig of bgrd Yn1Pra4. d bab w dppoorarce s.sa .pocaq is cat 9- A. Back bgrd and borders, shombe applied by sm-aim; prop.. or CA-W acrylic WTWbCLW black fin to YOM bed% IVund .bpto+ or r.kebilolee th—f. S.C.hed kg.nd and Plbob sbo.be bppkd by scr.bnilg or— Wile ft".6M coW d ih. 4a spor m tubed e—* fin, or cabled rratng W rd. ~b%ar contkallon UMrmL TM ptpre0 bpw err sy.bcb A.n appkd to tn. Fellow bodkgoud NMti g. B. Sip xfttrade slnAan y y notero— low1. Db DowUnale materilSMeaYkolic. reprtsmmu .1 OMS-Ttta T. Ho Aotiq &" far rood.;* Lauded 34a arc bam in be SAO ssriei Slard.re plan SMe TIN Standard 04Wo, Sipe Ouign far Tutu 15NSD1 cis be favd dl m. N "wbaRe. MipJ/WOW W.l.dolgoW/DaBfeaL'bro/ W I icJlUn STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Traffic Oblations Division TYPICAL SIGN REQUIREMENTS TSR(4)-08 TiOIN Dceber 1a03 k+TAW � TADDI rw tAEgl err TIOW .m .-0e ' LanI . I1 77 all I.- -►1 r.al 46- SINGLE DOUBLEy+a IVt'R 4 o c pgy�r b1 LOCO rq, Al.F�l}IDIe aund Lima 33 • ^ • •64* e -0�As ,' e� min- basb110d Flexllnb'1e Poet D-SY, D-SR or D-SW D-DY or D-DII , t:. + E«.1 .• i• �� ��Wing 1: 1• 512e 1 312e 2 •I - NOTES 1, Stull ono s - Olreet lect corHormaDle refa '010. irq far ref ledtlw VA, use an flexible. B' _ 2. sire 2 oM 3 -Far hna an 1 DuatlanlY• Site 3 Size 4 Dlutio cr fIDST FOG 60� cWM Ingl ho/ *a. 5. Tel Iw, Rfite N Rem I* Reflective Sheerirq or Der DIAS 8300. 1leefor x Y Z Pp6+ WC WC FL% IIunOC RHlaatcrs S D NOTES Post TIC FLX RC FL% Grow � 1. A)I type 2 object markers ore yellow LimREFLECTOR UNIT SIZES TYPE 1 TYPE 4 YSllurl/' Type E Sheering Type 0 Sheeting 2. � AM A' oil S tar 1.0."'WASiu ais"s) 3Rod. f IbOhlnetput ("Cadged ono OM-3 Directions L - Placed on Left sloe R - Placed an Rlyht sloe C - Placed an Carver NOTES NOTES I. A reflector (nit cr a1Nt(rq (per tof�itafeotlne�A to o, t nq of the 1. Ref leatcr Unlru R-Flitch q-Rso, T-Yeliw 2. Length ef poet nay vary to meet field conditions. Uw sign blank O.OeO' mlala abler aiupitxm con/ornl47 ing M ASTY 8-209 Allay 6061-T6. Uee refleatlw sheet ing In accordance rim DNS /300. TyDlacl ly Ueeo an bridge roll appreach snde,aun bridge matarnts and at br ldge roil exit• m rro-Iona, M-way mart Use sign DIM* .060' Mick •teat aluminum conforming to ASTM B-209 Allay 6061-T6. Use raft '1" shooting In accordance rim DNS /300, Type E. Uae air bridges with no approach rolls. 3. WC-rinq chapel post. 1.12 Ibs/ft steel Der ASTM A 1011 SS 01 S0, or ASTM A499 4. FLX-flexible post IsnOeoos0 and surface jaunt) r fleotor an concrete traffic a a borr ter, rat l Ing, natal beoo guord fence IIIBGF) cr caner Iow"I"e shown on tar Diana. A Ilan H acDoved barrier reflectors can be fauna air rrr. txaH.gw TYPES 1 and 4 TYPE 2 OBJECT MARKERS TYPE 3 DELINEATORS 2. Yellow, m , anise and Race Canfermobis Raflectiw Sheeting as per DMS /300. BARRIER REFLECTORS D & OM DESCRIPTIVE CODES © © GENERAL NOTES INSTL DEL ASSM (D- XXiiXjXj'') SZ XXX X (XX) I.Ploce del theaters an a section of rooaway the coon distance from the wipe of pxlveonnt. HUMM OF REFLECTORS s single 0 Double : 2'•0' Min. o '-0' Alax. Ref leotlw mctCtol —Reflective actsrlo 2.— a rasfrictlan prevents comisteM placement fro• the pavement edgeplace the affected at,,•crkers in line with the COLOR OF REFLECTOR ♦ • l OF ImCmsf edge of the obstruction. T . TH Iw R •Rea Concrete Born tar 3.tum n Gbjaat makers are opts man B'-0' Raor 2aa UNIT stzE CTB from the tope of the pwemsnT, It may r10t be poss(Dle to molnroln o thigh+ ef A'-0--4'-6'. If cols Is the case, Dlaoe the abject markers TYPE OF POST OR DELINEATOR WC -Flog Charm Put I" Flexible Post TYC • Border Reflector TWE GIV :Fbe�da�d tart"ble or set in concrete) TYPICAL INSTALLATION put Past as close to the desired Mi ant as pose Ibis. s.tM"II at object oorkws and delineators, carrier reflectors In accordance with the nanufoonrer'a recommendation. CTB Ca.,wte Barrier Mo-t GFI or GF2 • card Fence AftpaFwf SI6 • Sadao• Noun sea I t 3 ; T Base O _ o e GF1 Attached ot000kk t ar 1.12 Ibs/ft PavneerFt Ground rsurfaae LI DEPARTMENTAL MATERIAL SPECIFICATIONS FLEX IBI.E DELINEATOR 1, OBJECT MARKER POSTS (EMBEDDED % SURFACE MOUNT TYPES) _•+� DIRECTION If Required BI - /I-Dlrsof land BR BI-0 rsotlancl rim raw m Doak INSTL OM ASSM ) XXX X( TYPE OF OBJECT MARKER 1, 2, 3. or e M111BER OF REFLECTORS OR DIRECTION X SIGN FACE MATERIALS gµ5.63pp DELINEATORS AND OBJECT MARKERS DalS-BIi00 r�,,,,,y,,,.,,� TO= Dq.v,,Mer Of Tr0/Wort(A/p1 T/aYrk0)aaAsttaimm X 3-slxe 2 reflector units (Type 2 only) T. 1-size 3 reflector unit (Type 2 uir) : 3-Slxs 1 or I -Size s reflector wIfla)(Typs 2 .1y) L • Left sto. (Type 3 Object Maker onlyi R • R10" side (Type 3 Object Maker enlyt G • Center Rya. 3 objout tanker only) TMR[E F Ip POSTRxertel Pwt FLx - FIUFIDIe Put TNT Tnin bl lad Tublno - NOTE p ° an'1 option epr a wee far Type 2 Object Markers and de 1, tprx only. EMBEDDED SURFACE MOUNT NOTES 1. yet .Clot Frowner List tar aoDrowd i I I ) i DELINEATOR & OBJECT MARKER INSTALLATION AND MATERIAL DESCRIPTION IOM (�N-10 TYPE (IND :Embedded (drivable or set In concrete) SRF'wrfO0 Mount DIRECTION If Rsalireo Bt - Bl-Diraorlanal WING CHANNEL 2. IneMll to enaaifact,rer'• ramemsrwtlaru. FLEXIBLE POSTS GF2 BARRIER REFLECTORS I,pal Aoaait 200I a. ,am 10-0 +•Is inn sewn pa, Y rz .2 S`P ga� gA- r2' •g s Wgs sr� 9 Y a�E 31 �� °moo ems. 5^b o:gs P.."Edg. __; 6'�Me° TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS m "Ada obta ttyp) 4• Yabv CaMarfi 10" arb.-Q' mm. C7 d b � e o o �• hid. e e o e ie �r �e e e OD H Edge L'I* ," SOW �r�T 3• m,i,4" . Y.h. Li 3• • SMdder rift MY ray Poraaanl Edqn 6• n1iL nyW 4' mn lPor.mav Edga e' miL ttYPJ 30' mow l ,me Lax Ux a � 0 e 4. 1rMe Lau Liu � C�> ,' Tebv Ed, 30, 10' 4• Sofa 4, knife YeEeliu eL'i a eo o m m [> f 4' WA. Edge L'na e o o c 6• � RypJ EDGE LINE AND LANE LINES CENTERLINE AND LANE LINES ONE-WAY ROADWAY HH1 FOUR LANE TWO-WAY ROADWAY 14 .3mm farbuavi�4d WITH OR WITHOUT SHOULDERS WITH OR WITHOUT SHOULDERS °rre-to,d- for Edp k- Tnr.bd Wey WbN 20, FOUR LANE DIVIDED ROADWAY INTERSECTIONS Parareal Edge ," able Lou U. ,• WIIA. E�dg. Lir O e 4• UN. Edge Li. 1 V IWor w. u gbpb Ildlh 4" Ya. Edg. U. .0 r Sofa MYt, CM.xkiq Lir c> 4' Whit. Edge Lie y C Mid. Lone L'i c Aamufau Mk0" f6k mmared to detamie Bw bcWm of inenaay atrpnq. StgVYbk Ears W cWark'nu .h.abe pbeed woo, 0e m " vkM b greala thin 30 IL TM'radon vWA b "toed as 1. an Oaf— I. nod.'. of o &WO h4%" mood 0 from OW of Vo Itd wy to .aq. of bro IIbd voy. TIM r1WiN —UM 110 boa. TM m"d vbp might" dplarem bdt btmwctim iMrct% q cep of apposk. appra.chn of Ih..aax ht.nutbn Th. mrrov rn. k .'dlh vgbe ex .oaVOYq vkW to d.xrtd. R a Ohp on repir.6 ROADWAYS WITH REDUCED SHOULDER WIDTHS ACROSS BRIDGE OR CULVERT 4' !(niMun 4" WhRe 4P Bridpe 0 7 ............... .f cab yp typ. R" mrt 24' Iyp STOP LM Sofa Whit, WbW 12• Mk. 24• n EDGE LIK 4' SOW MO. CENTERLINE 4" Ulaw CaR 30' • OPTICAL 4• Solid Y.W. w on wa.aeMa blaa.arape d00'aunJ .Out.An Req.irnmla for C.Mafnea vV.A Ed"f— Parw M IFdw V W a 204 GUIDE FOR PLACEMENT OF STOP LINES, EDGE LINE & CENTERLINE Booed m rn.ebe Way dad Por.mut Wl0u for IkW"*d IFgln'. 0 1 Lai WO pwt« 11- or ".Ito tr ( YQiu t1OTE5: L.-pusiq tom on bri* apxwW b opt'i mlwt p u.C. A 000 a mbinm 5011 fat W41. 2. For a 04tchbp kagth aJ fa. Took L 3. The .ddlh of 0e offs.l M w tM nww aonMlNiq .blh b th. wmo0 Na vih in "raid. of fln 1WEq•. a 4. TM o."UtO.q a,.A be '.Raid 2 IM .halo, Qin b odw of the b66p b 4 foot or viler ab my ndKt;m it .Aotuxv vidm oenaa to bridpe econ. S.Fa pad fo— ddoi, nfa.b..v+ b dx pbu. GENERAL NOTES: E EagO ..lrpbq "babe as et— b bx pbm or as di—ed by dx ngixw. Toe ZZ .nook tYPbab b. Placed a Mhbw of 6 bOea Nam t" edge of mr pnt. Thb crmac. may -7 d" to por.mul r° " a abl r cata0— Eaq.fm on oat rrgoied b orb and netts ..atb. of 'oft q. SPECIFIC -AWN REFERENCE TABLE MATERIAL SPECFICATUIS Tlx travabd r" ieWo.a only apt Patios .1 t..'.odmy a.0 to'.Limb' PAVEIENT M4W{ERS IREFLECTJ DMS-4200 IrarNorp ml Ne porki g Imo. gktwbs berm. cep Mmuia n. TM trar.bd EP= D16_6100 -0 sbah m—Ald f— IN raid. of dg r- to ;.;M of .aq.Gr of a BiTtws" AoNESIVE FOR PALEI(Nr wAmcm m -isw i 1— road.'. Aeparamrd Makin m0Wab abo0r t ON r"Arad OWWWW Wtarial SP.6.1ou s sp.cired by ex Pb— YIELD LINES 3 to t2' 36•�� � � � � � JRnPtWrt,R FOR POSTED SPEED EOIUL TO OR GREATER TMA1 45 WN 3 p Q' R7f057 11A2011 � �4 �4��44��Q4 FOR POSTED SPEED EOML TO OR LESS TMM 40 MH TABLE 1 — TYPICAL LENGTH ILI Pooted,*" Fomub 30. 35, 40 L• vS 2 w 45,50.55. L 60. MTp tli.dw r.W fr•r `�r.. ,ww .� fra� 4 RJ v.rx r orM rev "Awl M a IT +Maker b o&— of . bridge '."does to 4 f..l m a i0 WH roo6m. Th. Wgth of lb mre- Mto*q tliadd bx L•6a TO •560 It. A 4 Iml M.MW in ""aka of a bridg. Id.— to 2 I..t m a 40 LPN raa?ivy. Too bngth o1 ne er.n- Mtehiq 0OWd W. L • 414M .150 • 106.6T IL'oanded to 110 M STANDARD PLA45 Texas Department of Transportat Traffic Oporatbm Olrbion TYPICAL STANDARD PAVEMENT MARKINGS PM(D-03 MOD nr�fwa Df6 -w •= —FaM I - CAL � '�•� Wfa 6a6 lAE f sae eab 1 REFLECTIVE RAISED PAVEMENT MARKERS FOR VEHICLE POSITIONING GUIDANCE SEE DETAIL •A" SEE DETAL\"a- / Type I -A -A y p o 0 o p o 0 1p p 1�- 40' .•—rlrr, a�. —rl.I ,D' —�Ir— w• —�I'— m CENTERLINE FOR ALL TWO LANE ROADWAYS / Type I{ O O p 0 O O Try. N•A A SEE DETAIL "C" O O Ew• —�Iw— AD' --« p o p o p o p o p o CENTERLINE & LANE LINES Reeed om—M rooks Type l{. clear on FOR FOUR LANE TWO-WAY HIGHWAYS ofpWbced Moea0-foot M 0 el a .Wtr fr Type N-A-A r-2• Typo R-A-A 13, ,- 74 ` r4" r-A , "{i- Type N-A•A r-2" DETAIL "A" DETAIL "B" DETAIL "C" 10' ¢" _r Ir _r lr, •p�T'iS' w. yi, �,• I 2 l0 7' 2 to 7" A" EDGE LIE OR CENTERLRE CPTIDIbrI 6" EDCE LINE OR CENTMINE CENTER OR EDGELINE _.___._.___._._._._._.._._._._.......... C~fpe ..t..._._._._._._._._._._.- CoMi.— ae--y .It oRe bna o p o Tfpa p-A-A o p o 0 I�- w' —I-- w' --I-- 4o' ' 1 r(O c / TfW It f "I CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE / Typo It o< Nt�t Trpa It or u{ii VI-----w' ------- LANE LINES FOR ONE-WAY ROADWAY (NON -FREEWAY FACILITIES) Reined pe.eee d mo km Type IIt-2 *"rmc cow loco Wword—iiLrairc pN rW Iwa larerd rrtaq+q VdFl r\,/ src OKEN LANE LINE REFLECTORIZED PROFILEPATTERN DETAIL USING, REFLECTIVE PROFILE PAVEWNT IVRgNCS 700 l0 7a0 mi b Ibgl ,- � sY."• 3:' p7 6' sra•. 1i' A pick Feld CNwk for UM PkItnew of base free oW fNene Makin a appro iMlIft cgvono a =lock of S q wtm to a m i0 Ieiv o1 T quor1—For 1— free ukk— ,of. la SpaciolSp.6ficW n'RWbclori d f1rofl. Pe -.0 Nvkiga." A• LAZE LIE CPTIOW1l 6" LAW LIE CENERFL NOTES AlrobWera pV monara pbcod n Orokca kw 0" b. pbm in fro vAb and rradwy hat— De a4Vas• On concrete to are ripe po—L, U. roiad p...A. ror4e abasra h a plead of Ir brghdhW oh Alpo,eMoM Mlrkiln motoi* Cbemael Ifb Wc rpred D6 dpllbhnWSpecllcplilns m ,peby W Or ploaa. SPECEICATE N REFERENCE TABLE MATMAL SPECSICATIGN S EPOTy D'"M PAVEMENT II OMFIS IRFFLECTJ D164200 alRRwgOS /OIESIVE FOR PAVEIENT K%%WM ONSinO : A26,I �P•ttpST ti•Fip11 RAISED PAVEMENT MARKERS (REFLECTORIZED) Typa I 4' crr" AA, op V_ RolbctariTao 7� mm• —� Surloca AOkadre � p1 SECTION A Type N Top Vkv fkl� aa0\\\\ �l� RooOray � A?wMa Sprloca SECrICH a STANDARD PLANS rTezos Deportment of Tronsportotion Troflc Op—tixn Division POSITION GUIDANCE USING RAISED MARKERS REFLECTORIZED PROFILE MARKINGS PM(2)-08 MOD b !i a.� S fiph: £ 8ff a€¢ WF5 ob 5�s oah �pgsppQh— 8F o 5'b sr-Ya i. Type 1{ AO' a etas CJ c ea1K la plo« laf IOngU— a Tl�cd R Caa aa-relent avker — a tl«Abalabw «athn Type n-A-A a wy 40' c,^r R SQ AAA E W /«t nlnh.lP Typkal TWLTL TranfAioa 4 W One -Way Cross Street t- Ibde broke" MROCR a10M-S1dUL12ED1 Daabb Tam Arran optdlal OE -MAY STREET TM %-MA ttya.r. to a pe.AWwa b.e:w Pw u.mrATp fer or r..er ll m ra.e t hal Type R-AM Y.br Safe apa« a q I«t ❑ ❑ AO ❑--7 ❑ ❑ ❑ ❑ ❑ a ❑ ❑ e• w. aiPl iTyw 1{ r a{�1 ePa•« el q h.l J2 t«t t- „Ibv tram —/ a 130 a o a a — fnt mi+iwn TypcWTWLTL Troftifon al Tt o Croat Street KMv to. II•AM IIprY.n TWO-WAY STREET t. a Po —,a ew. b erv.agbip Iv aw .i.claa or aw.l f yttb•r sofa vari. beam an opal of t— Day iK iIE TyPtoay "to Y, aw kpDl of War." taw SCE DETNL e a — --,n,jj On G7 24" ItypJ o c 7�7o O O SEE OETA0. D 11AIdi TWO-WAY STREET DETAIL D Finalpna.nwnt of SIM eoraw oa«.eA .Aeb ea aoo•a.ea w a�w wli ` D aJENOTES ,.,- DETAIL 8 er .b..A.re h Phu fer aaaeiollMRPM pbfbl.1 awlot and adoL. Typo WA -A Morkra W.% far war" arw amwt oa atwwl oa other ❑ DETAIL E to Da pnh'arcd ball:w fCr«I �alVok,Ua rw.et. .eea at a as ariah a «awtt �. roRuieamat —.rglSputcrA'cataa. ❑ , , DETAIL C as apeadd by the Plana. - pad P—at moor Far o Mft Not boy, two ar—s .donora ee l h the leap W tM boy b egnl to a' I•, TTpe 1{ ..a mebe.a ar goltr athm 100 f«L Th. bottom al tlw first Q bylg4 fly arrw ah.1b. pbnd at the b.erahp at ew I.w bw rw bin .ne. t koe Fdlaaa IfaN b.a bay bM Yw oa stowot—. e irA vbi. Safa� Type 11-CA do ftaW tyaq. I.w re«a nwfa.n �Typ;.d 12 fte K, ~t Other cr—k patama u 0— h ew -farm Mr.dm Uifarla Traffic O-trolDenna" a.y b. u." T'1B`E DETAIL A ,. SpECITIUTKM IfEFERENM MATERIAL SPE00CAT" PAVEtUt KWTERS WLECTJ MG-4200 EPDXYType II -A -A Mohen A icll I t_ f- MOO" AWMVE FOR PAVE.MS. DOS-eU0 W m pothawd ahhd Y.M.Sara•7/ aw a.Aolc" for aw d?«tbn of tra .l STM M PLANS of Tronspol TexasTDec TYPICAL TRANSITION FOR TWLTL gwat;nt lerot;alt Di+bioa • . . ... ' • . . —f—,— AND DIVIDED HIGHWAY PAVEMENT MARKINGS FOI TWO—WAY LEFT TURN LAP SEE DETAX D «,, �''' DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS I ?y4a0r: PM(4)-03 M TYPICAL TWO—LANE HIGHWAY INTERSECTION ", aw " -eu —a" —roM +oa a WITH LEFT TURN BAYS I ~t"%" a use No Text I N r _J D6 07 08 D9 010 Dli 080 M D81A — ------- -- - - — - — - — - — - — - — - - — — - 040 D41 !12� 25400 ctl 0- D102 D103 DI04 D105 city of fl'ufo *bo & k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUBBOCK, TEXAS 79401 PARKING LOT MODIFICATION LAYOUT 34TH STREET SHEET 1 OF 2 132 7— r— 7-7 r— 11----7 ----7 ----7 L-- j L - L D 7 PRW GW.C. SP�M ------------------ ------------ :E� Ll 7- 7 064 �DCETS D65 . .... .. . .... ....... .. ------ 2n-. . 7 7.1 0123 0124 D125 D126 0127 ---------- .3 m fl'uf--*bbtoy f TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 IS= 13TH STREET LUBBOCK, TExoks PARKING LOT MODIFICATION LAYOUT 34TH STREET SHEET 3 OF 3 133 0 1 a MATCH LINE STA 214+00.00 MATCH LINE STA 203+00.00 It al. g Ia 11 1AVIAM .4;14r 4DIAVIAM HIM IT r AYE CAOPY a L J-i tn A- UD Ep TTO -1 ... ... . MATCH LINE STA 225+00.00 MATCH LINE STA 214+00.00 T9-VIR - ------- agi ;g� EEO sew `7si°S MN MAI F q q fiBFh 9A �, ��a� � - � �) I I I I I 1 I Ili ! gc Ris --o B60 0-0 El C 001 IMP 86 0 MIHUGO REED AND ASSOCIATES, INC. Z 0 to 41 w I wa S iii N f-w - z 2r. -In 1311 PARKHILL SMITH & COOPER T-_�—"+� I r--�. rL^-- r-^—..�, ���1 t"�� r"'►^! .'—ram r-�--T f---� ---1 C LI ............. WI ............. WI ............. WI ________ WI ............. Wi 20 •�I' J.:.J >!".G' :! •—» !.L•tU.S - T;'3 �Q aW T CSC IT4\j-'L 4TN S V,._ ,.,,,,n�w.0 Ey Wy+`uu'w"uwnuuun..",_..E'�"1..=..-i"�..r"".-•...._ .i Y _ IE ".THESE LAYOUTS ARE FOR INFORMATIONAL PURPOSES ONLY11 THEY REPRESENT ..�j— %ISTiNCr UiN IiY IOCATpNS BASED ON•-FIEID DATA COLLECTED BY GORRONOONA dE i f ASSOCIATEEN JUNE 2010 AND MARCH 2O11. SOME C �ES BETWEEN ONFLICTING UTILITIES HAVE BEEN ABANDONED AND RELOCATED SINCE THIS INVESTIGATION WAS COMPLETED. COORDINATE WITH THE CRY OF LUBBOCK FOR LOCATION OF ABANDONED AND MI RELOCATED UTILITIES.- ., z e J 4 5 UTH ITN 5 ND ! COMMUNICATIONS AT&T (CABLE/DUCTI - 11 �rl AT&T DUCT SYSTEM 1 1AT&T RI ---�^� ,J�•�'`1''� AT&T ff IER OPTICI----- �k WATER CITY OF LUBBOCK - • — �L — . — . - e GAS AND PETROLEUM iM N A7M0$ WASTE WATER•.._ a •.._• • - . . FH ...... .. .. ..... ... .. ......._...._...._..... ......._. 1 FLSs ----- W) ••- Wt It - - a CITY OF LUBBOCR STORM DRAIN L,J CITY OF LUBBOCK .. __ ..r Z { _J CdBLE._iY .. .. ,= SUDDENLINK AERIAL � � ELEGIBIC _ ro — T�F)C SIGNAL COIOUIi — —C—MISCELLANEOUS 3.00' N e V , W e � I E5,2' E0-2A'-!I:'0.2.0' �!!1 �. . ED�2.0' 0 '©e _ .V ! tt iI . ...__..._._.... - ... ....'�'>. .. M.t.Me---rml-3d.�Mnrw1 Q ............. WI ____- WI ..._ ___ W7 - Wi -- 111 ----. __ W1--___----- - _ _ _ _ __ WI __ .... WI --. ?a" CSC �___ �1 H',a z:.<u .•c Ls,•t. n"P34TNST-At,G, rueG sr. •14IT �y �>?a^$Ai —�'�-- ——`t~'�— a5�—�—.—.—�'0— ._._—_'•'m's— - --—inva---.��=�-civil—- ED.a.S ., ED.2.2- ED.2.00' GNATES'LEVEL'C &"D V—� AI "O" IN iRONT a THE SYMBOL E510NQE5 AE OVERBEAR iYM1d lF"SND UTILITY. �nlceLons PHONE GBDEETS AL PHONE HANOMOL IVAULTI LPHONE %RISER MAOLLEEPHONE RATER F❑ R VAULT !.( CR VALVE iR METER W J•A HYDRANTLE r. < ,wD vviR ISM (GAS RISER) VALNT YEPIPE MITER TEST 5TATION '^ V WASTE WATER AID CTORM DRAIN If WATER MANHOLE O IE WATER CLEANOUT IN SEWER MANHQE IN SEWER INLET CAWF TV I HANINaE I CABINET PEDESTAL ELECTRIC TRICLEJUNCTION BOX (CABRET) TRIG POLE IPOWERI TRIC POLE W/RISER ISMISSION POLE co TIT C MA OLE OL a AL �HAIOMOLE/BOX AL S❑ MISCELLANEOUS CVL E E U Z EC UJ Dpp_ Tn g O Ion U � Qp dfWT 10URW2�O0S1E1 S TOONR LYM LAOCR MC QINO1E,x' OF Z oAwDsm P0, i., UCO4C Q YAM A137M P IS HTO K W. N p FOR REGLAAORT AFPR A J CONSTAVCLOL 40OP10 OR J PERMIT WIPOSES. F-740 0 Y O EC fl'u'boc t k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH BIrAW LUBBOCK, TDCAS 79401 m 1. z:ztt S.< EXISTING UTILITIES 34TH STREET SHEET 2 OF 5 135 j r. 0 qpj AlrRov MATCH LINE STA 247+00.00 " L L u L �IFT- 2F. mc *WAYE i *1 i t 'AVE X 24" PVC 112- CV ct ZINIWRS17Y AY4' MATCH LINE STA 269400.00 MATCH LINE STA 258+00.00 ffiITI llplpl PER M Eggs iffff goom I E t: E: .. ..... � hp I -A;A Z.q q WA f f ;R— ll im-, m ILI C5 13 Tv �as$ � w �I) ,! I I I G I Ilil 1W IS e BOO mO E-1 E- rp (S)E]6m a I cl f — — fr; 0 HUGO REED AND ASSOCIATES, INC. CIS) z -c Ogg I m no PARKHILL SMITH & COOPER 777 1 Z J 4 b NT ITI < LEGEND 3COMMUNICATIONS AT&_ AT&T tOOUCCTT SYSTEM •- '2ATT RI --••--- ., Y &AFER _ATT IB OPTIC) ---Ii. ----- R, ".h'r' WATER CITY OF LU88OCK • • - , - - • - • - D cD (: l jj IR 43 ... L l O GAS AND PETROLEUM ( ® + p --- ---� � O �.: N.. 1._. ... -. _ _ WASTE WATER y_ Ex � ®--W1 •.:.•v�W1 _-_.. ® ------- WrI>••---__ W1I _+.� -_-----• -t -H,1.Y, ------------- r,H•3i^ _ --•-"-• u" 1� CITY OF LUBBOCK 34TH ST ._._ +w, V• -- 27"' _77,,,,�,_A(i En STORM GRAIN _ _ — 1w — — _Wyk_ _ —Gwj — L ry— — —(Hy _ — — my —I— —4, Z'" j' �� /•..._ ._.-__ -' .—__.._ �._.__._.. ._ .^ Lai z CITY OF LUBBOCK CABLE CJ.i ....: I. . I �. . _..._ -_. _ ...__.__.:......................._-.__. ...... -. .. , .-. ..............,_..._..--- - .., _.....J E '19l : -........ V ELECTRIC I Q oQ ( Q LP&L "THESE LAYOUTS ARE FOR INFORMATIONAL PURPOSES ONLYH THEY REPRESENT TRAFFIC SIGNAL CONDUIT _ - _ - 11 - EXISTING UTILITY LOCATIONS BASED ON FIELD DATA COLLECTED BY GORRONDONA e1E ASSOCIATES BETWEEN JUNE 2010 AND MARCH 2011. SOME CONFLICTING UTILITIES MIscF, I ANFms HAVE BEEN ABANDONED AND RELOCATED SINCE THIS INVESTIGATION WAS COMPLETED. N PROPOSED UTILITIES COORDINATE WITH THE CITY OF LUBBOCK FOR LOCATION OF ABANDONED AND *r ABNOONED UTILITIES 3 ' RELOCATED UTILITIES.' 1 IV1. A CIRCLE S LEVEL THE SYMBOL DESIGNATES LEVEL C a D --0— e ED soTL r i ; D-s.oz' 3 1 L - QD QWI - 2 4" CSc - -- wt --_-----" - W1 __-_____ -_-_ WI ----- v.-s - Wi - - '�M1 ' ,c�qp+•=sPo. .-•17I"'.—x+.� _ F . ., sa c" ^6s•:c H .w - EOw3.05'� r-•�� ED tall L E.1 (§ 1 ...... ........... _........... ... �..._..._ ._.. ED-28" hAN "0" IN FRONT OF THE SYMBOL 'NIDESIGNATES AN OVERHEAD SYMBOL LFGFNO TI ITY TELEPHONE CA8INET�i TELEPHONE PEDESTAL e TELNAMDHOLE tVA LTI TELEPHONE MA7FIOLE TELEPHONE POLE ,^� (T) JJJ i^ HOER HEAD POLE WWATER � EDw4,08 WATER • ED-29' ' WATER VAULT ( p WATER VALVE WATER METER 1 O WATERMANHOLE FIRE HYDRANT `� O AND PETROLEUM i GAS VENT PIPE WAS RISER) 4 CABS METER GAS TEST STATION 1E q =+ I---�f.il' ..•... •- .. _ .. N WASTE WATER 11R1 STORM DRAIN WASTE WATER MANHOLE Iti� P L5 :A•;•.; !LA• G st .^ 7. - h (A WASTE WATER CLEANOUT STORM SEWER MANHOLE Q7% _1 .��•'_ —� STORM SEWER INLET camlix r" '.•C _T ':r±++• .,,.'r K :, J CA7� 11VD1HO.E �' Jl lm�'J yrl,,,: �,+ `•, t .�,,"r,,. ,,,�i CATV PEDESTAL -' ., ..r....,_... r. .. ___._._'.._L.� ...__._..-._. ELECTRIC �L{, -y"F ' V LIGHT POLE ELECTRIC JUNCTION BOX (CABINET) ELECTRIC POLE 1POWERI co _...A ELECTRIC POLE W/RISER TRANSMISSION POLE ELECTRIC HANDHOLE ELECTRIC MANHOLE O SIGNAL POLE SIGNAL HANDHOLUBOX 0 MISCELLANEOUS ERDTCAP E - E TEXAS 76112 ATKH F•79M cc (J ? a Im. S LU I<- U U ad TOA Q TM6 DOMKIR 6 DOUSED F ON lioAw. I. 20ti Epl LWQq AvolvL PUVOSES ONLY Z IRiOER 111E ALD.0M17 OE SDA CIA7HOSn (A Q P1. LIEEIeC d0376a R IS NH TO BE V= I REauTORY APPFW/ J W W CONSTRVCT*N. BOOM OR �d PERNO PWORS F-760 Y 0 _F—n a ity of fl'u4"bbo&k TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 18TH STREET I.UBBOM 7M(AS 79401 MaSTING UTILITIES 34TH STREET SHEET 4 OF S 137 t CD n I u MATCH LINE STA 302#00.00 MATCH LINE STA 291+00.00 15 Y'r A21; l 11-F T ©AYE 0 .4Vl- 0 6- Cil 72 r all f ............ AVj- S ffillE HIP AYE P Atli' 10 VE R .6 I i MATCH LINE STA 313+00.00 MATCH LINE STA 302#00.00 4 ga gag ifm e R-5 — E AA — M ;&5<;4 1pAu �a8 �,) II i 1 ! i I II!! rp 0 El (5 HUGO REED AND ASSOCIATES, INC. ggyy -o- gr > Z 12 0 > A 01 10 SIN PARKHl Lim iy E 7■ it ■ LEGEND Oru.o�mean.o3w.a u9i ,cn+.wcoo,unrtcrwovw.ea�r, a 3 ,mw.s o V u � YK worth a,K rtaw uraww,mon�ensc µ{{}}{-f} wPo1mn�owr.wmmw<mwrmw,w 0[lM.ff6T, Oft Cdrt110. AYI, f 3E R'Mw%CCA,IRL'IOI OR.wfw�,1G3 KEY NOTES �ercv+,mw icwamwu..ea.ce�wKfawnwan.oens wm, a a iaartaf+mrea�.wr a 0es,u3,RasroLnw•cananc,a Tornmcc,,Po23PSIM COMIIIUC,10N.w0 PoutiPOr:}Ott fOR •r,(owou m 1NYL iwa, LtV, an wra�Lr maa wnr 2 ar, wrv3® wruom ,. Ni,IM0 YIM6001(1MO,M roHOLV®IfYpIC,WWpN L NMAm RGCB�8M0110NfOWIXOCOG,iOi�ORN�RIMINL�' OEPM1I OiMILC11pp11KILNOVpMlID6NI�10NLD7P111Y IT QS l OOMGNI� Pllm 1g1CXt}61W CY0 w wsaw�..,oww, ,L pnrnowPoo�non,owawoorrtPo,cra,roPotDM IM0.VaVL0 cPomm�mw,mx,wwmw�rtrM,mL �r✓arow.mcwaa�. a wrtLuue soo-gnuu�r,onv tl NNI/dE PEOEITPoINNRibINORY.LPoIfDilW:toplp101C,IOM oanss�,2ofx Ia 11MllO6VOYf•itCOI,MlBQi1V2 n HARDSCAPE PLAN STATION 206+00 TO 211+00 BASE loopAl *u6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O t625 tint STFtEL LUBBOCK TEXAS 79401 BABE B® HARLSCAPE PLAN SHEETIOF20 139 an -1m 3■ LEGEND OYTNOtOi1GRl�fppWK QQ 90TYY%OOY{TgK,I W 0[,N,l MT , OI 2 NS f tlC.W wY OYYI f M WD, N OF M PP W µfµl{}r mwawiP.!l.ra acawxmum,P,aw, m.aswn.n2 OYIIR0. a0pll, i IGiMY1KCa�01wT, W oRwusic¢r,n2 KEY NOTES A1MG�1mR fOPK0.flQCIIm•>Q>ORIUIOpg1Y/CAW OIlMLS}Qf,O/2 2 MPMRQ•WAY IJIII,PMY 1 COIiW 119IOTON0W1•CPMMCIgI lOgIpllCr T1QSOJPIq 4 W?1�PMV�PO.� I�QI)OIONY-0OMTIIRS e wruem norur® r. 9o9rp,mu�c1 cann,,c,mronmre,rr ouerawanw Muto,umHru�anacrutn mm�wmwNncnmraar omm vrari,ovwnonWwww®a,upma�lm,r PG �a.a9liwa wTa0lm0aa oem�aw9ecW¢lonava, !,. wmwwAolnwlowxvicormucrarol��wWrcuuwan uwmRmmmwron WgYY1lSt„auP,iMrow,oCo.�//oa 12 NRNLniWl06 mWIWTR01,q ,1 RIMMOtlfINw MRIOMI�]�01�LY.0®a0[MW%COr1111q�Cib1 O!lMIJ90r2M2 K 11/1>®OElML 9,9Ilt0I2 n HARDSCAPE PLAN STATION 211+00 TO 216+00 BASE __ 40, m �� nom fl'u'��-'b']Poo�fkXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLANA AVE TO AVE O 162E 13TH STREET LUSSOCX. TEXAS 79401 BASE BID HARDSCAPE PLAN SHEET 2 OF 20 140 o■ Ld0 J■ GENERAL NOTES LEGEND naaacaTmn rT xcac�tic Aamwx ®moawaxoaa,m,cnoeionnasam,tlx i wanaur� Aonw,aAru As„ewomtlnaacw LMFJi N01®OIIQMIAL i w1,t,ona �,y,�� 4 IM RAv.A a rm,mm } fiVMIlIM A?•AIL�aWLI[WYi1nUE,1p11 a Mn UAO) >. NAR,nM AY,NLBA@I,tlx a NRFTONY. OOrn110lJW,.�AOEwI%OOMnJNUCIgI onto nm,tlx a O�OIGRIto m 0ouxa uri ,i plxIW AR uulmnc u rsr.u,rn u a�un�e OnMIIA! ,a aMvn,wn Aur,tlx n Al HARDSCAPE PLAN STATION 216+00 TO 221+00 BASE 1" m NOM a f�6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBOCIC, TEXAS 79401 .fir �z•�;a.- _..�. Z•T In�•�•••'•i• is•'i BASE BID WDSCAPE PLA SHEET 3 OF 20 141 1 2 31 4 1 5 GENERAL NOTES LEGEND KEY NOTES w coMrflora wLaama.oL.s,«Lncovou,.rL,w.,�l.x,awmrnT.ao�r¢K,woomra �.aws,oi�n LmtwT,ca,amL ,. r��tala.L1LLOLIWKLOt6ilwCnOMOfrILOLM611ax R OVMMLLMI,MtIILTOLl N4TLLLLDLT NL lOG1gMIOMCpRTOMt(.rW,gILT{d1YpGL � rr��L�'�K i LgLpVtY c rrmwLLerarelrao�Lma MawnucrarowgrLCT ULN.anlrnQuwramgMturnawa ®LcawMxawQwcTto,oQwumm taa L>rQwaTainTonNLw•mrtn�gamn,orecrrwmaawn r,ILL„mLcr. uLw+lam.nrsnaWa.raTawusaoaaehraurrtswaLer4LmoroMw,aar as noe+wiowurMwonlarraKnw anamuc,wun�aans[wawrrawooroT� Ur,{/Mdl/Off/M WMIVCTaIIgaITONOMNMKM1Aai®IW)BfIiANK ULmLM01m0,MO1Wi L /,OLRNi �.IIOAD/MrOLTKf1511Of 0. 91GMW%tapRYRNL1aQ91Vll MOT IXC®6Mf1�i L 1QTIMD L mOflYKMaIOLi LILrf LMMLMOTDlO®IL,t]O, {�}}} QrMYfa, aMl.]6LWfawROOMQLaaM)M L MOT,IIfD r. Lafsma.fruwesMMLMwQc®nLOMa4gwL�,A aQwssm tai 2 ®urNolnurca canwtcra,ro/mwwrrqucrLouTpM 4 MLtI,LlIIpMMYMW WIIqW'OMMrW611PWliMCartMGTOMLOPoNgILIrYro WYYNi L NtfAm118a7vlllOpaHCMA6LOKOW01�00.vQLNiTKLP IRLINl0G1gMiN0a1T00a6fNrC11aI.VAOt9Cwlpm W MOaIAIO,OR OtNgaOWIPo)OIIW f Wl OPOI awlfil0Y0t MOMMOLtID111LmMN�i1 QMIDM,IY It LLLeslf®ATM�tIrLAO,ORf WgYLNMLMLfLouTMw 40NLoac„mLa1LL TOOLLQTfR„uw 04 awraa err, se aosrlLKaoramucnw p �� OQII.Lmtpl,at L aY1CHLRENIN WTta1pILNgCW K LLLCOIt41gL.'T1pMa RIFICLiWWB1RSIWLEN�00abY1d1NIMMU1fff000fiMrllCyL q EY1QItN VM�CI➢fmflR4rl1 L lJllillq w1110V6411iR NCLtR11,OM MOT LOfrLDm IOKm GVFa6RaMLaVKA VtaIlrrlrOlffwO IL WQLq LYLOAIIDHm LAWN COMIMO1a1m L®NRIMYDLL,MLL aUNWLAgK1UtlDW11CMMp1,BigL1®00. KTfi1WT0YOWTNtT/UAl10Ma MVOMK9W1ff11BM1® OMgipf/ahT�Oa, O,pLWrtANgOy Mfapm,iLpLq,V41pL ORIIaRAOm LYM W,OR/OTa, LTM WI(IMQOM1N9Bl;MM OII,[LOG11011 �/1DNGOIp11pNLOlII 12 IIIi1NLMf1Yl00•f61LLM'1IF10flq rooRLmwTMNJIONQ ti rm,.Lcavma,wa artlOMML,B,�Lr.Lis9fMMM00MmfIK'ICM A NLOILIYtlfaN,GLWrLOQMLfLrLa MYp01lmwLLL0mr01®WMTrtOM 1PLObrALLOD. C6TAINi„L8T}a2 K CMNpLLNILY0.1proWLLNIWYRVLROL4 MDWIWIR[OOf iLF�tNO11.GMWGLfw LLLO.L[111®IW t MMAONNO,WIL�EIY!!®N,MLiOPLM00NLiRT1lW 120uNOfDw1fY6GWTO1TMW bwD1 l RMLWNMJt Ifi LQTK mills} f 1NtL Of IKC01f Ym1O LY L W 6a L I1Nm T,NT lV 11rY6D VIM l OGS MLEtOIrY Q4OM1Di L MoprLLLpau.1,IOLITtC.QawuLfrowmmNtwr�ww.awnwrrwor,c�TwuroM oaroLta w,wmr,m to LOIew ro f nw f awloL oo,rtacr M,waecrrL M,wl,ecr wmMTYr LNLL Mwfq MolNglt LAIRi ooMaan nor Mum a Lew.w.tw.. TKK w MMfw � oL.M LLwarr. Nrr LOMamrL Y MWC®RCOWMOfA WIt•OfMORYlILK1pNU1Q6mW1LlL�,AC.W.V tOIOaD011rLOO'JJmM OMJ81. c I I I 10 , , I � , I T O } rILLs T + I. D16 D17 D18 D19 I I , , 00 222+00 34THSTREET 223+00 '124+00 '125+00 226: 8 � �? wroLLLmru fn � _� €�r} D83 P Lo.LLnNaaLwLouTOM LL Dg2 L 3 ; oox,L.era,mmotauTf I I , wrt„MmeaLaunona , } TwauLr tLtL Lai \ I , A , I n A HARDSCAPE PLAN STATION 221+00 TO 226+00 BASE „ ,m L m • HORYH 1 2 3 4 5 cc a g U W Z o J Y cc a fu6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1025 10TH STREET LUBBOCK TEXAS 79401 ti :� i 5 W., BASE BID 4RDSCAM PLA SHEET 4 OF 20 142 u■ An 7■ am GENERAL NOTES LEGEND PTNOfNg1Q16T10LW411 TQSOnWKMMR11UC110N06TK5LH! 1 Of T NL I,OfIn14 q1 �1M1 K T14 YIRX ao 1118 R6 W uumxmmon�naa f}}}�-j-f}T tlVNdP�AiMT.fY�1WxC0141RVC110M LT/lNLT�6TTCfT CGRAR.VMT, ®m{TWx001C11M1CT10M LT/lWJAYIt ClT KEY NOTES 1 PLVN016T6C,N.f(II (q[M%COILLIIIUCIgN C�ITR�L�IIOfT 2 IOQMgf.WY�p1apV�Y 2 010TYgll�lTOpU4W.ORlIPnCTOptOpmfKTIBp OAIiO CbCIMC11dI Nq RC4p�fIi4YPo11 TIflpW.00TOT11®� IO..IIMi CAL M1gMY0pINLTTM6Ti0fi 4 MQY� 4 xOTV® 1, D11TTq UITPG GGRP/{Itl1i0IK1D18YfY DUClIOGVgII • MUTo�aeaq•wcrw�oeawaemmewR.rmur ovn, a wcHaawwwT�wamuuYa vrnamcverc m a .. WR [I�MRY.TPID11111q CYm R p]TfRgWgCII[TOI�UII L CiIRq M]ATIpIT011WV.00FfMClM TOIWM//11'UMM6L1 ewiuno�ena wq.wrtgr.m+wgrownewaaa +x roT.uMovTm�mnuo+�vrww ]x .sotto¢mrwnamo.•wa...aeoaw.00,mm�gn o]nwswei xa x 4 PnI®90flYVlt6e)08T.1lHTf p] n HARDSCAPE PLAN STATION 226+00 TO 231+00 BASE n T•]T !-�! Ham+ 3 InlD: W a g o W LL a f4l%4 CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE G 16= Ism STREET LUSBOCII, TEAS 79401 BASE 80 HARDSCAPE PLM SHEET 6 OF 20 143 Dim :1■ 3■ GENERAL NOTES LEGEND n HARDSCAPE PLAN STATION 231+DO TO 2364M BASE op Al n HARDSCAPE PLAN STATION 231+DO TO 2364M BASE op Al cc W a I'M g U H J ,man Y a c6a4 CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STMET LUBBOCK, TEMS 79401 BABE BW HARDSCAPEPLAN SHEET B OF 20 144 --�' ram—• r—�! r--'�' f—, ram— 7 � fl 0■ 0■ tim 1 J GENERAL NOTES LEGEND I� r,l«xm,a,�n aow.n is aoeuK oawie,c„a, ortN.s am , o. � uao eieaxa a�wi E ma w,mh o nee �.ow aeaarm®otuccwa +{•�}�{{•�} wwuw,owr.eaux.usrnsreuclw m,warur,orx caxlaa+oert, as aoewwx munw,cnw /14. Al HARDSCAPE PLAN STATION 2W+00 TO 241+00 BASE loop m ® NORTH T.-W pscl ca a lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH 6TAEET LUSBOC, TEXAS 79401 BASE BID ARDSCAPE PLA SHEET 7 OF 20 145 Dim Im ,m LEGEND 1-1 r+wrmxom�rawx �_J mmewxmrsne�,ron oawsa�r,a'x 4,1 �EMNIOI'I�il l6 M„O,M OR M ILQM U1i311OIm OOrifRgf. �{7- WNtfCtIJdR.[Q9pEV/VMCOIIIIRIIL'itM wTwsar,a•x carrtRa bxr. ]a SppWROb1RRlCTbN wTwnor,ax KEY NOTES icwnonncw. m mrMwcau,R,+cnxR urau aar, a ] RpMi-0f+W.YIp/gMf a nxmrx Tass]otmawr•corrtR�cTORronnT�cr TRuaown CtlO1 RV Cip11 Mp I6 iNbrlElE KYI Twr ONYGtl 10 TRSS W A R4i. iB MIAMY piTw if ET T OF i NOT VIIW L MJf IT♦m ]. LYTMUIYIIFJ.COHOI/CfdIT011ft0YO1FY O41Cfl00RgN R ,]w TO RlCBKMORWNClµO(OPWM9>®ORWIHMSTNL! osn, awwwoe]]gR.wTrwve�otuRMm arnmawn.m w°eaor,cnerean,e rRruu]sn,aanR wvncwaeanroR¢x ary t>. OOfICIC IMOa110NTORpWN.0OMM0fOR TOROM N(tOWM0E0 c, W ®�'I m4]RV C,Cx .W D 4wr�M , W F IMOIO r6M 00vBNOl ,2 ROTILLR9W006�61MM7BTON,O t] R94p0�piRAW FRl011Mx®sY.IH OOQ„TYiCONA11UCOp, ORw M1TICI2 ,l R/UmlO(M1Lm O6TK f8i, O] n Al HARDSCAPE PLAN STATION 241+00 TO 246+00 BASE „ m 1 — . . ,o i a f496�s CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1Gn 13TH STREET LUBBOCK, TEXAS 79"l RASEBID fl G PLAN SHEET S OF 20 146 r o■ 0■ 7m 3m GENERAL NOTES LEGEND Mi aa)6,w%a a W l C6 r„f abM OF n,B R4w I{}fF}i-�} emwean,e.a.�s.nu.eamr,aercn om:asrwr,na KEY NOTES �eraaurmm rm�na*ewo.�ncewxowpr�uc�nwom�aasur, va Mm,raaav„r.a.Mam x mnnn n,saw�v+.cwmucroaromormn®anw mrumac,ah.ro ■aarvr�t aw wrc owaaes ro,� a an+�,,..eo.�awrr xrrasa«0,ra•r „mom r, wa,a.o uMrt��M»nunaaromn.vsr oucriauno„ a uaroMr�aawuacuua, 0000roarawaarcamMar om,„ awaaaaww+wve,w®w,nee aw�orvam,r 4< mcanaaM� ruuaamwaaa ,4 ootma wtr�svrowMM ,. oamMu nae+na„roarw.eo�mmauro�ara,a.roraeep uvam m mmwrnan aao wartaw,m.,wro,wcaa�aa n warMi,awa000erwio.�rmnm n M 1m 2 w�Nnrwuaaiwr.�rocwaxmw,wuc,wr� tar:,aaMertaox +a aatl®aoMvxi®oflraas6l,ora Al HARDSCAPE PLAN STATION 246+00 TO 251+00 BASE ®o ,S ® NORM IY W a g U *6 a city of l bk CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUSBOQK, TEX43 79401 ,M p— I BABE 00 HAFMSCAPE PLAN SHEET 9 OF 20 147 7■ -■ 3■ GENERAL NOTES LEGEND KE aor»ixcasm,cna+oe,+aa �, , as x 4l Y0MWU PWIKIW MIOIMOY IW rt0.W �{}I{{-}I} w.p .maxwKmmur.,on ma.wa1orx oan„a xart. m w,mrra..�,or+ m.aas�¢r,vx 101%. Al HARDSCAPE PLAN STATION 251+00 TO 256+00 BASE 1 0, . NORTH cc W 0_ 1IM8 U 06 *�6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1526 13TH STREET LUBBOCK, TOMS 7"Ol A t0, i rc"��''rx�t sem iii¢( BASE BID HARDSCAPE PLAN SHEET 10 OF 20 148 r--- ;----, r-----, r-----; r---� •---1 �—s; r--- f=-� r---y t��; r-1 ,---� .y�l r----1 r--, ;,•�- ;� r---� r..__ 7777 n■ 0■ 7■ am GENERAL NOTES A. � w�afaL LaL,aR Asru,Tm,aeicirTw.mwa�rrc�r..o¢,wx,.oamnc L D9ARLp1JOWlfTOwa,filfLip AT ALL lOG1101 AOMCIIIi TOwW00MOIfff ORBILLMa S RYwLw MRKJOIOadnYgMCOMNC1011 TONWiaCT ALL Ptt{lOgUIIP{W MOOnfilflCO.wq TIJa 1110AT. r11.IA.1JA\[461/MMfYALYfWWN9AIa MYORIJR6YAT fHADARf®m MN10ai1 uK AwcRAwar MoangAcroRnaoRmAwArtulKnAacglowwortRAwa a aoEwLRlutaluoxu.siovfswarnrfiG®1a nx� L JlxaaaRwonaJTavaswa wTaxfmx.na. r. Aocaa>ouRwoawunorwvnwiawmia«�n+a a urRneawwnorea«a�wa.Mn,wa,rtwueeMmrrtRJcrwRuoorurmTowwru � �ocrTnn wuaR To owanluclpR UnnMfa wAlt®m M CornRr[raR atv,a mROMR'IIOR Yw1 wa�JglmATMooRIRAeraTfoaortL W Mv«eiueAna+wonAoaoncxeaw.roaLammTw» K NIWWTRCf10R0iNMlOaMROVCiNftfW4LppWAftOROVIRNnMTK UxOlT OOgiMRiJYL 4 tnalew asRocrrma wxuoWoeurwrwrtnm roCO GATff GdeDM6AC[1,RINvfiBKIND aax,of mtcnamvJJol Ap ReemaR aleleoiorowr W nAwl»aq MwOtl(null O.KKiMEO ptM{KtORMOONIIMCiORATMCOHOt1GTORaLWLi<W MSA1[IOGTIOR F10 WGgglalNtqw iOMBETT®t TIMII r01a4 a Au raaTurr{mAmuovrsmMunaq RAwiort twuJfamaeowirlTunwwwwnAfon L GaNGEOWlaY6 WrowYGWvw v®TR.t rJnwnwrmofTaaTwu.c�ww•aawuvae`Txm'w fIf11IJD,0aglIlWLwwN1m NIMALORf ROORGIOtiwn 120MVG0 W tt1G rtlTiAiW 11YN WaJil JIULL w /{CO W UY�O M A1PA1LL OI A R/J� Tw0 CgNEi W III IID Via i1C0)RItl411Y A�/IOMOL L a00SRaS10Ma.'MOM1W,tR.4wawa61yI1mWMMYa4L101ADN((IIpOYIt'ail0`latOM rROrolIDORIAgww0U1fOT0 AO(KPORL'fi ORAIIt+OLOO4iACiM WOJG➢fAROIRKTM®IATBY f4011trWJWMOW10fi L JurOmlWOmncwlf ix�Twmwlimcvmaw.wroKfrrwaAawlvwart.nnwlosTf OAWOmp'OxRTaAOmROYIaQM ta0i111K1lO,IIYrtflNLLwR91KmAT MOAOORIpNL ODfi mM Ovf6l LEGEND rn.aloata¢,axmout 6� IOC,WlI OCIKIMKIp11061 A11 YET l q x ALL aC1YiAlOiYw2 w MwO1Mq M ROW U{Of MplmaOiLaat �}f{- om.,»arl,aea.aw nwwila<worlucnon artwus,m,gx ewrtnJour, ra amwxoxurRucipn OLTNSl�T, q t KEY NOTES AaaO1G1®.Y ,. J•oolaly,T¢oWf•a®fp1WRODtmIOIEIiTRoaiAtfaKrt,gx 2 IfxM-0RMNYpOVllgllT i fJ{fIWJiRtEimREWi(t.0.YrtlgCllgmiROlaLT 110LOQJIWT CxMIRUiIgMAW RESfW19LEJORIM O4WffroiR�L � AGAIINi, O.ROMNAYOrtMaaKrtigi 0. ,tllllm a RquJfo i. DJrtaq YOlnl�OglIRACIpITorlalpwflT QlerLOCAIIOR ♦ AwArotwwfWo,wxoLu,cno[oxroewaRwra forAur miR gAa1010�INbaNOVpIYt®LYWRrtAnmf�lr,r na a wfua♦an.a,a�oasrw cva m oxalfowoacwfrowA•J+ weltu JtaxAllax m imwR ownRAaot ro �Jn Jrrt orr,cu ur®fry uorwvr,w,ga reAomwvmTaJac 12 WRALL RiMa06wIYtMItlOR,O ,1 R®1ACa �PiiltNlfUil0MAi1NBY.f®80lMWlt WItl1111ATW1 wrAxssomxgx K RMaD9pMwN.a9 OJlrlilgllgx n Al HARDSCAPE PLAN STATION 256+00 TO 261+00 BASE ,r ,b Lubbock Tex,�s CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDI ANA AVE TO AVE O 1625 13TH STREET LUBBOCK, TEXAS 79401 BAN BW HARDSCAPE PLAN SHEET 11 OF 20 149 7■ am LEGEND KEY NOT muvllx ]awwmn L Ccorasn OSMCROOtQRli a�mewnmmacmhmw�iai x. parta+r ru m¢apu auurnrrmrnorne naw i cwn.]]w uiisslormonaavae. aw�ar.. I} CVN1Pi11Yr1I. mttIMMYl WIr11RC110M 4 f10] mwrenlarx ]. wp�qun � mar co�n�a�onl, v��nwat 1a1wac11 ac urwoan]co-x � cacMlac m ws]waw L kJORY16MN GWlEDBY< 1i Ir]rL MM li ROl.1Cp V6 n l HARDSCAPE PLAN STATION 261+00 TO 266+00 BASE 410 Al1b — NCIM fu6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE C 1-5 13TH STREET LUBBOCK, TEXAS 79W1 BASE BW HABDSCAPE PLAN SHEET 12 OF 20 150 L 77" r--= .---, 7 -7 77 —' [a■ g■ -i■ am LEGEND fM%OO1CIQll�wLLR aQ mawr„oau,� ocrna � , o• x AGaY1110f aWLLaMMO,x O.MFOw u{i91 llrmOP1A111F+< f{}f}}}}{- wr+mv+our.e�>tonnuoga,wlnlav mraseeQt,ar: OO1rt114 JOINI..(Q C10NY W f Odm W XIpM mraa se�r,vx KEY NOTES awuJ®n. ,. fOxlYXIf WI,.i.OV.UfI:OIG11641pN0{JNIt«.R,Of] y.JxIR-0f+WY�0IMMY WIW TI@.1O11d1W-CpIM.01M i00RDJ�CJJ,@fOIICI l Q?VALtTpfAIOROIQI»EI \tgll'OUI,OQfTO JJ�� i � �.ta RYOWYpnNa4lIO1JJOJ . uor,em J, ounrtlo,mims<o.runwJo.nolvrtvwnwrwnon 4 rui,ro�mcot onleJ.,a01.Inl O.GOWOimO1WRlWJKLf O®IM pMIILOI OYa{MOMMOVPINYOaHu`a R/iIfOMRJ lT QC \ CMIIR(CVN WTgIWRIM CLq ,4 �WO/CIPplO11dNV +. wRwrewanonronmwaoaoaNiwYoaa�wwrtwJwea ereconcoxnaun,o.Ixo WMrwv wwlw.aroxwocovsuoe ,x a.Rux.mreco.aurw-mar'w 11 11@4/C[!®C.116YI M1pI N/a1�LY. a9 alOfll W It OOMRIgM.T0,1 ORN3aMRJSOFI 4 11MSQ71G11W 1GiB ORK ill�J t OG } ,ON Al HARDSCAPE PLAN STATION 266+00 TO 271+00 BASE 140, m ® NORTH M1O Ir W ap U ad 9.' I a cb864 CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O tale 13TH sTREEf LUSB=K. Toes 79401 IIM O,aQI BABE BID IARDSCAPE PLAT SHM 18 OF 20 151 Dim An IN 3■ GENERALNOTES LEGEND 11f.1(COIIO6R�IYK ]I OP�'MLN00161p1C1,ON06,Iif WII, 01 S NS �W.W1gaWLLalMwO,Mo<i,tM.w ki*H�-f+ a..nwaa.am mwaarnm,as„o+ oa,w�rTax co�,aa,OWT, m aowucma+auncx oorwuwr,ax KEY NOTES nl.ounnn ,. PCdlO1lT[LW.9m fOOM+ROYM1TIRC00MLQMl4i11 Of] 2 aMR.01.,WYlpuGRT 1 W51NJl11®roauw,•owOMC10NTONMTlC,TIIp6pMaq fd,tx+aW N„MDRYOMiII(M MHMw14aro laOi a .aarr.e¢aonwroa]aasen]ass a wTwm a xo,u� >, om..aura,..cm+a.c,oa,ananv9a,oucrroci,crr l NOAro MC9HM0a0�NC W�IX OxO]110a�ORu1Ia.MR+ILP awn+ arruwam+aavwarvr®aMwe+sunml�r,r ac a ca,rAe,aaNa w,aomnpww a O]mq,wcecwa,oaew v wmtio wiownwroarw ma+rx�aaro�vrv+wnauuom vum to aararwnia n wm,uartrM ,aaa wo ro ri/a covmrar. +z nurua u¢wma9eaw�rTan,c ,1 �.rc[rwrw�smox�+aear..�amwamxsmucno+ on.asm.c,:a]. ,4 III1�90i�WXd�CRMt afT 10f ] /N �lHARDSCAPE PLAN STATION 271+00 TO 276+00 BASE ®® Al , z �� RORTH cc Lu a 1 g co a]� J_ unm+ be 2 a fub� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 10TH STREET LUBBOCIC, TEXAS 79401 BASEND HARDSCAPE PLAN SHEET 14 OF 20 152 r--`— �•--• r---'w r---i, r---t r"--^ ram-., �—� �""f1 771 :r"�. �-, .".r �v i o■ ©■ a■ 30 1 a GENERALNOTES LEGEND � �cww cowrinKlral oer.as �r . «� �u so®lruxf sru r ni wom «1 r4 Row wua•nm®onlutwlc }}}+}++.-k. euwaw.wn.ar e�lwnmwlquctgn oarsaml«: callruw,a.rt. ■c ao0,.uawwalacrcrl Al HARDSCAPE PLAN STATION 276+00 TO 281+00 BASE ®® 1A • • • 1o1 r1 cc a 8 U ca +m �T J « '1 1VHw1 Y a *496TEXs CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUBSOCK, Tmks 79401 QQ S bix mm _ - ooaena m>,a aria uema noa+n>tnw BABE BID AFtDSQAPE PLAN SHEET 15 OF 20 153 !10 1■ am LEGEND PTwccarcun mnwR ]� ]pBl/LR W IQII4Klg1 CR/l5 f 16,1 M ) 4L YGF1+4l,1i 9 VLL �E T16 MOM nF T6,t4W uMnalmmoMon+u[ �{{}I-;1} wNaon+o�vr.asoowuooalwnox ort.aa9ur, arx m,r�a or+, )a aanwx cn,an4rc,+n+ otrru war+o•x KEY NOTES ,u.cr xmrt 1. PfLM018i�GW.Q[mPMI%tOtC1NILTgHO[fMSY�IIH) x. COM4TRMSW N1' 3 WlINx1g6.9 iO ABIMG7oR T0iR01GCl TII®DOINq co,sTa¢now uoimsaxampomo wa raa rxr owiaraTomeas 4 wrwm i n�aa,r�a lmmscann.KlaaTOA6DWPaY �q+ou,a, r�ro�cWa�owacwuaeoxnwwcoarturtn.wnnu� ow++ or xua owa w.�rca W ®sw� n�wm nan +r nc 4 CnNCILL)�CY�IL IYTtl,WTWnGW m omrxowoxN[m�r. ,, o)anc �wmnroarv4 mrrtwnoam�rwrx.oaucp� u u�su��veoo�irTal�ia Im�wamwocaa�4c m ��rvmneulvrra,wnaar.nu soawKeva,amno, onrua�,xarz u �nx�soswK.eeonrrxavr+a) Al HARDSCAPE PLAN STATION 281+00 TO 288+00 BASE „ a fu6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 16TH STREET LUBBOCK. TEXAS 7W61 PEAU E K4ptDVC,Arr PLAN SHOT 16 OF 20 154 1 2 31 4 1 5 GENERAL NOTES LEGEND KEY NOTES A O>rIINRn:rWM!llORA9•VLI,OD.9Kll M,bIK,NKII MOYCGWI�KIOWRMOCaNNO AfNOC IfDR AimMtTi00N01lfL a wwNp,:onsrorsrurxmAT �aLwunw��awoartronawwxom•a'euaaNna rnn,wxcKn mwc � '• �oorc•mawe-aea aotxwxwarnucn�mruweT,ars x Nurtcasarwuowry c rtawarM�a�wunarMcanrwerwropw[criaary�X�nartimNMoownwrnwn T,s3i1106CI. Au aw•wat Gt/1'dRi VKHWT0MOp1[MTYUM8M6TKMIVf1®TOMNIOVG wswR�uo�arAutt�oKmrusaTr ni NL aOMWuaWLKM W01Mn1Waaw 3 �'grRII.f iolrLLW.CdTRACiatroP40/If.TiKDOtRMT OR6rRKT10K MO NAf Vu�LE lOR AEf! OMu,08f N 1Ra usewoartiocRMowrtuaeawwmxaArrvrtMauc.an�wmartaA�a a soawwcsaiatwNramwwuwTac®wnxa uKm+wormarr�ewa a u�wn.��nrarrrm.anssrTaT ■ xm u� 6 CpW/UlCro940MlWLMOTRQID3110C4 A K61101111NllfaW lqf E09DNt W1mll011K01A }}} mAuaorsANr l6 srY/V![cONTf11000oN mA1.Of11®T,nT a worur® x 01i11q NUf�a00MML OKroTIGLHgM ®.ICI IOMlAY1 a AuvlurasrwxmrssawasMnvanwaLKMoomK.ncpasowaearnroH�vr.0 UIUIv WCATpITSlN011T0001tlAtlGitlrt YfNfDOMNO®RMCpOMCfOaOWOCpWftll0000n 1uLL K RVII®ATMMM1VCfO1CfOpp,i(NMtM410UTgM MqN AOOCOION POIVLTOORKfiW iwM • HwroKceHwa�r�euuaae�ca�onoawn¢Na,ya� 0®In nMAGN0Y61xOMMOVPNv�Wrygl OfrPt®iKRTtt Qa "01D Ksuawrwngnarnncr•antwnwurNwawwcewmMurnT moouwr�rt CY01101 AMf.O®ClrlNk Op61KVCO mAu sei, ns W a osic,muwa swo�mmau asm p p�pro�r l OOLII11011FRO.OraRI NLiaY►OMlgt WTIOTO,IB1Cfi0aT63011OMiWKLSNNYPi6!(fN0 bW Wi I,IIIIL111P[4waW M[MCIW 011AliGNION�l1Nf NRAUTIONnTIfY41K iWLr� 1. ®O�IWAIOOAl10NTO �IDMN, COMt14RW lO11AMNMONWOif G10®ROddtaCildIMOMWI/iM lOCY1Q�OTOMFM W WII�. ORII®1M7®R MpCdrtMGTOq ATMWNIRAGIORSWfTfLNM6YllOGTId1�v9NCPMgxlpul roglrTTptTWW �01ND. q TyT,yy a�rypO �pT-�q�q a ALLOARTO®AYyJgllarM W!/p�/.HM/O w1t KI1Rrp1®wMRrdI K•aWWIL ,3 II�IACE!®O,NOlBIatONArP4Y.9Q amMKOOMRTICORI mJYf MrTin3 K LTMWONLLYBVroaV NC111NYr Y011CKMOHMOVr1WiTMAl16Nt.pMWtlN,l.QrIM®IW IKMMO1p N01aUla rlRpIDW1XAAnQKDORPATRMW 13MV YSNIM,.WAla111Vf1MNd asuurAaaw,rNroRsaysnA•ArYwrmwaswrHTOUf ra µ{t��RµK,KpmI0.a�Ttnt ACmaatT•aArgrgl L MOOKSlIOM3•MDNM',lTGswurraammNMrArsro.aauc Aw WpllCAlgrtiTOM IM�OpOOR/OfgrI�QM'IpTO/0�6,QMNNQ WKVI COMKTM WD9`JP[N1O1fiCf M.®11T6v WgDMOWgfi K/Or A AMTETS1Rq OOVCr,i IIMTMV6Tr11pOvpYlltLrOPIRNVOlOA0.WMMWOIt.If1YCbYJ1iH 01a�RO�f10NCMKOWapp MOOMTNYCOOK WliaMtLK116ptAC®ATNOMCOON�L006ilOM Oifdl. C i Ld \ _!� D64 D65 p D66 B ; am.aa<eeco n e,c.cmau N INTWDANEAt � ;-00 287-; 00 34THSTREET 288+00 289+00 290+00 2911 D124 D125 D126 D127 1 O v ;'Ar i l t HARDSCAPE PLAN STATION 286+00 TO 291+00 BASE ®® Al m NORTH 1 2 1 3 4 1 5 OLubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 LOTH STREET LUBBOCK, TEXAS 79401 ism mm s ......T. t �, BABE BID HARDSCAPE PLAN SHEET 17 OF 20 155 IN 3m GENERAL NOTES LEGEND I�� rn.acaou>t aonwx m aaaWgxoaeMecic� oarau am r ar: ql MOwWIIY awa K M MOI M Oo M w W E}+}♦-F}µ omr�aai+sa. oa®e xwrn�cnw mlaawnrc.: canww,a+r.euaaen�cwm��a. ortw ser r n� .01N Al HARDSCAPE PLAN STATION 291+00 TO 296+00 BASE 14NOM W 8 1 U ad cc a f�6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 10TH STREET LUBSOCK, TEXAS 79401 BMBID HARDSCAPE PLAN SHEET 16 OF 20 156 r..r., r-�--�, r--r-ram' ,-.--^, •--'�, ^--�. w--� �.._.� ,��� ,C� r---� ;r—� , ^�—, --� -�--� 1910 o■ AN 30 GENERAL NOTES ' A MIIRKiORNVpICtfaOPAIDMYTA'CIGIbYMTO1QOM®IMTY<O�RTm[II�OWIfMOmOmW ATIw�TKrovamt@ R oww.aoRimrtsroeewrru®aAuwrwnow.QnmRTorewrnum,tae�aoaga 4 RiwLLlMPEfrONgpiffYdrat0lnaAcroATONgrfLT ALL R1610 YIUIIG{b MLprANUCMrrd TYIM0.6LT. ALLYMWEl C18nr101A0. WLYQYO1m AlOI111 MIpyVIf1H1OTCBIOAgT®MMM1dp I!6 NID onm m M OOMKAmOR IRIOR TO wO AV1pt M R/OO d faO W IL1l PAMG. Q bGflWaKl011GiVQRKaIOA baHLNW aX®DI�R�G @ snw�Kameexaysawurmasc®ana I. ACQSLILYKMVl Ol41HOTOt®IYtO�gRICxYR,al 0. nLL U110TIhYMAYMm eesow.oYMIIAIe.RtWLLYraCdfIMC1oRIRCPOM,OaR'l TO,mYALL ururr,ouraKs raatro wianpcnoK unnra Qwno®m T �¢ mnKAcroa aAma owmiaK�n w,u m KEPartma MOairtRAC+A[Y WpfLIMMMQI W WIOM MDIIIAGOIl11pN fO1MLrOOI1 rETiBlTW1 FC1aA K ALLC0r6fItllf.R,'l11dI11bLKYAOYp,OR{iM{a0lb A0LCKQVQwMM WF6r NpL1A1111C16@ t OTlI116 QrflCIWBRa IKltpgpRKOI IYOim10Ii11CC G16a G1101aD MOKGS VfINY1i6lSt A1O oowAos sTKucnwawearAaRoamw krmmTorarrrmAUATrwdrawonK swa oKaar® OR eYiIAGmmraCpRRAC1011 ATMGOMTMCfOR! Wfl!!6 bMb,1Y 1OG11b1AMMCpCOpNfObA rooKomaTwwraw. 1 ILL OSTIIO®MW OVf14MtMfid0A101TRLW1lf I10I0®MRM'IRTpI lPp0tN1M000. K ONWiblMl1I10,A1bC11 WYCi KR11Ql ArpMWVr®OC Tp@a,mlf,GQNOt9M1EYBOflN®11Y IKi1NO1gNCN /r4,t1.0i tivil®WINAOadtRDmWr®IT✓o11261V1G69wlEYB ONMTOt1Nw W NCn swu oQAo�oagau®mwwydnawtwTrnwuswmroQsneuaQwrr sru�wwe � woasaeaoux vinana.@rc.raumrwmmbra Mxa.awewR roonumnroM aKavm®uncro ee APQRap1p Ata�t voumr QKn+aau mRAcr ra wccaoe Asoat[cr swmarnY QAM[YAIRgraCwaaLi aos,Ia mxum,v TKAT Yua a imam a.r� a Dora m YHo,o A ttenni enr art. Am GprQafa r onwmmcartMCTaauTsa¢namarwrcpwrwnswu.wKs,AcmnrnoramrwuiwrroM owu LEGEND I� rrwo�m�a�eYoerwu �J a®aonw�xoaernxTpKamrus�nr,da aa%1 W t!6 A W L E[ M YCM d M RO W VAEO WTm OTIaR1t1< �}}�}}� WNIYOMA1111l.t0 C(VA4KCOttApKlp1 p6TAa,al�Ttda CONIKCK AT II. l� EGQIYYR COfR111UCllDrl pmAa,aar<!T IdS /-N Al RDSCAPE PLAN STATION 296+00 TO 301+00 BASE 40 ,m HA�,� rwrtm MCI:., ca a ohboof c S TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INOIANA AVE TO AVE Q 1625 13TH STREET LUBBOCXC TEX" 79401 r S ^•ui>31� t�iaa BABE 00 HARDSCAPE PLAN SHEET 19 OF 20 157 ]m 3■ 3m GENERAL NOTES LEGEND .! ROttMR armRurnw m.as wmr , or ) Mt mQMMUO�MLL�l11[11mRlnf 111[RAW utinl ND)fDDt1aRK5L WMpa1 A-Ulf.]tl �{1W%COIiSI14Glg1 m)u�rlo) CONIROI JC.1I.l�}OiWiRtfbOIRUC11011 00-% P11 HARDSCAPE PLAN STATION 301+00 TO 304+00 BASE " lz Nom KEY NOTES M11RCC.10M � cowcmataw.siammouxmuiRucnn.mrRas�errai Rgrt-0f-wrr �0.14NT > wsrwnmaroRoavx-ovrtwgalio.Rortcrm�aaRw CptltRIR1)>1 ND ROp1Aal j PGR Nn NA W fD W tll.6 a IfI.RMIV, SaLRo.wwr m/alfl@fiof) 6 .Uf n)HII l I!JlY� >. pvSRglRIIaR..airtRA[Tal )011pDvpVv muCllOWgN • .RwroRecm�.nsw.+cruol oemraemaRw.rcrar.u.� Ot/1M O WL1014IMb.MOWIN®�WARN4mlMR111' OC a owomriaw wa wmnwr u mu.R:wox.w ioRnaw la wu..oru.o),rseRroro.w aanRr.�oRroRwwwrc orwc.n uu®n cawiRuanx.Ro twrt.w+aor. saran ro wn co�.ai. sx wrruswrmmwia-moxw u R04AC[womewauiraR •woar..aaatw+Ra»aRo.�pu m.aawm)a:x la Rw���s._mRxoar,o) fu6� COY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 162a 13TM BTAFET LUBBOCK, TEms 79"1 sm¢l t OOfd f.la SHEU 0 OF 20 158 r ❑■ 0■ 7■ am L GENERAL NOTES LEGEND �"1 r„caof•amsegewa JJ saeon,wnozmwnmmtuain,ar: vw+x wo,H ro au ar no.Nr. wr�a rm® O,I�Iw1 fAYp1nN[ VAVIRlM wono,+oaaua as fca�w„ nnu,aia„anartuwer, a � oenwsae�„ of f Danes Axn,>� wmaNtwnsre,ofa, mwf.m,off KEY NOTES �ooxcnc,ca�.�aomawcrnmxucianoe,wsa+�r, s, ' i nawrc•.v�aouioNr '. a CNDIa1.]ll,[[f W11BtW �CPRI1AGiplinOW1lCl TIY60.�/6 WIOeRVC11P1ND1®Y0,1ln16F011 A11,DWWff W1116a emwo Names oONaACWarowmovcsref.c,wu+wi a waAW�aN rexawaeeaaot aaeo,saemaw.rafineu� oem, ar wawweenoxawreiw®vwae,uw,mava+,r nc • CaMORT6nM �M,a,ERrtagaN ,n eNs,meuroxAfsWltOWI n. essmcwrvaAnwrow,Au nox,nAe,oaro�Aw rrr orree uu>®w m m,nuaan wo �riw woa wa �o wn rnvouoe. u aarwa,aaoao emoaow�nawro ,l IIN�YOM1Uci6Df1NL9®f, of f AlOON HARDSCAPE PLAN STATION 206+00 TO 211+00 ALTERNATE " ,m 6M,=;2� NORTH 7 I A C city of lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENT" 34TH STREET INDIANA AVE TO AVE O 16" 16TH STREET LUBBOCK. TEXAS 79401 nan _ hL s„ f '•c^^i i t�' 1A ALTERNATE 1 MWSCAPE PLA SHEET 1 OF 20 159 7■ 7■ ]■ 30 LEGEND ®�anvtxraxP*nvenaMmvaaoor � na suwxwwMrouwn nnawmMarta P�KafOQMYW Oa�NNarY1fGPL !OtlRW{R CON�IYICIIW CQI.4C!@f tnS H+H+N+ wwmM,a,•a.aa scaruuoau,�unroM mvaaaarint corrt�a.axr, a� ®ewwxmm��v+ mvaastiar � a: KEY NOTES a.aa.rcaar iew�aaw.sa movuxowntwaananvaasan i n a um.w+wv aowonr a wmunm�ro�aw.m.rtMnoaron�o:tt.nmao�ww co�mauatawwowroroa:asoarvin +.casmm¢[a a .wMr.�.wwwr oecwscarrnr a Mmwm a Mal ai® r. o�m�ounmaaa.nnrcrarora�nvearr oun�ounaM a um,.ro Aoca[Moimu�craor.oicoisaaeoww.n.rmnur mtM a.uaaro� Moraxorw�v.uaq arwmere�r a ac a CdKIIaK GIll I4lM uamW M1 q 01!lMO WQYIAtO11WV1 v oomnrwwnaxroww�croMrPncraroa®rnrm'owuw CM4®P! mmiauCfpM.VDruRSN gT11Vo»IG000v64bE �a. Pcrwtranaoo. wo.cn�►raaq ss aeucePwma.Mwnax,muar.a�caw�u w� mMisurrtana ss av�aoaMwvt¢oevas�rvnt Al HARDSCAPE PLAN STATION 211+00 TO 216+00 ALTERNATE loop 1. ® "°ATM ca L w t:mm� Y 2 a ft6aTEXs CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O I en 10TH STREET UPBSOCK TEXAS 79401 HM S4R( x w wT eoarm: mua aw, wmn nnm .a sn.M ALTERNATE 1 HAFU)SCAPE PLAN SHEET 2 OF 20 160 u■ s■ 50 GENERAL NOTES A Ca�T�MCTGI�IYID(IOIN�NMI AfAWTA1w1Oli1FIMWal,MaFJf16WQNpC1@YppMl%NO61ai1M 6 FMNt90x Axla TOaaxaTNlaOu 4LlOGT,af1 MlA�lI TO MaliCIX1G[18CRwlaa:al 4 RGWLa[TH IQIIOYQ{Rr Of MaOMIMOIORTa tgOIaQYL xfatICUIWIRix MOMfafICt10MOR Max10.RI. 41nula1011a 6LWOtRf YM18a018i NO/KalfrMOl,aYa,IRaaMadT®TOMRIOOpt w woava[ai,>•mm�a,naow,oxc�vTo,nacnAmoaTaruworrrAT+w w acmwaTo.ar,a.�won wwl wl ac®s.na. c aowvwxa,oaa won suu w, wc®xn>a !. K«9,s0.8nMv1wYLLxOiaAf®n�OxOR\OxYn1d O. 4L IIIIUIIiE.iN NOTai•IwM10MMafxf..R ANLL dM ObRMa10YRmpRdT'TOKf.CYAtL uaurr �«.r,worAaaroaaarucnw:nureaaw.a®rvMoormucraewwfoaoaaaucTna auu r 110/al®aT MGOMfN/QORIBItVCCB.xM Wi1GCAl1aH NpxA00:tRpMBOULrodIi11B{llwl w ialaroTAucnarwrfamlr.owwnaauuxx�aamwiwmMuiearcooeswwcrra L cualr.auslus+eRe Nauwxiwrtwru.,mro.�cm ureAaaawanKm,nanYw�.t.io a,Nua a,wenwaanHof:uaaow�nrnlwTonnu..� xsisu,,nwasMMaac awf.mawv,m GaeMC®rv1M8aO1RMCTOq AT MCOMa.Y.TORD WB iL NMIIMB WCAIIMAlONC01LR1aN/O1M. roaear,6lT,u.lsoNln iN1wRYOmxi/JOVfa6a M,MIfOI �SYI,1Wi Wt16aa6a,ORDMIN'1,1T0.11f aOOAD. wV s awfo¢anuvaurrowNolvAree,mnca r,.ownonaaueTauT,ava.awicafN,avtletr�Tf,w aIC11NC19Md Y.LLt Of alvim WTMAAOKMOOIafATERTINl112fJWgtlxlfY6 WNIanTIN11QOC1 awu cawa,amarw.earAaua,wrm V va,wmrocta�rcalcwm L Iq 06g5901G tlM qill".,qC,DwyQB.pbNT1mNMMMW,LquDNO•M0011CAIg1ilOM 11,OWi�Obf«IO a[IIf01N6iOMMYW I011MQwVanOa.0o.1i.C1 M W1aOC..1�l M10MaaT aa.ImV.Tg,Y apr,.KllggMtlV1106 Y IIR OOSIMO'Y. 1aaY1a T:UiWAaal18110'.�lw1ROwQNMWO.aANNIb4YCVT. HR COxaMa ow�amv«wacraRamD¢MawTauawfumsuua[omAcmArw�uonauimaro M away. LEGEND f0{lf aNl:Aail90MCIK t9 9OO W k C01L5Ra1CIpM ON �a! iQT 1 OF i ao[wv� lmrn ro uaatto,Mt.Ntgsxorty one. rAvmaraf .AYWiA.rR10 aHMaL<w14a Ci1W1aR1CMOal@W ILal.HT f OF] �{�}}}} uawunf�afrt. uaeapwaro,uT.e:e,of arwsoasr,ai Cp(Il,w JpR! aQ! SOp'N%CRtliR�Cilpl mTraafx®rini KEY NOTES A9MOGlaary 1, fMOpilQa.N.%a w0alWf(OaNfRRCIWpTNJlIIaTlafa 2 Ndrt.a.iwTaCIaOMY 1 paQlMtTll®f1011B1W.LtlMIML1p1TO0NOTRTII�lpU1M1 oaeTuucnaw.wol,ra,anaouTaaxn wwouTOTam �� ass. noAwarmivufrwi,or, 4 .IOif11m i. lNf1aR1 UwRII MItMCiaa TOIKID ilNY QK'1 LOGIICM MEArof�ew NOVOVK'MIMCQW Wa®W1NII6.6fML�' OPfM O111AQ101E1NpKMWp1\�yMg1RMlOaNRYIT 4G 1 aGGG18 a�M.NTO.CONMGIII n oairw wlmo.oanaara ooe,aa waonTwnroauwf «1a,c.cranmas�w�xTawlo® rwu¢orvaa.ury alonr+.ofwsR,w woa.cvTo.a�voartr�oa. 1L Mftl1HVIlJOSY..M'gI20M,D' 11 a6{KYVmpfipNINRWAatBRLY,f�LOiMLfOaNaTMJC9R! aenaawarla2 µ PN®fOiVMtMiieO[TKf1�l1 oRT /N Al HARDSCAPE PLAN STATION 216+00 TO 221+00 ALTERNATE go 1. ® . NOM 01TEXAS TEXAS CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 WT11 STREET LUSSOCK. TIDUS 79"1 ALTEiMTE 1 HARDSCAPE PLAN SFMT 3 OF 20 161 11 2 31 a 1 5 GENERAL NOTES LEGEND KEY NOTES A. caKnvcTaai¢woimLiralAswvLvaan rATaJen�nn6vcarcmiefrMMIKA1DOxiJq K�wr Tmm.® Amtw.i;oouolrtc i vsAwmlawrsrorwrnumArKLLapTlonAtwcptroKawmrnt�[waanaa � ructmKuia>maw,L euamwKxcdp¢ucnowonrxaatert ax t. �c¢tcaitano.maoowxoalmm+crulanra¢sarlarx x namaawraounwlr G wO wMrWO,tllaitr Or MtpR11KTM10r110TLCi }LLWLKURI}IEfWMW,15TWICT011p TN4A1oKQ. ALLw]JK\4av+,oun vaveuMarcsreorwlnslwrts},usra¢Aox6T®roM�Lmel vO6vAlxwoMTOLVcOiRnvt lJaasswim o�,a tlaS11MG4AtMPiw1•¢OMM¢iOgiO rROTlLTTPEL1wW3 mmTm,c}IohuoaaLrol�srlsLae,olruwLLvroill� ursrwwmmMooeniucraRwiaroJLp.vxetMnAncareuLvertrA»n. a 106rIlXLOMWIWIW iOI�INIL IIOf O¢JIDMnR a �oAwn.J¢IgwAaro[rnutlearrwr 6, IIOTIIJ® L 110mOLKGOJ!]tOrYYWIigfJ�]11n K AKCJ.}%BIUL►aawtxorpccecoLt,Lwali�'WLLn+a rwwror<nvomMArwWVlppuK cawwa<oormau¢n¢naewaelnit on] K Iqi Vfm >. Iwo unncs. w,}tucmK roagawLr.oucrLoum, n KLLrtllrtlnwr Kmrlaw,anMLwls,rtswarMoanivcTaKsreswl�rcrowsrKL UIIIxiYLOG11JIxl FlOORl000MfAK1L']I.YtINFanWWmmMCdfrtRACTp1 gNr4t¢Mtil¢IOpn WML .Tm mug a.uuTorec�sWploAneuafiLoccoLso.}mauwrp,rrorKL� 00}H Of M11n101Q WNW0191N� Wp011RK{mIVBIT tS D rATMfLiIiMLTORfOOp,JE WMI.W[IOGTI¢MNgMAWMI1gMf0.MLTOORr11BITIWI M CONRAUOipMOPty¢IJ]W/ppgATlliipYLLrWACC¢I1PV4¢rJMMuIiRC]pr ArKICNIL j-kF}}{+f WNO¢¢AR.LEf.V4/t�AYCIIW 4G a WKrfQ 0.11l AMTg11WRW0.6N K difINOIND}Lf[IOMWI L JXRJgaMI¢1LiJQ]il W3LOr,¢Migitrl♦D TO I&Ittl G[R].O¢:ArO JIrRACO NM'H�WtlNO ¢I1If1A0[YRIGIY1Lf1MKJ1AM11BMOOIIKTNI®IOPOtlffIMO}IWTIOIVM,WIIK GW1rgWM1® CRALS>Kit OP] It.JJ]fiwwRpAl10N1011®Wn WMMOf011 TOWMNII'pW1¢p GMJJmFCOMr11Y1CIpMNOMWTNIlm11Nf/nT01MOWYpUOL ORIl91A0IDm MCg0.RACT¢IIATMO>rtK1¢IOITtOO�OL MMYAbtt%ATn1Atp W CtlIpIW rIML oolJtriai,Lwrpao, 1,u.oun�amwlWovr�aMwnavAwortswAr¢maowwnl-r,rr¢xwmoKaaoo. mrt�oL w.u. gaoxwxmrurwnux ¢iiW lair OF] Ix wrtAU Aaw¢mrnlaw-Irrarlw u awctreeornwrmawAamar.aaaa�wKmwmucrnx ¢RAII,a J,Olr¢r2 K bWl08f WLN6 Ur101YrA]IMt1'r V601VLAMMOMalfWWTKWTLBR.aMM]JlMLJYRr1r®11K W?IM91n1KNAWtr1P10lDVAlMI.fLOKWNRAMT1W1rbOW4tSW1tV6¢tml.Ti1TIM11QaQ1 tl 11IYmBD[�WNiYrTILM@I1R] ! W L r ALrArNUltO m uGN9 q A IIA W TINT C01r11{f Y1M TpUf AOCf`3rNY RAAW II¢¢ 1. x¢O@IM>0dit•0110►AM,LiC.INL rrdMTi6xWMMVW¢.bquOAlt'WOrIGiI¢MriOM FCPOf®dlNel00HilEW WEDTOgJpI{grlY�gyWC[ WIITItfMULpC/MMO�i�GTYmNTB.r rrorLLULwMCMNgES K un wRwoalu¢rnlw wRee��awuwow�mwwcAmwa.w•art.wlr<¢xom}c owlo®m aiaa.cTa artaoa M a«artanow w}e wu a r�AcnAr ro rmn,ww, o¢u ro M aver c I i 1 i 1 1 1 1 1 I 1 I 1 1 1 ] I P _Sg t0' •b. w 1 i D16 D17 D19 © o x ; I 1 TD18 1 1 1 0-00 222+00 34THSTREET 223+00 224+00 225+00 1 2261$ 61 ] ] ! D83 W x LL �r tO�,aW IfOW IOW I W��W IwW� aW� t¢ J +�t¢ � � w a i • f }¢ !a' �w OT� t0.W L t0.0i J ] . 1 I 1 ! 1 1 ]D i 1 �.- A 60 I I I I I 1 i �w 1 HARDSCAPE PLAN STATION 221+00 TO 226+00 ALTERNATE uanTx 1 2 3 4 5 tr W 8 1 U ad y JLfa _� OF ttnMl Y 1r a *u6� CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1626 WTH STREET LUSSOCK, TEXAS 79401 ALTERNATE 1 HAFMOCAPE PLAN SHEEi 4 OF 20 162 �-1 ram• .� - —�� ---'� r—� r—+ -� ^---� r--� r �---� ."^ i —i -�� '�� ^� -- [a■ HE -1■ 30 c i o GENERAL NOTES LEGEND K' cn+uwonlrouotaw.n[uaestwr® + o�q }{}{-f{-,�}� evrweox�orr.macaw+uwlc,wnpn xi onrlaen,+va ,,. mn�xJort,ee�oaw,lmlcmuenx, ,� C[,Ni�0,161 4 - W f06NM,t{Qg11111C11011 iW2 ,I j, i 1 i •1 1 D20 D21 D22 D23 D24 D251 , 1 �00 227+00 228+00 34THSTREET 229+00 230+00 2314 :1mt "=°joanai�i°.ei?�Cf°_i:>i.�i_.i:'.Q�Jie">�i�'��;��� p O O O p n Al HARDSCAPE PLAN STATION 226+00 TO 231+00 ALTERNATE „ NORTH JNJ `r J ,Il,gll Y city of lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE Q 1625 13TH STREET LUSSOCK TEXAS 79"1 ^C . f�. 1+n ALTWUMTE 1 kFMSCAPE PLA SHEET 6 OF 20 163 ]■ -Im so LEGEND O�wKcorm�ucm�p,gr..as,�r,ax twat rtc,r,ro utx a wa wu, xmm otHow,a4 v�vcnaa.nvws w uw,o,®nw macw/.K ma,wcaawwrwa»,a„ ax 10-N HARDSCAPE PLAN STATION 231+00 TO 236+00 ALTERNATE „ f11 ,a NORTH Lubbock iEJikS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUSSOCK TEXAS 79401 ALTEMM I UMSCAPE PU SPIFFY 6 OF 20 164 g■ 7■ \M GENERAL NOTES A COMwAOfQIgWaL{lwwA)wML1gpCILl2 Miq e1lMmlr4wd»Qfm wxwxwoaislna ALiar1�00HRRit L W 9dIJL�RSM 1[NAMIIDATNL WO/�1pM gNL�MlOM6WCW}IiTLQ1NYDf9i C ROwi ee TI�IRVd4e1{IIYK TI�QMR11/CIQ1TOw10TKiALLM10YTArtC1NT6GYLLTINOMONV nawl4+xr. ALL wvwliL acN+oulL wir[eOiEl AIQmf MIONIMiLW4Tf wuneolol1�w10PR w nMo auoe w illl ulrte.eloL r1e 4M To AMi rsTTat Tw rtAau or ,owrort MTNa 0. 106VlKlOn01TU0Mt IIOK PIW.MOTLC®l� n A 4 eerM'rKQt011AdeOM4lllOf os,�nnw. 1. re�aweAusewuMao®nwnaTw.rnro a .0 uleiTrewrrcl e[Aaw4x Tr�TAAMartwueen11 o4Mlveraawrw3E4nTTo reerrTu Yf121TSOGTbCVIOORl0o4xnnucnon. UIelfitarfo�nTr� anmAcral aaac wuTNrnoMaw. RIWNII®A! MCCM14AL1QT6 WflI6EN1MEQOEIOGIIOMAMDN AGOMJOMl014LMQ1�[Tf W fW11 Idl6 M ILL W161141CipMK wIwICM0.ML61rti9WLeeNACCOMVFL WM11ElAl1p COOFiAPgIC�A[ L Wf1MT LN10ALO11A w4lV1OMM0lYMl®TO �LIC<]Wib.OMDIMLN�CL1. N1111'/WiM4w0 ON1l10l efILKM1M•KM AlO WClmaf r11i1LpM�MRM6TALLATp1ai R6vAwcPW.l1� art 1®1IR.1 fl w ili e4M111AC1Q1 AT TIC aMIMel4RL asosL N M yr 10uT10X A1Q N aamal ear TOQIewl�lTMwigNa ALL anllea ®flaws artoot illl uwe or ra>Lr�r Towi x wrQ®rAu •mw w ea.T�w \oo. K ONMglwli161►10wall WYeilaRlcr AlQwnwr ®pLi1NATIWf.QMMOefNI[rBeelMmiw N>1 AM M elQl Y W S of eLNIID MiM A A0K MOOawTBt 11wI 12 QYMOef w L�v6 4aAlp 1Mw 14 YOI AO4L ev A4o4WImE4w llluuaAlwETMw OOIwf WTM1au�cmaurr vwwimL L W0�11L7213Iw.'wN eAlMr efC.BWLY'GO�TT®NTi MtR1a91JtlOAtM 400I1Giptf TO TIE nmsaen u�mf o ee sASA•Im 10 AoaTt scsTme osAswLe. QNTACT n+ W oeusa.aoweT rewnT sraavwvaalMeQwan A •lRWlINOCOILn[i[nurrm eQ4p9lmwNlLNovE wlA•�AQiwsuvan.iNTCOMOEIF OAAW®wOpRM01p101R101iM001WRUOlIOMIMI9AWt eeeOl/C�AT IOMOIbYL C04rT011E ONTOt LEGEND KEY NOTI OA\Ha;AI®w, sIIOTl510E1e 60Q.MlK m w]wWKtaMGlI4KOOMOCfIKa9A[i163 2 IeGR-0MI41' epMiAMOI11TOeACILOe MNUMSfi IOTA OIM60V1L ; O1iteN1116 OOIpf141CTY 4 AMMV,w L IpT1M® �AKlfQEMVLYQI AIMOVW ear mmAwK OQYrtLICIpN4nAu�6T10P3 4 MOT VO® 1, LMwNOYR 4 AgAroAC O�fM 0/Y: 4G �}�-}�I{�- 1 tR,CBi�6WlIfCOM11Wf.'OON L CdCAfi18Q M pDtwO WI OL1YilHI163 OO11wOMR coil®wQ ¢ NRAUMw/ rxM1MQ KMI.m A]pWKOOIYTrolOI10M oaw �ar+o.i 1x eanACLa® ATAl1AAlw M aLS1094w /w.. Al HARDSCAPE PLAN STATION 236+00 TO 241+00 ALTERNATE 1' a ® NORTH *�b� CrFY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDWNA ME TO AVE Q 1626 16TH STREET L000OCI4 TEXAS 70401 . ii 6yy s :7 -:�y �'3 �,: :. , 10 AUERNATE 1 IIRDSCAPE PLA SFIIE:r 7 OF 20 165 �l■ 70 ,\■ GENERAL NOTES LEGEND 0 ru.o,awca,a mowc .a scawx ao�e„e�enon mw xn. o a m[.MIItNpNTa RACKV R4Mt U16tRWm w�a NiNf laip rAi611f all MRJ� d+N. >flmf.W% COItlII�KTIdIgTALiYYT f V RfNf!{RIOi= ca,al,a Ja.rt. � oaro,xmRrmcrwr, mAus�¢r,p� OON Al HARDSCAPE PLAN STATION 241+00 TO 246+00 ALTERNATE „ m NORTH a fla4 CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH 6TRL'ET LUBBOCK, TEXAS 79401 ALTERNATE 1 HARDSCAPE PLAN SHM 8 OF 20 166 E P GENERAL NOTES KEYNOTES A � atanF nvntraRA�ncaaan nucau�Iwarcnenal¢�aAw+cAwoanN¢ LEGEND Aa L 6saL+at.RwrsrorwlAumAr Autourgl�orc�lTTor�wmxagno¢unNOL s+r�aca<ulcroewuu �co�rom�w®e.aciw+xwrnmuawomL¢a�rf a: z wwrtpwwr m¢o�ar c ROYSLr MAv+rawrlmv MCOMMCTa110P¢OiICT NLNttu1M16¢nMmMQ1111CS10Nn O aSOUWItaYtl1111KI1OH0[1,LsiRrl art 1 p0}lNJ 1pgaTOltBYw.mMIMOTOp TOglprWrlll®p11Nr Twwlfa4eT. AurwAwus.aawouls.vrlvlooaallorpK.cvarnwurAOAmmT¢Twawaoel Iwl roa¢AolxMaxRunallvwallONOAfIAMgAOapOrrpYw41RMSM. aoawfxmm�froLfolaw.w.uaaaswTm OIN®IwR cowAuclwllAwlvmvlsacron wrc 4vuareTon�+. l ro+¢M-,aQllgpfwY mAaaWl,ar, 4 aa6PialtWglAIQa.L YOR OIIYLHOIpt�NAmL L >ElW¢Ra'¢OfiilW4011KLIfOTOoe®:ti A00 a tlOT ltim a xoTWO AOIg56lL,M¢tNVLMOr W9dla l.afal¢lta4AIA 4 IIIIIIIOWYIIOIriIfOWIWMRA11aR4W1rtM0art11AGIaU11[fOw�YIMroKNfYN.I PAf{fIal lAvpapl APMu,®4a1At aQpp¢1WII OOItl111UCRal p¢tyy0X615Vt ixRrnNNELaartlAera TalrOYW,OUCTLa0AT1a0 a ML,lo I1Q06vBNaloNlcrµq pCOflM¢p auMp, KTMyr UINYIOdTa0110.0RT0001LLTg10ia?IUINIF34�Mf-0m fIl1QCOMIMCIO¢a11010abT@1CJgMGWI r llpAalmATMfLMRl10fO1tiW611LNM4YlOGl10MAtONAOaialW/glKroa rrt6tTww fOY1Q 0®IX ai MLCMOY61NaLMOWINiIDaII¢IOt a,At®Qbtr fS ¢a, K/tLNAFI111CIgNOfWll1a0.w10YB1@If{91NL¢BNAaCA1101/K(Y/INM WfR 000Q.SAiPUOANI H'I-F�"Ff'FF WAI�,]A.i41?.!>DOw1tW61i¢KTI011 OOHaLLIIaLi�.IUIaI GOfIMCLR N tl0i11a WO]GNLro 11GNn L OODIl16 LllIVI®1ORt NQtO¢tl MRIgI wI®rormco aAR¢. a11aMM1IALA VAYrcw6)4¢Aw ww�wtwawrnNala®aawael®roPeliaNarLUTwlarMwa auuaonrr� OfiTiLf sill SaPt 11. DVTfNON¢OnIIOx TOI1WVt mMMcral ro Rf9MAwvOwMOPJ n+�malenwcrw wo.Wrlw tmLworownmwiae. M1�IA®fITN WMfUCIMATMCaIIMOralIOVMSENMNUBtOGI1a1NgNCOxpAg1[OWa mololrt0<Twwroula • Au aslulotnAlPAsourao¢MlamorPAwlertwurraormwrm�Irra11wm4uoAlon wRaOLxcR.a rlwY%mllllftaTlal. fE N{Tr1y lLWpp 1paq�'I�faryq u imvAanalsrnrNwrnwAasaa..as lmuv¢�oa6Tlwcnan ortraasmtars L a4VlGETNt,¢YllaPro wNalWrr56111a.L N10MIMOJI®OIiRfA,WR.CwtwlTMUT¢slwmfw NW A1050NW twurrmm WIMA/LOPHMOQfAIEtTWw52aVNOlfNILvaOINOgtTNM LON01 opAuannlavx at ¢r6®>iDlVwIFIHrIAt9lrif as SIUtL RAOC4lYYI�frSW80r AlINPTMTCWNLSMIMTpAfAOCigYYTI NN10,l1Di, L M08Ni1ptG,TMDM11? QIL' i14t1rNlaRi®NT1l MNg91a111DIlIIM00gGipNiTOM RYf rOrO01 V dq r IIlaI1R®,O raaNi P091M a V W V L CONtACT M W laittil A¢O(IBR M401,TQLY ¢B�aR WqW M01WALa r ArR oosnaooacrla n4rwxrw.a®auaLrwnarr rwaAa•aArl¢rwaR.ulrmiaaae O.LL�OfOIIOONfRACIaIOVFJrMOdtliMKlp1 Wtl1Wt illrMf�AI W AOa1pYaOW1 iOM OM16L 1 I j e i 1 i WWINXAIMIau T,MDE ArquaNul o�aeAPAlcl i t W i dp a0a 10.0a l0¢ f0.00 / bOa f0. , m l00 QD f : SP f0. p 0¢Y 07 1__- i 1 D34 o D35 D36 E 00 247+00 248+00 34THSTREET 248+00 249+00 249+00 1 250+00 250+00247+00 I 251 I� 1$ jj <1 I 1 1� .; auraac� mAallrl am¢wAlAw Wraeowrwi � PAvmee alwt.ranallAcwrraalewc 797 D98 D99 D100 t 1 1 • U1J �liL1 i 1 n HARDSCAPE PLAN STATION 246+00 TO 261+00 ALTERNATE „ A� 1m ! a • rvaRTe 0: W 0. IM18 U INgll Y a *ub� CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1646 13TH STREET LUBBOCK TEXAS 79401 SM 5154 la oui omPm� free glee A� naacr fa nn.m ALTERNATE 1 H AMSGAPE PLAN SHEET 9 OF 20 167 17■ IN am LEGEND rn.amM,wtq e,wwuc ae �oe,�c oo,s,�ucnan mra� sta , a z sonv,x�o,,,mwxa�tnMt uamwt'o omotwe[ n,Ns,wv+wuw�ro,romaaw e�mcwix camw,n,wonKssm,a: HHHHH onra�a�es*,aa w�ue� cen, sQ notwx ona,�,n,o. m,Yu�[„aa AIN f1 i HARDSCAPE PLAN STATION 251+00 TO 256+00 ALTERNATE „ NOUN PSC ad a f�6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH sTRWr LUBBOCK, TDUB 79401 X. eow inm ALTERNATE 1 IAMSCAPE PLAT SHEET 10 OF 20 168 "Dim GENERAL NOTES A COMMCICiiiIDD,eRIIdI/i1,KT{a,ORIi WITd GnNtQ11YYOYOIR[RGPMIXn.00i41W A911�Ll.COKML R CffNtlILMJDIR4TOi6nRlil�.,f NLIOUTdIMu[Brt iOlElvWMplfiBdlRaW6f G RBVlai6 MI6WM6ill'/aMCOMMCIM TO MDT®CIMLn.�1CUlYlR6bnMCd6T1ElGIgha TIp MOAG. ,W WM,OIIR fLIx ODT4 V•LvibYbxp IMSMY011/dRi WR iQMA6fiDTOMMOVq uri na auoa n M mmunaR M1011 To wu n,ee M nAaro a resrxmR nlwa. 0. 6106iV1%lPgI1D0iKQ0]R W4LMW0 �9aR ]q LEGEND OrTNP!GDROOIli 40eMUC ri so0,wx wmno,clloR oRlas DEEI , a x ®OW if MEIII TO nfJf a RQW. U4R60 MDIm oneenw. MVtlIpLLV�V W D11 H�IIDYFD60V/J. sBim'e,lt CCIIi1,a1CI1aRD[IILs Y�r, a ] �+++ PPNYIWY]Rf i�DOMYKODt6]MC1101, Detns REsl,cix calm,o� Lour, m ouwxeo�cRetlw oew.av,a ] KEY NOTES ,. rcaacrtua-]�mowxcolunaan„mnsreT,a] 2 ROM-0RNi.YIVMRY 4 VIiiO,]11R4T016M1N.WHRUC1Og10 MDIKITI@!G/Cn] W IY' ,I41D„d1 Nq Imwawat Hirt wR DMuO[A lO Tl�,i ra.iw.,�aR.vnwlr DinasaQr]aT 4 MDIII� R IIR1I® ). EVflnO Nlllf4 Cnl114Cldirog6Dvoa+OnCf laGlpN R .v,eAroiicmanarowic.uai DIDOI,fOi®oW]IRMRMRf avm a raaourmwvwroDRvlu6,nw®¢wn v RG R C01106'IY MO.IMIO,flTCInOCIp a 6ie,n]woiuwroiawl ,. aiiri,o,wiDT]IowroRerw w,rtmc,on ToisP,w wR a,rwo C.YL]m iI0'YTIIVCigM Nq W WIN1,OVi,1/D fD,1ID CD•Pi•ii. ,i NRMR„M'fDORRMMM01l,D niw�u�arw�wwndl�r�4r.ia�cevaxmurnurna� oerLRaa¢rxax. ,a iNICfl RDQY4R-ip DanR �,sr, a] HARDSCAPE PLAN STATION 256+00 TO 261+00 ALTERNATE ®® Al R a lubbock TEXAS CRY OF LUBBOCK PAVING IMPROVEMENTS 94TH STREET INDWNA AVE TO AVE O 1626 13TH STREET LUBBOCI, TEC48 79401 ALTERNATE 1 IARDSGAPE PLAT SHEET 11 OF YO 169 Dim 7■ 3m LEGEND KEY NOTES rn� �wuc •1�atamn rcprx>tor,e•mao0wxooiu,nucnowonwo�r,or� e--xcM 1�lmf'•,WXtatltI1VCTOMOi,NLf9@„Of] ucawx.wo„oera,or ww.vam.ono pt.gyy� x gOw.oraV.��ougMr n w1,Y•1 n1R1roROUN.mMmz.�wronm,ecrrtstfouews CaaAucr,wvNgaaa�ara un orrwaroi�aa Mw,ac.xn,o,w.,nvm.aw. m.«r..KcwarntcnaHon.a�av„ax 4 .w u.., na. uMa�nr arna s®r � n r . wrvem �. oanno unur�s.caaiv.cra,ro'nnvarr oucrwcA,ww wwm�erwwrcwor. aanw�o�oww,c�mur aam asrzu,ovawor�Noav�uMmarn®amru nc p't' }{}F}}}=} wn.miiowr aaaonwxaamiwcnw oarru aavr,arx xi o�m+No�w w�io� >. mwwo,uaoanaroww�,00rmunarownvitnnuvulwa can®troam,rticraorwwmwwowwnmiemwwwa n rur�u wzweaaswiw�►ra�w i =—.Am ��nwxmwnwnw m�aaain,nl aim,,w[vmlanuwwRtaw�uear.a�rw,wncwmwrnw aarKs�arxoaz n HARDSCAPE PLAN STATION 261+00 TO 266+00 ALTERNATE xIMTH 1 7 i d S *!u6� CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDLANA AVE TO AVE 0 1 S25 10TH STREET LUSSOM TEXAS 7W01 :.S• s "Y^ •µEC �'• ;�^�1:. ALTERNATEI HARDSCAPE PLAN SHEET 12 OF 20 170 �'1 r"`�� f^'�1 J Lam. �� I�� ,r�"� �� /�"�� 77 �.. �. _ �... .� .J i I ❑m ME !lm Jm GENERAL NOTES w cancer.aKpsouasawa�ww�rKwaRnwvo�r�evoo«vuaTvmawuxnoovnno Nrpwr�owamre aaysNavoxxxrtarorxmNaLo,YNL iouTpw�u�vrro�awmr+cx[r[w��.�nrai a�uuwMacmammaMcartiucraKroa�mlcrruru�cuiu�rsNMca�TKvcnoKa TrHpgJBCT, NAw1eO{iL GL4r M1VKv¢LnrOa NOpri MIYVJRlMBTSMNO®roMPIIOpPt aria Nn owaa n M cunx..mon pewTo No n,a M pAdle a wrwwrr MYN0. n npLLLu:aammaa sov�swurrm6�c®exhw c aoarw�a,wLuorLewuraro�cEEnr.h r. YccasmeuNu�aswu.xor uc®n tt,a a �uururmwrwrwarnrwrwMTUKxrtwuecnsmrrtancrouuswawrrro,mr•u IIIKIM1'lK.iNOVID'JNrocraKurLrtenoNNamn ModrtaicroLYJLwmrirLUCllox cwL eELp1I18)�TMLOrfIMCTGItLOelerlLNMfMi YIGTdrNONf OpgfOKLe1M1.rodISITOl1rNK !qx n K MLwr+awcrnrra WMYp2pIypR{9Mt1WNMYa®ro.Torus.aONrC[WMMM1iA CCOF3IIHIGVL4 � oasrNcwrnovevrts Naunraeurwru.�m arowoeuarca wun.reNespo aYN�a¢sTwnLaEs,NlwNaMnvLDOL KrorcororowrNwru.nronaMwoaKnwi.�wiwm oLwuoeonMcerrtKxG'(a1 AT MGOMIt�LTgt00V W14NMSwQIOGTICM NON Wrpllerr(CUK roauLmetTrYKpxi. 1 MLGIL11IO1�MII1LerIfOeLMLLOea VAVBIDIl1HLLtiwsro�mwm�,rrTaKweaaw+sm K GNOLLNIl.ElVro1YNCAwYe[�rcK N6 WfW11f00811�iTBrt.pWWNlil9l6M�rLr LEGEND �i L_I smamK�s xcwuc +e mowxmmwna+osr.aaaar,a: feOYYK VgIN ro 410(a RIIM, LMEO NOip epmL.tz nharoYe onwu a .weoso Laua as iawa wxsnasrroNaLnaa Lm, a: '�}�- O9NIYd1AN1,TQi8MYt COrCIrLIQgK musngr,ax cartua.KNr, eanaovVKoorunsKiror: e[iM9H43T1aS ,ON HARDSCAPE PLAN STATION 266+00 TO 271+00 ALTERNATE ,:. loop p � noaTN 1 2 3 4 5 ity of fl'uLbobk TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 13TH STREET LUBBGCK TEXAS 70401 �; -.; xm"inci''y u LuT erlrC OIIRiYin IOQtq:M.q � LM3MTE 1I y-u 11ARDSCAPE PLAN SHEET 13 OF 20 171 tim 3■ LEGEND PntlO[Ldc�616LCC,vaR 2 pOM-0FYb (f8 �OMNN Cd6I W ICON, 0�,1f }QI , O a m¢waawwrsoao,annw.wss„m® s wau�m vnreno,e v�vonwisoaoraseauK i�♦�B,valf mtmlbK11wo6f.us�,a] i a NVATOIOY o� Tom [i1•fM OIM 44 cw7ttacc f{-f{{{}{} wwe,tr,�mrt a�tm¢w,xcoru,a,cuou a xioortwaw mwsaa,aa +a �� uve®n< n wsru,an ,a oo,nw�axr.aasnwvxwr.awc'nu, oasasmar, of �.nm ,aa 101'.. „� HARDSCAPE PLAN STATION 271+00 TO 276+DD ALTERNATE /1 1 ,: - - ® NORTH 1T Lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE Q 1625 13TH STRUT LUBBOCK TOMS 79"l uM OIQt 1 'AI SIIRT ALTERNATE 1 ARDSCAPEPUU SHEET 14 OF 20 172 Imo..-.s^, �""1 1r��1 �� r�� r'...'�� ?"�r r"�'�1 �.�.1 ^`�^, rti�'".� ^`y ;r-�-, �� ^•.', .—� r---'� 3■ A I am GENERAL NOTES , LEGEND rn.«cacar�axww ag aaw�uc wmlwcna oirw ear, o z sewx Mon, ro erca o n.nu wu wm® M1fEt0! �Mgtt M Nf IIOYLO NYl lQIOf.MII OaftIM:IUMRIwf4I1 di mwam,o� cama+art. a� ioawgmrn� mwwar,o� amucrp,ro�vunmrowwo wnw,ox,enororaucwuwc oitr. � �oa.+aR wwnwicron n Al HARDSCAPE PLAN STATION 276+00 TO 281+00 ALTERNATE „ A ® NORTH i 4 ri a Lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1626 13TH STREET LUBBOCK, TEXAS 79401 1.,;!{ei����,'� �:,•crag �.5+ ALTERNATE 7 HARDSQAPEPLAN SHEET 70 OF 20 173 GENERAL NOTES A CMIMOTORMVg06tf01f A4YWTR'pGImIIAICMHiM@11b�'CGGWYfifgfllM![MgWIN3 AJAv1.TgdKAirE t. G RMe 01PR0JOMaTOr WlILtaD ATAULOUlIw AOUGBrt fOr�WOOMOI[TtdrtlRmlOL fIWir MIWaPON90411'Ip M00I11RAGrgIrOMdIC'r A11 Mt1CNMr{NMCW5110.CTap i1Jt IR01[Cf. ALLxNMglEl,gt/J,py1t. VAWitOYitAq/Nt„Yp1Nrtt,IVafrAp,yJRDTOMN10V01 urtugctAoam Mwgiuttas,00xror+oJrmeT�swJawonrnawcrtwirxa 0. PJMVOIK{d10rtlRMLLi1COt Jwul,grpgpJ'AO>i 'aoJ,rw,caroarsovtawuAcr QC®1'I1, 9q. ACC1DlSt IAMt! W L NOr uCnp n La W m Ouf O ,A q ALL 1IIIlllltf WYwrraNOA,Ia,MNJNgRLa4trMOx111NGfOtaltaiOO,1011YT0 NAVY ItI inurrwuipwrwa romsmungw,nampow.otymMrnrtunarauawmrmwngnau r 11OAf>ID ATMMfITI1KTORtpmJllf NMtaf IOGTgM NGNAOxIJJIgN[dYlroglfiT101Tnvl CIJQ K Aucaruriucrwwnrwingrwxow�wrswuwN.�cwowccv�a�Mwv+moaswrtwE � fws,IgtsRmrsrta tKuoaq evrwruAJmoTo raw um aaougawAcn unnrrsmJa:sA,o otANwtnzucrwtrwaAfrrw�af uTo�rorouJrfmAUArq.nMYA»c auurmuao OIf Mt/2tOmMOOMr,VOTG ATM WfRRACTORf OV Wr. MMJMR WCATId1pgNOatplgNlWK roatarraTwnNtJn • AtLDAR11t®AIIW dlIMi MtYrfpIMU�O(rfwtll61R3f01®MiM'iVrOM,PaGMMa00 K PwgxaNLPOY1101A1NCN WYrYO11YR A,gNIrIgVT[pOtTMAI,IJ}1T. C1gNPON{tYL(PNm„11 NGIANO,OMMJIUJ1r/EYBED WIMAatptlgGtEgpriK4lt 2 W4grNLLV60tGiB1TIW1,Obp1 ewurAcanxam mawrspAfwvTrucorau¢awrHTowAoyaaurr trArnuma � x009ttL9d141110M116,trq 9wlr/ltvrimNM MYNO.NgI{ONf1pp,OtigK1TOM fY,ornmatAnW ratou,mroJnrwN>amflwouotoprtitrMwgcwrrMuacrra�war gntAMgIpMOWqp µ Amt»mnooa¢rTtnurfwrr�gv®awxa acoorcmuvmrcAac,waAwart.uncaxcart M11q®FCOMItY.T0110U111G8MOOIIa1NIC'OOMYMIDAWL a[R64C®ATMAOUTg1Yl WAMM owfox LEGEND O6'IIJpfOOrORrt,i'(MILK M aCt1W K O�If AYC110M OQ NLa![m t p x lgFYNUf MDT, TO lV f p 0.Q11 IAIf� MOIm OTIJJb1¢. �YQaraeE MHRt oR MO W f� a0 V 4 amvk< mra,laKTgxotrAnsa[u, p x F{}}�F mr.aax,art.eu mwucaanaK�qu ocAnaaJrer+px oartuasJ.r. f»r fuwuxw,era,crgx DRA6tbNtr,p3 n HARDSCAPE PLAN STATION 281+00 TO 286+00 ALTERNATE „ s � NORTH CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 IM STREET LUBBOCK. TEX46 79401 � mim {l, .sr..°^�.':::i�rxii::si:..>ln:; ..4ez. ;{r,•': ALTERNMTE t HARDSCAPE PLAN SHEET 18 OF 20 174 o■ ME -i■ sm LEGEND � �O W tM OGdtIdC110M G�1 /if !Qt , 01 i anwu.mu ro awt a waw, unm ru,® o� OAVCffp\ MV W p MiW.ID W W� iF8 Y061WR OQYfnl1Cf10M0(rAY %Z I V i ortrtaasr,ex mrrtrtaa Wert, c®oo¢wixcoimwrnox osrAu asr,ax KEY NOTES rco„aeaw..eey.o6vuww„arno„om,.,«.r, �.i i ua,,.asAvr e«,dw, > aaerw nxoero,esuw.oxr�.,eronroa�ormr�owa oi,maunnx rno,savar,>�a rq A,n owwo[s m nrm � .wMw.anwahravvua�¢rrorx worvim L Yim . �YIIIRIQ CMIMC,ArOl,ma VpiY OI4 l9CAT101f � Aaum�e,e�anaweaur�.o8m,sal�oMu,Lrarwr ovn, aMaaoa rurawparatermnm n�w,��e,ru a< q wmq W6YliirollD,wV ,, oim,a xaeonr,oxrowv�, carrtacrax ror®nw rrrtowAam fMllmf/MIIIRIKtUI140YWI.V1,m1416bm KV GY/plbi. ,2 MRALL I�'.i06E9W1W 1YTCNq ,� �ucfomtarww+w,m�umar.s�tcownmmwn,on OH.ALf x,�,xOr2 ,a ,v2�aaawax.a®eeraa�.ax n Ai HARDSCAPE PLAN STATION 286+00 TO 291+00 ALTERNATE +} - Moan, I n m Lu a M18 6C U N a = „nwn .S If city of lubock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1625 LOTH STREET LUBBOCK. TEXAS 79401 w wi vowa muc aaoc,ueoaa nnm w ■,,.a ALTEFM1ATE 1 HARDSCAPE PLAN SHEET 17 OF 2D 175 ]■ No As 3m 1 J GENERAL NOTES LEGEND I-J I� a*n«aonovrc•mw]e sumcwwlmxmuerowoc+�as xarioa smtwuKwonlmvu a 1nw.uau•wlm o]waMae �R4Lilpl MYW MI➢VgWlDL0.VL f �.�BYY% GO W 10.1L'IKM CR1ti l�f 110 ] t�} fAN1Rl11Jp1! •Q ®(WrtCdY]IRI.'1p11 CRNL1 TQr 10' ] cwnla �oea.•m�•wxow w,cnw CRNLIYQYIO} iewra¢n RWNI-0I�w a mu]wnn con)In]cn 4 NWV®a WORg R urAmM [VIM CfM a< R COIG1�[C 1R tlORIMq yR It DI31M0 RR dV]fOMC u wlutxcw ]a Rwctrc OGINLRMG K MIY91tfl RY.IY90lIWFOL s]�VCVpI Cf ] n Al HARDSCAPE PLAN STATION 291+00 TO 296+00 ALTERNATE Im ®mom I f�6� CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1626 13TH STREET LUSSOCK TEx48 79401 �r• �1y_ iµ F c e x ALTEMMTE 1 HARDSCAPE PLAN SHM 18 OF 20 176 7 7 r--t �—•---1 r--^1 r----� , ----I:.;r----�, —'� ❑m Am 3m LEGEND fTIptO011tlIfi,fi llCf�WR a s•wxxmwsmw-nuHonaeom t a x melwx •cnl ro tval or �to,+r trau Ilo,m o,l�„va urn.®eouR �gno�e��waos oonwn mluliutoiatoRwwttr to x ;+ twxra�w:arr.aaoswxmanluctr>r OQM.i T18,tdx CCI,IIIOLlCIIr adlW%OONGIOIRION C•rNLi �ifOx � I I ---- N C� alam x 49 D70 D71 D72 D73 00 297+00 298+00 299+00 34THSTREET 300+00 KEY NOTES blldll®R t. fOOnOLL,[GW.119p{wtRmtl111yC(IdIORMA?RR tGVx 1 wrtcr+wn w.Tuxr 1 wan�o,l�aTo�.w-cwrta�claronn,ecrmmoau�a COItl,glL'11011 N10 ••f VONOR• I�0• Ixxl Iwxua ro,w• w�wln.a.w�w�wrORMiYI®fTo> x rim tmn ♦ Igrtam r, ma,wuR,l�e.wniucranronunwuvr ®un loC�TIMI a rs�nroniccwrcnorq�wun�oswlfox�m�vrc, rorwar owh cswaoawn.Iw�eHtao•rw•uearwt�eaRv .. IbNCJRif C W4 YI.,O100lIINOPIN 1q D,ftMOING•CMiT0�,1W . dORW�I:•x�1)OMroIbNR40GMIMGTgI,ONPM NRDNN06 GIIxm ROOlgflplLTOIINgYWtM11WY1dOlOIMD WY6MOL l61II1.11GW B 06 fOYW' II Tti M q N REPVGECEMdfp4W MATW ACfWRT.a OO[.W%OxIRI•VC•OM OfrILOf[,xOfl K •4a Y0ltOWti�•3,.tL•QTt O/x E Wig C, -. .:i 1�=,h = y . !O\ ��p, � �� i =„_i=s 3,ne_Ifti; e 2 iiai ME i_� �;, :i �irp• L_._ -=--- �.. _ice --- --- -----�I_-!� 0 .. ... _K.. a .. ... .. ... C a� 301 *�.�.,, lubbock TExAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 162s 1,T„ LUBBOCK, TFXA6 79401 �,yyr���y� r,4^�"'' ��i;;,t•Kr•,'•.'.�.rtii.'eim: 1 5`:iz::t•. »rs4.... ALTERNATE 1 HARDSCAPE PLAN SHEET 10 OF 20 177 7■ AN um L 1 J GENERALNOTES LEGEND (� L__J sTwncsnaa}¢amvuc >a mnwxmmaxTw,onns�r,vx aoerruwwl, ro wao} aux,asaswTm OO�I.tli. rhw}o,a e�wuawna®mra !® �OPNLLR OOMI,IO/CTpNOflM1l�, OI} T DP/.u�q,.CNl.fa ti,Ml,f CO,O,Il1GIb, an}uxn,vx mrtno,+owr. as aanuxcormTin,c,nu oaxw sm, v x KEY NOTES rooacaxran �c+ora,m�awn.a�sewxarmwaanoantsaartax x aa,acwwr eouwwr > o}RwT>6bxroeew,.oart,ucra Toarorecr TNf�1 W11Mt carmTa,wTgww,oiasure.e wu wn orxoesTOT,ds� i ea �'ae lov�ronruMar}an i pOWN1 M,i,[6, fLM111ACTOpTOg60 VGOr ONCE IOGipN l ME�TOPIC&AMONOA4CMRUlp[O?,40gOOMNf6 R6}Nif OVI,1 O MRd O,RMd1.vAWrvA[OLMI�IRM1♦at,V1Y,x' GC � LONrJHTiCWltNT0, p0.1lq Mlp W 0osf�q WClf.V[1011BVI1 ,,, aawwear.noum�wownnxcran,o.avrM r}nowwva u+aco n msTRuc,� wo wwrn, +w+, Kno ro wcm �� ,x rmira x�v.aamuw+�sraxw n Al HARDSCAPE PLAN STATION 301+00 TO 304+00 ALTERNATE „ 1. 11om T cc IL ol QW V U ad a Lubbock TEXAS CITY OF LUS13OCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1626 13TH STREET LUB004M TEXAS 70401 j. y^:Myitfrzez ALTERNATE 1 HARDSCAPE PLAN SHEET 20 OF 20 178 liai I�� III mm�me�iil I!�IlliOe�i C N PARKHILL SMITH &COOPER nCMOIIAOI (YAR(� MiO,N/f IOMAOYL101f M1TleK . •yf, .� r00NGOafl OA9C <v Mauw TawwsMmv '� � ..' ^ �/WItPoRIOGTl010 Mx M]CigpAgocra '. D1 6�SIDEWALK (RE W FORCED)� 1, - �. 'n CMOftAOfl rA� ]HIWOMIIAGYOBR W WLL S 'I s,•o M]! �' \ V SfLtKMflCWIA S• MttM PaMlAfl \� MIIRMI]Ap110CATAi,LL tOr•A;Ita]l.6]IVG6 ®MMO(•I��,elC1M C1 6�SIDEWALK C2 P aVER PATTERN c«A7,aTenAaaA Maurpaura, eswge•an�ocA„ona CO„Wf��WN Q6 N.NYA],ILOGTIOa •S .y rMM M! rnsAnon.pAo] M.uaow®nmc,a rtpAVTl C�,AY�C 94VVI,im"Im ,LN aaaa0°i°iAwMFoa�'w�Anore rwowfl rwMare,to{.»t y� fi�anAwaraM�ar nou �,Jy \VI `MIN M00II�IattTGa rvwaua DECORATIVE SIDEWALK DECORATIVE SIDEWALK -REINFORCED 81 snra 9- COMitlMMMMW{l wOOL®COXIA0.AMa T_ • WWIIff • � ,M11 77 A ?''lIAA7', ]0 A.wa,M Apu ,'M�wKMm�i • / �earawu;AK� ,rrw.oauo.a .MIpLr0tDu0M6�. MV61W w,can�ewoawssA Mau a�ww, M4iACtf MYP6 ,]A,f D♦Y1T YiRMM ,OfQYL CQd1 WRaOIYHpIIiI®RMEpIY IRMM�YD MTlp01 COLtl16 TMMIFIN6 W W.1N1wL1f ] iKi00A0%ORMrtAINpYKtO]II TOMSTAIaAI,(M B$ EXISTING TREE IN SIDEWALK WITH PAVERS TOVOAAi,MIi AMflON1'O. (f S F*V e1.0lHMK MOA a VIINa0R� H •MlOM1N1! CML / ravo�AM T['K gQALrYO C0,411QIfltWO C{AefA 1 1 � y .�X / l IY a CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUINA AVE TO AVE O 1625 13TH STREET LUBBOCK. TEXAS 79"l fg- RB %M ZIM1II a rt o� O]M] OiR ,Itl`Ot AtlRf IQ ]ela S♦ w" OONSTRUOT10M DETAILS SHEET 1 OF 2 180 f7■ 0■ I m z wens rroaw wr IwMa,ErEaa AANLn ASPftt RE-e+ Y roc c r no"AW nu CONCRETE MAN (yU95p SCEWLK) n1 SIDEWALK TIE-IN CONCRETE / ASPHALT vV ouc cACR ma C INVDmnK nRc y� crt aR . !C RFDE<i1Rtw RURCM MH AGM T... FOR Y comew (GvrA�D) 3{ ELECTRIC& CONOUC SECTIONA-A x r -n B� rascMa H AEu� v w or rawov9r GENERALNOTES _ w ra[npwraaaaawewrRxumtawwoMco-oo m,Grn A 9pRRM VVAM�LWIM[.OM C IIIACKM9D➢MIIiRIW Op6CIR10ilRA,11G. 0. �UCOBIfOogMpIMOpDtI11E(A�0.0;mW0'Vltl A! �c®MBFrtwuaEl,wrrortnwmwwt "aw�RN 4 n RiCGVAR mWLMM7Ai•�BOMIWRTirutem, cop" laonlc:A:,:4 a Y M CdDMI iRGu 9CN MT TO r E.m CZANG RILL 6R A -q we ar unan Al IZ a 06964 CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE O 1646 13TH STREET LUBBOCK TEXAS 79"1 -%f„•aa tom' µ.sr«. .. l- xm su¢s io W[ Mai1M aaa oRx: omoo�M/e�a�, yn rw.M SWEARY\ CONSTRUCTION DETAILS SIFT 2 OF 2 181 D r , B 34 H 32CO.8 X 3 A a uq{^mil '4 �6.5 .7 4 .G 4 X Or- 3293.4 � Z.'1,�i7.2 i 1 1 35TH ST i X3216.5 LEGEND NDIOAR3 Domes OF POW rAm, nD■ N p m .=�— j GENERAL _. uG �D NOTES: L 9APP RAMS !1L fQLIA �pDQgMD SU fOElll N ,IQ ,NAR,O O UM DUAL 04JDI Cp1)R0. RAN! CDI NKS,GE:s A.B.0 ANO a FJC1 NLfSNC )Ai 5Q OETALS 01/DI. D=/D1. AND 03/D1 slam+ Drto s RN45 MTN nfD � � 5¢ us! ewv GI Dena 9EIi s nis t�nt�uea w w• AND M MORM aoi ELNO PINSL � t DIEYOMAIS MEN aIOFR OpNEipyDilD11, 1LL � AOICCIm rat oxNz siaPv ocrAa sNm. It+ w IL � p U i N a +R »-9-2Dtt ��` city of Lubbock CITY OF LUHSOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE G 182 D A 'i?163� n i T N h "Wool- — 3C 'y M6 ;217.1 LEGEND . ,= .vm aa. aa.D1a wins wm uacsmMs we.e ruo a ua1 1Q,rslanD wu ec m1am1►+w � wogs wm ac I sp1A1 9U of SUM Si1M1Si BEfC wog 4 M uFDMN eONa w1Ag ,. z DzNx sww Dnw. sxrc DOTES: 0 use Dever N/D1 sm DEMS a/D1. OZM. em 03M saa TMIE W" ON Dora SHM S ►r rityoe lubbock Cf1Y OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE G 183 I 1 0 _ _ See 0"lo�O;JDTT ' ® « aownstream. ® lad typical South ei Dhow ee ptw w under earutruebon. uktoous water rler Weighted strove wattle (12' -.) with —wbog cheeks m required. %I TYPICAL SWPPP CONTROL AT PHASE 1 CONDITION miD, suvat ...LIL.I. ,,,,,,,,,, Nslqnoles typical Nonh ,de %j Continuous water borr er f f f TYPICAL SWPPP CONTROL AT PHASE 3 CONDITION MAI o I Sae dd3r047D1"T6T ® 0.,s gnetes typicoi —a— ph— under construction. — / aownakeam. Contirwous wale, _ eo.rw r We➢oted avow wottle (12" typ.) with sandbag chocks as required. — — — — N s' a I « a A U I TYPICAL SWPPP CONTROL AT PHASE 2 CONDITION 02,91 i I 1 Avoid ptookq wotttea and aontlbogn in Maid 1 I I Weighted Wow wattle (12' t),p.) with wntlboq chocks as required opprosknglely 8t,;,00' Norm o! — inlereath Q Watlta to be t mWmum o 'n length mtd lucked out al upslraam _ _( — -- — — TYPICAL SWPPP CONTROL AT NORTH SIDE -TREETS 04)W a � g U C� G o.wwc.st 6 Y F 1,951 a 11-9-2011 fl'!tbcityoof ck Tens CRY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDUWA AVE TO AVE O IOU 13TH STREET LUBBOCK, TEXAS 79401 STORM WATER POLLUTION PREVENTION DETAILS 34TH STREET SHEET 1 OF 3 184 t c l Weighted straw wattle (12' pry.) with a, —Weog 4—ks as requirva. u■ Cl TYPICAL SWPPP CONTROL AT SIDE STREET QIA2 yepnt.e .t sotMboq .hocks d. required at required N driwwors --- ----------- ---- - Drire tnto Dorking lot. Driie into por" WL w 1 I� TYPICAL SWPPP CONTROL AT DRIVEWAYS a2i22 au n ans�ia @MWt 1aCr 1eM nmt rrrx ntonT.mt � �r slow Dort ema Typical co r storm Bran inlet \ I Mhtl YO O 1eTRk AT m 9 art tou.aa Weighted straw wattle (12" typ.) with sandbag chock. os rcquiro0. TYPICAL SWPPP STORM INLET CONTROL DEVICES a7N2 TYPICAL SWPPP CORNER STORM INLET CONTROL 04M 7■ TYPICAL SWPPP CORNER STORM INLET CONTROL 05M2 cr W a o � O U N r J mexo. n cr r•F-111T97 IL 11-9-2011 Ij city Of lubbock TEXAS CITY OF LUBBOCK PAVING IMPROVEMENTS 34TH STREET INDIANA AVE TO AVE 0 1625 13TH STREET LUBBOCK. TE KAS 79401 STORM WATER POLLUTION PREVENTION DETAILS 34TH STREET SHEET 2OF3 185 11 2 s1 4 1S cc Downstream Protection 34th Street SWPPP Intersecting Street Detail Requirements Sidestreet Downstream Street Comer NW NE West Median East Median SW SE Indiana Ave None required Hartford Ave 28th Street 04/02 03/D2 2-03/D2 Gary Ave 28th Street 03lD2 03/D2 F1intAve 28th Street 04/D2 03/D2 03J02CC Elgin Ave 28th Street 03/02 03/D2 03JD2 03/D2 Canton Ave None required 03/D2, 03/D2, Boston Ave 30th Street 04/D2 04/D2 03/D2 Akron Ave None required 03/D2, University Ave 30th Street 04/D2 04/D2 03iD2 03/D2 03/D2 Ave X 30th Street 04/D2 Ave W 30th Street 04/D2 03/D2 Ave V 30th Street 03/D2 03/D2 Ave U 30th Street 03/D2 03/D2 Ave T 30th Street 03/D2 03/D2 Ave S 30th Street 03/D2 03/D2 Ave Q 30th Street 03/02 03/02 � a € U t ,F-11957 a it-9-2011If y` city of lubbock Texes CITY OF LUBBOCK PAVING IMPROVEMENTS aaTH STREET INDUJVA AVE TO AVE O ,s:s ,ar„ sTReer LUBBOCK. roue rwo, STORM WATER POLLUTION PREVENTION DETAILS 34lli STREET SHEET 3 OF 3 186 � a € U t ,F-11957 a it-9-2011If y` city of lubbock Texes CITY OF LUBBOCK PAVING IMPROVEMENTS aaTH STREET INDUJVA AVE TO AVE O ,s:s ,ar„ sTReer LUBBOCK. roue rwo, STORM WATER POLLUTION PREVENTION DETAILS 34lli STREET SHEET 3 OF 3 186 y` city of lubbock Texes CITY OF LUBBOCK PAVING IMPROVEMENTS aaTH STREET INDUJVA AVE TO AVE O ,s:s ,ar„ sTReer LUBBOCK. roue rwo, STORM WATER POLLUTION PREVENTION DETAILS 34lli STREET SHEET 3 OF 3 186