Loading...
Contract - Texas Materials - 2/13/2020 fZO2o..Oa3'1 ORIGINAI CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT • •• r 1 ROUND ROCK TEXAS Project Manual For: 2019 Street Maintenance Program (SMP) Arterials - University Blvd, Old Settlers Blvd Sunrise Road, Red Bud Lane November 2019 .��O F k 22-Z0 9 Prepared By: "to'. to'. ....... -�, %4 r": < •. �1 P : ,..r` * eirePk e i • MATTHEW ............................r ?if ,. 91480 :4,,�i APPROVEDst„?.,447 ss °•• • C1Y ATTORNEY 2019 Street Maintenance Program (SMP) Arterials - University Blvd, Old Settlers Blvd Sunrise Road, Red Bud Lane TABLE OF CONTENTS Section Description No. of Pages 00020 Notice to Bidders 1 00100 Instructions to Bidders 4 Exhibit A 1 00200 Bid Bond 2 00300 Bid Form 4 00410 Statement of Bidder's Safety Experience 1 00500 Agreement 5 00600 Insurance & Construction Bond Forms Performance & Payment Bond Instructions 1 00610 Performance Bond 2 00620 Payment Bond 2 Insurance Instructions 1 00650 Certificate of Liability Insurance 1 00700 General Conditions 42 00800 Supplemental General Conditions 1 00900 Special Conditions 5 01000 Technical Specifications 4 02000 Plans, Details and Notes 97 04000 Special Provisions for Work Near Union Pacific 1 Railroad Facilities 8-2016 Table of Contents 00090665 NOTICE TO BIDDERS Sealed bids addressed to Jose ("JC") Montelongo II, E.I.T., City of Round Rock, Transportation, 3400 Sunrise Road, Round Rock, TX 78665, for furnishing all labor,material and equipment and performing all work required for the project titled, 2019 Street Maintenance Program (SMP)Arterials - University Blvd, Old Settlers Blvd, Sunrise Road, Red Bud Lane (project includes various curb and gutter, sidewalk, driveway, curb ramp and pavement repairs; pavement milling; repaving of existing arterial roadways with HMAC overlay), will be received until Tuesday, January 7, 2020 at 2:00 p.m., then publicly opened and read aloud at the same address. Bid envelopes shall state date and time of bid and"Sealed Bid—2019 Street Maintenance Program (SMP), Arterials - University Blvd, Old Settlers Blvd, Sunrise Road, Red Bud Lane". Bids must also be accompanied by a "Statement of Bidder's Safety Experience" included in Section 410 of the Project Manual. No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent(5%) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained from the City of Round Rock website at the following web address: https://www.roundrocktexas.gov/businesses/solicitations/. Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. For questions please visit the link above and post any questions via the CivCast posting. In case of ambiguity, duplication, or obscurity in the bids,the City of Round Rock reserves the right to construe the meaning thereof The City of Round Rock further reserves the right to reject any or all bids and to waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the City of Round Rock's standard contract and to furnish performance and payment bonds, all as described in the bid documents. Contractors and subcontractors shall pay to laborers,workmen, and mechanics the prevailing wage rates as determined by the City of Round Rock. A Pre-Bid conference will NOT be held. Publish Dates—Round Rock Leader: December 5, 2019 December 12, 2019 December 19, 2019 00020 10-2015 Notice to Bidders 00193093 Page 1 00020 NOTICE TO BIDDERS 00100 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any bid,bidders are required to read all drawings(plans),specifications, and all other Project Manual and/or Contract Documents carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and the time required for its completion and obtain all information required to make a bid. The aforementioned documents may only be obtained from the City's website at the following web address: https://www.roundrocktexas.gov/businesses/solicitations/ . Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. 2. Should the bidder find discrepancies in, or omissions from the drawings (plans), specifications, or other Project Manual and/or Contract Documents, or should he be in doubt as to their meaning, he should notify at once the City and obtain clarification or addendum prior to submitting any bid. Any addenda issued will be posted with the documents at the web address mentioned in 1 above no later than two business days prior to the Bid Opening Date.Prior to submitting a bid,the bidder is responsible for determining if any addenda have been issued and for following any instructions required in any addenda issued. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders in the Project Manual. Bids received after the scheduled opening time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bidders shall be responsible for submitting a copy of the City's Bid Form, Bid Bond Form, and Statement of Bidder's Safety Experience from the Project Manual documents posted at the web address as described in 1 above. 6. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Round Rock,or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 15 below, within ten (10) days after notice of award of contract to him. Bid securities must be submitted in the same sealed envelope with the bid. Bids submitted without a bid security may not be considered at the sole discretion of the City. Page 1 00100 2-2016 Instructions to Bidders 00090650 7. If awarded the bid,the bidder must complete a Form 1295 electronically on the Texas Ethics Commission (TEC) Website at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm and submit the signed and notarized Form 1295 within ten (10) business days of notification of the award. Instructions for completing a Form 1295 are attached as Exhibit "A" to the Instructions to Bidders. 8. No conditional bids will be accepted. 9. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening time must do so by presenting in person a written request signed by an authorized representative of the bidder to a City employee at the location for which sealed bids are to be addressed. No telephone, facsimile, or email requests will be accepted. The City will expend the time and effort that the City in its sole discretion determines is necessary to investigate the authenticity of a request before complying with a request. The City shall in its sole discretion determine if the City will comply with a request and the City shall not be held liable for not complying with a request. If the City does not comply with a request, the request shall automatically become null and void. 10. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening time must first withdraw his bid as provided for in the Instructions to Bidders and then submit a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring the amount of the bid security is as specified in the Instructions to Bidders. 11. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the City elects to hold until the successful bidder has executed the Agreement. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty(60) days. 12. Until the award of the contract, the City reserves the right to reject any and all bids and to waive technicalities; to advertise for new bids; or to do the work otherwise when the best interest of the City will be thereby promoted. 13. In case of ambiguity or lack of clarity in the statement of prices in the bids,the City reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids. 14. Award of the contract, if awarded,will be made within sixty(60) days after opening of the bids, and no bidder may withdraw his bid within said sixty(60) day period of time unless a prior award is made. A Notice to Proceed will be issued within sixty (60) days after contract Execution Date as defined in the General Conditions. 15. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one hundred Page 2 00100 2-2016 Instructions to Bidders 00090650 percent (100%) of the total Contract Amount. Said performance bond and payment bond shall be from an approved surety company holding a permit from the State of Texas, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds$100,000.00,the surety must also (1)hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority,the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 16. Failure to execute the Agreement within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 15 above, shall be just cause for the annulment of the award. In case of annulment of the award, the bid security shall become the property of the City, not as a penalty, but as liquidated damages. 17. No contract shall be binding upon the City until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 18. The Contractor shall not commence Work under the Agreement until he has furnished certification of all insurance required and such has been approved by the City,nor shall the Contractor allow any Subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The Contractor's insurer shall use the certificate of insurance form included in the bid documents or the standard ACORD form. 19. If the bidder's insurance company is authorized, pursuant to its agreement with bidder, to arrange for the replacement of a loss,rather than by making a cash payment directly to the City,the insurance company must furnish or have furnished by bidder, a performance bond in accordance with Section 2253.021(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 20. Any quantities given in any portion of the Bid Documents, including the drawings(plans), are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for payment shall be the actual amount of work done and/or material furnished as specified in the General Conditions. 21. Bids shall be submitted on a separated contract basis. No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the Work. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5) of the Texas Tax Code. The City will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier Page 3 00100 2-2016 Instructions to Bidders 00090650 for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. Upon obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The Contractor will transfer title of consumable, but not incorporated, materials to the City at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical, the materials will be labeled as the property of the City. 22. The Contractor, after execution of the contract and pursuant to Internal Revenue Service (IRS) regulations, shall furnish its Taxpayer Identification Number(TN) to the City. The Contractor shall provide the appropriate information on a W-9 form(which can be provided by the City upon request). This form shall be submitted directly to the City's Accounts Payable Department to ensure security of the information. 23. If the Bid Form includes Add and/or Deduct Alternate bid items and/or otherwise provides for Alternate bids, the City will determine whether to select or not select one or more of the Add and/or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and for its greatest advantage. If the City selects any Add and/or Deduct Alternate bid items, the total bid amount will be determined by adding the amount of the selected Add Alternate(s)to, and deducting the amount of the selected Deduct Alternate(s) from the Base Bid or the selected Alternate bid. Page 4 00100 2-2016 Instructions to Bidders 00090650 EXHIBIT "A" FORM 1295 INSTRUCTIONS Pursuant to newly enacted Section 2252.90 of the Texas Government Code, as of January 1, 2016, any business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties to the local governmental prior to the execution of the contract. The Texas Ethics Commission(TEC) has adopted a form for the disclosure of interested parties (Form 1295)and has created a website application for business entities to submit the required information. The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity that is a party to the contract files a Form 1295 with the City Clerk. The instructions to complete Form 1295 and file it with the City Clerk are as follows: 1. Upon being notified of a bid award,the award recipient("business entity")must go to the following website: https://www.ethics.state.tx.us/whatsnew/elf info_forin1295.htm and follow the login directions on the website application to complete a Form 1295. If this is a business entity's first time logging on to the website application, the business entity must create a login Username and Password and then follow the application's instructions to complete a Form 1295. 2. The City does not have a Contract ID Number System. Please insert the project name in this box. 3. Even if a business entity has no interested parties, Form 1295 still must be completed using the website application and filed with the City Clerk. 4. Once confirmation is received that the information has been submitted,the business entity MUST print,sign and notarize the printed out completed Form 1295. 5. The signed and notarized Form 1295 must be filed with the Clerk of the City of Round Rock within ten (10) business days of the date of notification of the award. The signed and notarized Form 1295 may be scanned and e-mailed to swhite(nroundrocktexas.gov OR mailed or hand-delivered to the address below. 6. Once the City Clerk receives the signed and notarized Form 1295, the City Clerk will submit confirmation of receipt through the TEC website application within thirty(30)days of the filing of Form 1295. 7. This process must be followed for each contract a business entity enters into with the City of Round Rock. 8. A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. 9. If you have any questions regarding the filing of Form 1295,please contact: Sara White,City Clerk 221 East Main Street Round Rock,Texas 78664 Phone: (512)218-5404 Fax: (512)218-7097 E-mail: swhite@roundrocktexas.gov 00200 BID BOND - r BID BOND Conforms with The American Institute of Architects,A.I.A. Document No.A-310 KNOW ALL BY THESE PRESENTS,That we, Texas Materials Group, Inc. 1320 Arrow Point Drive Suite 600 Cedar Park,TX 78613 as Principal,hereinafter called the Principal, and the Liberty Mutual Insurance Company , of 175 Berkeley Street Boston, MA 02116 ,a corporation duly organized under the laws of the State of Massachusetts ,as Surety,hereinafter called the Surety,are held and firmly bound unto City of Round Rock,Texas as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars($ 5% ),for the payment of which sum well and truly to be made,the said Principal and the said Surety,bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for 2019 Street Maintenance Program Arterials-University Blvd.,Old Settlers Blvd.,Sunrise Road,Red Bud Lane 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. 7th January Signed and sealed this day of 2020 . i , 6 Texas Materials Group, Inc. _ (Seal) Witness {(.......„--___ - -z----.. ___ C Liberty Mutual Insurance Company Lisa H I Witness y ....k .........________,.... orn - S-0054/GE 12/00 XDP State of Utah County of Salt Lake Ss: On January 7,2020 ,before me,a Notary Public in and for said County and State,residing therein,duly commissioned and sworn,personally appeared Tina Davis known to me to be Attorney-in-Fact of Liberty Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument,and known to me to be the person who executed the said instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. My Commission Expires March 13,2023 Lisa H I Notary Public OF T 1, LISA HALL Or'AI t Notary Public 4' State of Utah ' $ My Commission Expires March 13,2023 z1,6 Commission Number 704231 .. 4111110, This Power of Attorney limits the acts of those named herein,and they have no authority to es bind the Company except in the manner and to the extent herein stated. Vi's Li bertv ,� Liberty Mutual Insurance Company Pfills4 M1, a The Ohio Casualty Insurance Company Certificate No:8197868 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Lisa Hall,Linda Lee Nipper,Tina Davis,Lindsey Plattner all of the city of Salt Lake City state of UT each individually if there be more than one named,its true and lawful attorney-in-fact to make execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. ....mu u.. 3 1 St aay or Uctouer ,2U 125, Liberty Mutual Insurance Uompany I ne tNS " INS \NSU ��- �.y ��- U..p � R.p Ohio Casualty Insurance Company VouY•oF,q,a/y e,ou•Ps...'yy� VF``4oitt�O04 f�ym West Amencan Insurance Company ijø ye�j�„t '= �b� �S rn,blaKP ab r7• � �. '' ,/ dx .- * ',1 �A• * 1 y. J 1 �,.• i x Y� !� Davla Iv!.l;arey,Nsslstan Secretan -....:.m.— '"'"'"""""' JId1CUI rDNI'o 1 LVFUVVi County of MONTGOMERY V N IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed ,-,.1In this 31st day of October, 2018 before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o� Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ,- ;,, COMMONWEALTH OF PENNSYI.VANIA Ov ,,,, •, N,Murul a(+11 f 4-"\ � f�" „ I T I+,,, Poi,1U141,N 1r'r'utf161: "" l e J,,i) /id e 0 tx,CU I�IaF Ar��7111nts, AB�t��nt�ru(surity t � -Teresa Pastella,Nbtary Pu66t �"c' t i,17,1N1r,F,enINu)dv.7ttut Au:.�cot'.r'r Nnb+i c.; IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Fa'This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual ;�a,Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: bARTICLE IV-OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall Z i; have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company, authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of January 2020 ��1NSU„¢^I Pvvi INs4, ,�y 1NSUfi,4 '. C C' G L �, G t 0 Ja Cn Jr fio 4 .� ra i`•, 1912 n u 1919 n L 1991 0 "" (n ° 2 & p Q 0 d�9's°ticl u.. b$ •yD�jYe,ara�s,,*¢b� rrtiKP ls� By: s'i.7 * Pk sy1 * �•d �3� * 0�3 Renee C.Llewellyn,Assistant Secretary LMS-I 2873 LMIC OCIC WAIC Multi Co 062018 00300 BID FORM BID FORM 2019 Street Maintenance Program (SMP)-Arterials-University Blvd, Old PROJECT NAME: Settlers Blvd, Sunrise Road, Redbud Lane PROJECT LOCATION: Round Rock, Texas OWNER: City of Round Rock, Texas DATE: January 7, 2020 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of 2019 Street Maintenance Program (SMP)-Arterials-University Blvd, Old Settlers Blvd, Sunrise Road, Redbud Lane and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated, for the following prices, to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at https://www.roundrocktexas.gov/businesses/solicitations/ by the close of business on January 7, 2020 . Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bid er acknowledges receipt of the fo lowing Addenda by listing Addendum "number" and "date". - ad -fr BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 1 3977 TON Pavement Repair (12" Depth) complete in place per TON for oneti (ail. dollars Jo and "j% cents. to 1-CO.i b 01-, 2 2590 LF Remove and Replace Curb and Gutter complete in place per LF for - dollars and cents. 1,9b'VD 414z74oc 1 00300-9-2015 Page 1 of 7 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 3 5150 SF Remove and Replace Reinforced Concrete Sidewalk complete in place per SF for dollars and -6(jt14—(1 cents. (1 . --5-() '115.b 4 880 SF Remove and Replace Reinforced Concrete Driveway complete in place per SF for4iJ4eJ4a...r\ dollars and I cents. 15,m +I??. 2u? . u iJ 5 1 EA Reinforced Concrete Sidewalk Ramp complete in place per EA forlartel+102501TL9Wilo ltniZt d and J- cents. , = cc 6 100730 SY Surface Milling (2" Depth) complete in place per SY for -frj,o dollars and cents. dr 7 1308 SY Edge Milling (0"-2") complete in place per SY for dollars and cents. if• ub 1,7 732„1Z 00300-9-2015 Page 2 of 7 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 8 63527 SY Surface Milling (3" Depth) complete in place per SY for 4-too dollars and 4Q4e-PLN cents. 7,f ..:.�- 4 . 9 29118 TON Type D HMAC Surface Course complete in place per TON ,o for 0to — dollars Li 7 and r cents. 3- ti 1.`7 D+.CO 1.0 39 EA Valve Can Adjustment complete in place per EA for — v`t3 dollars and I�-, cents. 2. "Vti Z j OZ..Qc) 11 49 EA Manhole Adjustment complete in place per EA for OM hundred. p` q dollars and r cents. l LSD d ER) S 5'7 J -U.) 12 28328 LF REFL PAV MRK TY I (W)4"(SLD)(100 MIL) complete in place per LF for uiI-ye rt dollars and -`tVl i' ems, cents. ,� 63 el, -2 00300-9-2015 Page 3 of 7 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 13 12527 LF REFL PAV MRK TY I (W)4"(BRK)(100 MIL) complete in place per for �,'�Z% dollars and `f Vl ve -�-} , .� cents. , IL)i I ? 1 14 1085 EA REFL PAV MRKR TY I-C complete in place per EA for &WA} dollars and 6.} ki - ( cents. ..!7cj f 0. :45 15 67341 LF REFL PAV MRK TY I (Y)4"(SLD)(100 MIL) complete in place per LF for dollars and ;< cents. • +777z7. 5 3 16 10783 LF REFL PAV MRK TY I (Y)4"(BRK)(100 MIL) complete in place per LF for dollars and q,4 Az1. - �1'1 cents. o S%.�y 17 1852 EA REFL PAV MRKR TY II-A-A complete in place per EA for dollars and '- 1'l.Xj�%�I t cents. . e4 c . Lo 00300-9-2015 Page 4 of 7 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 18 8936 LF REFL PAV MRK TY I (W)8"(SLD)(100 MIL) complete in place per LF for dollars andPLEKA-5_ �'� �� cents. i•-:+5 t 11-0-,c7D 19 80 LF REFL PAV MRK TY I (W)8"(BRK)(100 MIL) complete in place per LF for 1 � � dollars and rfrir cents. 1 .( z) 20 3368 LF REFL PAV MRK TY I (W)12"(SLD)(100 MIL) complete in place per LF for dollars and cents. . JD /1 Tga C 21 1183 LF REFL PAV MRK TY I (Y)12"(SLD)(100 MIL) complete in place per LF for �'� dollars -- and 5--e.Vqj7V—LIIAcents. � -'E 4 ,�a�'3'4; 22 992 LF REFL PAV MRK TY I (W)24"(SLD)(100 MIL) complete in place per LF for fret dollars and a., .—�, cents. ° Y D 10424cxi-.. 00300-9-2015 Page 5 of 7 Bid Form BASE BID Bid Approx. Item Description Item Quantit Unit and Written Unit Price Unit Price Amount 23 174 EA REFL PAV MRK TY I (W)(ARROW)(1 00 MIL) complete in place per EA for O hu,niLr4 `` k,' dollars and { cents. 1 3D.L 47Z _ 24 42 EA REFL PAV MRK TY I (W)(WORD "ONLY")(100 MIL) complete in place per EA for oilyh,LLfl1j'Te1. tVollars and \_jfr rr, cents. I G- , (o11nco 25 5 EA REFL PAV MRK TY I (W)(CROSSBUCK)(100 MIL) complete in place per EA for ---tutek,hJr 1,(i1,' i dollars and j j cents. .cO )j1c5DibD 26 5 EA REFL PAV MRK TY I (W)(WORD "RR")(100 MIL) complete in place per EA for `- ,r. „� kr ? dollars and cents. -.a4 , scit., -73 27 4 MO Traffic Control complete in place per MO for lyba,4340,heyk,<A,“.&ilykdoilars and \_AyrDcents. 47 OO RY -3 CP r6 00300-9-2015 Page 6 of 7 Bid Form TOTAL BASE BID Items 1 thru 4 CoSeiODD• 34- Materials: (,00 f 0 CO, 3 7 All Other Charges: �`ZJ C 80! (j 3 Q. o c� * Total: * 42 t oco. 34- 1 * Note: This total must be the same amount as shown above for "Total Base Bid" If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or technicalities. Respectfully Submitted, Signature alvia / / 78‘ / Print Name Address G�212�`� ,P ��-� Si 2 .33 -- YC Title Telephone 6-Y _3—,M14-7-r--)Zifi- u //LTC_ Name of Firm 7/ Z /? ;?W/(71--- Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 7 of 7 Bid Form 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Texas Materials Group, Inc. Company Name: 1320 Arrow Point Dr., Cedar Park, TX 76513 512-861-7100 Address: Phone: Completed by: DAVID REESE Date: 1/7/2020 1. Does the company have a written construction Safety program? ❑✓Yes ❑No 2. Does the company conduct construction safety inspections? ['Yes ❑No 3. Does the company have an active construction safety-training program? ❑✓Yes ❑No 4. Has the company been fined by OSHA for any willful safety violations in the past ❑✓Yes El No three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15, or 7.6 for SIC 16, ❑✓Yes ❑No or less over the past three years? Attach the company's OSHA 200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding ❑Yes ❑No El N/A B. Excavation El Yes ['No El N/A C. Cranes ❑Yes ❑No El N/A D. Electrical El Yes ❑No El N/A E. Fall Protection ['Yes El No ❑N/A F. Confined Spaces 0 Yes ❑No ❑N/A I hereby certify that the above information is true and correct. Slgnatur � Title AUTHORIZED EMPLOYEE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 way v COY � � J ga.-I z.,. a [ �Hm 3c =a 0 rid w tea- c °' � '`c. _ c. '471 I ! ' 1 i c o a a a O o � .,t=D O N n� m 0 4 y pp -^._ . g [D ._,N.. y� --I' ftl/'J. c'H m t, 3 C c, pRE 19i a pa` N : N N o W �,0 5i9 4 G cam a - --3 h w a a m ,O m 9 9 m 8? O G 4 a W Gs36 ...o. .. qo W _n z@�= CO • m a q5 =.` m S a o (7,1 `t c a. �A Q N 6 d T D W a 0 o c R m 3 0 g a o 8 C O a) , O•° M O C Pg.S N s `< O c'a PI m C ti C v-7 R• 7.'N --h C fD t` ` O n Go m > m O M1 N a C p Sao W _ 'D .-.cr v �_• cm _ No ET V'Ca 0 m._• 0 Z m 3 m O — fD O ... !]l 7 n.O a m 1�y `® r70 j"m m O a, N 0 6 C T m O m c o c o En J ° S' . ffQ 6g. o m �c o m o $ o N m U, -n h C - N N N N N a-. O ['f .. h W O' ?y C b C r0i . o o p a; o a. cic a s C .. O g py 0 ? 2 5cmc O m�.m t� D fD O fn CD o a C, O --I W bJ y o '0-�? 8 g-p ti N x -J O N`_ b a,.°c g" n1 n T W H � E. }a,m iD a c o�1 G h 3aa3 o 0 o vcn o 3 o` b o as S.< Wig. W CD s�o a. N 5 g m a 0 o s 5 .� e o o F N': a CO 2 C 3 N q�, 1'1 p��GpNadl on 0 w f:] rn 'G T 4 ? C m W _ d k' N O _ W.d.. W l O N 1 N Q a; D 1 N o h. m W = Q g W 'c vl o O N 1 m W t d C 'T �• 1_, W CC7 jp N 111 a O_ �. 3 o m N �O o 7 to Q al C7 IL 0 3 * m p 0 7 G CO m y 2 °� a 3 a 3 ry W W ° N m " y S o _ a m FJ ° =CO m 5E. ,� It, � � F o N N G 1 _ 011W 07 W C!1 p� y O N n @ m N m m 5 FE I N ,, O c m ° a m = 7 = Q° W N m�N CI7 d C ' m o I v g c U7 7.1 m m a O O m m ' w 13 W o Iv c., ro G) a 3 :.'. h n _ E.v v O O—-- O ,—I = -( Y,��,,�iii.z� T O''"'i '..Z i "`'y,171 C 3 // °�•dc y N �' O i i'G� it N O ;c h o'N 8 m to c � 0 ��� ; rn m a c -, v d „c„ in V+ co oQkm8 �' S.yV, c [u o = u �v +'� mm y `y° o x o N o g 3 .f n, .r 3 c m z Oo �,' c CA to „c2. a' ,s6 r il O �. C,,,, �• m n ,� c o 0 3 c••: O N `"+ � cryn o'++6 O-i o '�;a c I'� � W a �� �� i A c^C t�. III //� U,O �i 47 `N; ,0 ,aR'�� t 4 f[D N i Ja n ro y G C t V/ 1 .m O 'G r''t VJ 1�0A' ley����`+f' a,• g j' j•((b T �n FA Q 07 n'C'. l rt�J t,,4 N C� 1'�{� Q!➢ W �J Q Utl g w g -e ° Al co d 9. c m e.m e w li' 9 6 o s *ry r� b c m b O O O O N�It" '"K:lde ( 'c O * C Ai - . y N -, N .-@ ayt , t 2 O 2 a 3 ; 3 e8i m - m m � Coa h iv c o. �, T o ' * o ^MH 36- a 3-IT 76'm�8 = t �N momo ff w cip., '1 c ion 8 o L. y a S c O D S"0 a r { m i0 q'w . x, m y m o W 3• N r Cs ,p O I. o � 4f y c "o%m aw 3� g W — r(n ` O 00 i ' x!''. p @ 't b ''W (• m C n.i d m m o o r� v o ',n o st mom m '° 3 �t i y m w vyi n i p N .: w m -. o m`� 0 g-p, eD F' w' .:: �`•VD' fi e• N vi i` • v b q ur ,it = m k„i. , ' to ; " N m ° w r'F' gd am o s o r trip ti R, y Q g • N co m 9 y mNZ ,o N`' !t ■ 8o 7,-1 � � S n, ca A cow w c' It �" S (D a N a E. _ O O O ', ,i, p a 3 5 m Cho d m 2 R. 1 co m -o .0 { f to �` b O I' \Y Y l t w I: 3 0 { s D 'w1 El I en �° �° �+ fry O o � �'E,, • s8=g a F.pSt �', s i[ " CD • ', (i) CD 1` 0 cn m (fa 3 wflli. 13 b W 0 'D d O G q s C 0 O f!1 m cC d a m m = 0 o m D m ..- m 2 m T c = a c a n '{ N N N N 2 N Q' 7' 61 f0 N C h -- Q .- _ • w m Q m p 3 co' p 3 1 3 m 3 a w al a? g ' o so N C m ii . o. a: m n co so �? `G =. _S N O 3 1-4 d N ,9 m e_hNg W N coN C) _� o �c m to x _a a co o f0 o v Li m N C g. I. 18 < O @ N '' I� N I 'EA n C m co 3 F. N N O n 2 O N a . 3 _ O o .0 D x o Fat E. N O at' �i d :. o T m r' L m S. o - }f� O C fO L, I 3 R• N X •f M 1,4 m f cn n 57. N CIa 3 n E E cD W N R. a i C n.. • 3 oci,, - 2r. o N 5 2 m a j I. com X p� m �' m m w . n i' m c II fC O N 0 5_ y Q, V O C I: a` N pia n,, r g{ �a 1 2 h 5'ti 'i1 =^ f i o o -F {� > Q•-1 .ti uun w�! /:/� / ;aocs a :;0,;. K 1 soo ,--- co Iwwrf a't m 7D 07 W ;:?y 1 �c rn i 'i W:: :s! � wow a-o t, a 7 C :`:•A1*:4 gg C :m C mac` G3�^t (q ^* �/ nIJ Ao-t •1 [ N co , •.?,y,:g `C:0 •: ,C7:1 CD !D JflH i _ -1.rET 00 a:ii ti (f) ii‘Z 'I v m l!!:•: to ` .Si::j ropy •i� LI1 p�y ii ,�- (ctc{}�:_. v p i iCD Cfl S.s.Otil . e o-1 iic.; ''{ to. ...--1'1'1 1 R fik.ii...:_ii:!.t.iiiitil, Tt C' ^+,ro'm 4. ] I .... s:ttita Cf'Q jl4;C::i rf.t) F! !M1i�i:'�f a o 0 o O 0 ? Q 11).:' ,. O � },ft p, m . ,t<,ij a-m` ; a -�i ;:,;: � r...� m- = i— to "; i , D (p • •, o is .= p ill cu U U `''`u o `C Oo m u v w ic. 33 ; a, a F mayp,( : ,o co [ <K. :`x:p to w 0.CDN n ' a S. ,:i, ` , iL q IS.ice, a If: CI (� O :;F `ii`.`= vil::y= d :V rD (D 03 !1 D 0 o p y{t°3':,; %;i:`:g ntjl CO(/� ,y fll v, • iii f.-•a O O :�i;v,. iie;1 s--, 0) N :.a��c Co Q `. (~A Sl3 N ,:;;ids :c ::;-'"Ai ,.:" All fll Ow ca 2. O a 511 y 0 g`A M• (b -1 a, 3 O • o CO�� Q nzi o cr. } g, to C7 ' •C u, torn re m n.cli - �' rn tub rS°n Q, v� ' ..rn rn a Ai Om. p V. 4. ! r . �. 0 . to i:DO I. • '. 0 '2 a r . . . <„ .._,. ,, › §' 0 K A) 0 n a m 0 d {ti 0 0 r O y ,7. 2 00 R. r* Ci:l rn b O 0) Al n r m CO ~ N • to g () m• 0 cs- .. N [ Q 0.3' (° ", Oo ij ;i � ON FA'a.w ,1 q�qI 1_' CD 00500 AGREEMENT City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the 0)day of MI MI in the year 20 20 . BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor Texas Materials Group,Inc. ("Contractor") David Reese 512-633-5680 david.reeseAtexasmaterials.com The Project is described as: 2019 Street Maintenance Program-Arterials- University Blvd,Old Settlers Blvd,Sunrise Rd,Red Bud Ln The Engineer is: Matthew Bushak,PE City of Round Rock,Texas 512-341-3318 mbushak a,roundrocktexas.gov For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings, Specifications,Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 2c2D-'ov 3'9 ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION; DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred and twenty ( 120 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of five-hundred and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement.It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than one hundred and fifty ( 120 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be Three million six hundred eighty thousand and thirty seven cents. ($3,680,000.37 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: AJ/A 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor,and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth (10th)day of a month, Owner shall make payment to Contractor not later than the tenth(10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above, payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed.Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual dated November 2019 7.1.4 The Specifications are those contained in the Project Manual dated November 2019 7.1.5 The Drawings,if any,are those contained in the Project Manual dated November 2019 • 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated November 2019 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated November 2019 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any,forming part of the Contract Documents are as follows: NONE ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Jose(JC)Monelongo II 3400 Sunrise Road,Round Rock,TX 78665 512-218-7026 jmontelongo(aroundrocktexas.gov 8.3 Contractor's representative is: David Reese 1320 Arrowpoint Dr,Cedar Park,TX 78613 512-633-5680 david.reese(a,texasmaterials.com 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor,subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly,and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding, including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITY OF OUND RO ,TEXAS TEXAS MATERIALS GROUP,INC. v G �J /� Jake Parson Printed Name: .� ���/l_"Ivl Print d'IVame: 1 VVV Title MA 1! itle: ` V.P A-5 me-at-Ail Date Signed: j .(V -2vv v Date Signed: 2- / 1,1 --`' ATTEST: • 4rta4,.. Ø1I' ' City Clerk FOR CITY,APPROVED AS TO FORM: City Attorney 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 ACTION BY WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF TEXAS MATERIALS GROUP,INC. The undersigned,being all of the members of the Board of Directors of Texas Materials Group, Inc., a Delaware corporation(the"Corporation"), do hereby,pursuant to applicable Delaware statute, give this written consent to the taking of the following actions, such actions to have the same force and effect had a meeting been duly called and held: I. ELECTION OF OFFICERS RESOLVED,that effective March 1,2019 all previous elections of officers are terminated, and the following persons be,and hereby are, elected to serve as officers of the Corporation(each individually, an "Officer" and collectively,the "Officers")in the capacities set forth opposite their respective names until such time as their successors shall be elected and qualified: Mark Snyder President Kristin Davis Secretary/Treasurer Kal A. Kincaid Vice President/Assistant Secretary John Reid Vice President/Assistant Secretary Jake Parson Vice President/Assistant Secretary Nicholas Schack Vice President/Assistant Secretary Mike Brown Vice President/Assistant Secretary Hugh Franklin Vice President—Finance William B. Miller Admin. Vice President/Assistant Secretary Robert Banks Assistant Secretary . FURTHER RESOLVED,that the Officers be, and each of them hereby is, authorized to execute and deliver agreements, contracts, documents, certificates, and other instruments,under the seal of the Corporation if required, for the purpose of conducting the Corporation's business,including without limitation, selling products and securing construction work, and to take such other action, as they may deem necessary, advisable, convenient, or appropriate to carry out and fully perform duties incident to the office or offices so appointed, and such other duties as may be prescribed by the Board of Directors from time to time; FURTHER RESOLVED, that the following persons are hereby designated Officers solely for the purpose of attesting signatures of other Officers signing on behalf of the Corporation, and for executing and attesting various corporate documents, tax returns, affidavits, and other instruments as may be necessary from time to time: Jessica Aldrich Assistant Secretary/Assistant Treasurer Chris Michael Assistant Secretary Larry Mathews Assistant Secretary Michael F.Deaton Assistant Secretary Mike Wallace Assistant Secretary Dean W.Buchanan Assistant Secretary Gary P.Hickman Assistant Secretary Michael G. O'Driscoll Assistant Secretary William P. Jones Assistant Secretary David M. Toolan Assistant Secretary David C. Lewis Assistant Secretary David Young Assistant Secretary Kayleigh Hatchett Assistant Secretary II. APPOINTMENT OF AUTHORIZED EMPLOYEES RESOLVED, that effective March 1, 2019 all previous appointments of authorized employees are terminated, and that the following persons be and each of them hereby is appointed to serve as an authorized employee of the Corporation, which persons shall be authorized to execute and deliver such agreements, contracts, documents, certificates and other instruments, under the seal of the Corporation if required, for the purpose of conducting the Corporation's business including, without limitation, selling products and securing construction work: Robert Brown Kaylon Page L.L. Mathews,Jr. Barry Egbert James A. Connor Kirk Morris Dean Donnellan Stephen Koonce Lance Phillips Artie Tucker David Reese Ben Liggett Rebecca Rutledge Scott Blanchard Angela Kvarme TJ Brown Lisa Roberts Robert Alvis Derek Schluterman Ron Stinson Sam Davis FURTHER RESOLVED, that the President of the Corporation may, from time to time, without further action by the Board of Directors, appoint other persons to serve as authorized employees, or remove any individuals from this capacity, and to direct those appointed to take such action, as he may deem necessary, advisable, convenient or appropriate to carry out and fully perform the duties incident to the office of President; III. AUTHORIZATION OF TRADE NAMES RESOLVED, that the activities and operations of the Corporation may be carried on in any of the following manners or styles as may from time-to-time be deemed necessary or appropriate: Gulf Coast,a CRH company Texas Bit, a CRH company Texas Concrete,a CRH company Texas Materials,a CRH company FURTHER RESOLVED, that the President of the Corporation may, from time to time, without further action by the Board of Directors, authorize the use of additional trade names, and to deem unauthorized any trade name previously authorized, as he may deem necessary, advisable, convenient or appropriate. IV. MISCELLANEOUS RESOLVED,that all actions previously taken by any Officer of the Corporation appointed hereunder in his/her capacity as such Officer be, and each of them hereby is, adopted,ratified, confirmed and approved in all respects as the authorized acts and deeds of the Corporation; FURTHER RESOLVED,that each undersigned agrees that electronic signatures,whether digital or encrypted, of the Board of Directors are intended to authenticate this consent and to have the same force and effect as manual signatures. As used in the previous sentence,the term"electronic signatures"means any electronic sound, symbol or process attached to or logically associated with this consent and executed and adopted by a member of the Board of Directors with the intent to sign such consent, including, but not limited to, e-mail electronic signatures executed through Adobe®eSign Services; and FURTHER RESOLVED,that this Consent,following execution by all of the members of the Board of Directors,be filed in appropriate order in the minute book of the Corporation. Signature: 4/11 Chgnh Signature: 1 z" Ko-atul- David M Church(Mar4,2019) John J.Keating(Mar 10,201 Email: david.church@na.crh.com Email: john.keating@na.crh.com 00600 INSURANCE AND CONSTRUCTION BOND FORMS Bond No. 014216782 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Texas Materials Group, Inc. of the City of Cedar Park , County of Travis , and State of Texas , as Principal, and Liberty Mutual Insurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK,TEXAS, (Owner), in the penal sum of Three Million Six Hundred Eighty Thousand and 37/100 Dollars ($ 3,680,000.37 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS. the Principal has entered into a certain written Agreement with the Owner dated the IQ '5. day of k/101 r , 20 20to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2019 Street Maintenance Program -Arterials - University Blvd, Old Settlers Blvd, Sunrise Road, Red Bud Lane (Name of the Project) NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed, 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 Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 7-2009 Performance Bond 00090656 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 19th day of February , 20 20 . Texas Materials Group, Inc. Liberty Mutual Insurance Company Princi al Surety �Gf 34øjAJ Tina Davis, TX License No. 1356133 Printed Name Printed Name By: 044- 45 Title: /7041-- $eid d'1/+'/4. it rrte -'n act Address: 1320 Arrow Point Dr.. #600 Address: ou emple, Ste. 700 Cedar Park, TX 78613 Salt Lake City, UT 84101 Resident Agent of Surety: 11/ 'Poo -1)61JUL- Si_ ature Sandra R. Parker Printed Name 500 Dallas Street, One Allen Center Street Address Houston, TX 77002 City, State & Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond No. 014216782 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Texas Materials Group, Inc. , of the City of Cedar Park , County of Travis , and State of Texas as Principal, and Liberty Mutual Insurance Company authorized under the laws of the State of Texas to act as Surety on Bonds for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (OWNER), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of Three Million Six Hundred Eighty Thousand and 37/100 Dollars ($ 3,680,000.37 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves and their heirs, administrators, executors, successors, and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the (i) day of Mc1 12,4 -1- , 20 20 , to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: 2019 Street Maintenance Program-Arterials - University Blvd, Old Settlers Blvd, Sunrise Road, Red Bud Lane (Name of the Project) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 7-2009 Payment Bond 00090656 ,y PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this 19th day of February , 20 20 . Texas Materials Group, Inc. Liberty Mutual Insurance Company PrincipA Surety Ug — / /A' Tina Davis, TX License No. 1356133 Printed Name Printed Name By: __ By: Title: ASi- Scow-myTitle: orn - - Address: 1320 Arrow Point Dr 600 Address: 15 W. South Temple, Ste. 700 Cedar Park, TX 78613 Salt Lake City, UT 84101 jResi, ent Agent of Surety: r '-er Signature Sandra R. Parker Printed Name 500 Dallas Street, One Allen Center Street Address Houston, TX 77002 Page 2 00620 7-2009 Payment Bond 00090656 State of Utah l County of Salt Lake r SS: On February 19,2020 ,before me,a Notary Public in and for said County and State,residing therein,duly commissioned and sworn,personally appeared Tina Davis known to me to be Attorney-in-Fact of Liberty Mutual Insurance Company the corporation described in and that executed the within and foregoing instrument,and known to me to be the person who executed the said instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. My Commission Expires March 13,2023 Lisa a I Notary Public LISA HALL Notary Public n ` ( `'"-3 ry:; State of Utah '<> `` My Commission Expires March 13,2023 '� p Commission Number 704231 rr I. ,+ This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. V i 1' �`` Liberty Mutual Insurance Company 7 iu, a I The Ohio Casualty Insurance Company Certificate No:8197868 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Lisa Hall,Linda Lee Nipper,Tina Davis,Lindsey Plattner all of the city of Salt Lake City state of UT each individually if there be more than one named,its true and lawful attorney-in-fact to make execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. u iciu.,u., 31st day of October ,2018. LIoerty mutual Insurance Uompany I ne tiNB� �Y In 01su- �.�- Rq QL ��, � R,q Ohio Casualty Insurance Company uP0.9. 2 a os,PcR4 $ rJ" o a'°Rto, 'y West American InsuranceCom an ems' �. t. 46, 4 e, n Comp am t 4 C e 4 o Ir g' 1912 ) 1919 t 1991 0 f` '7? '.4c ,54 dD '�4e$M.=� `er, /NOiAO' a r 14,t3,•1 R' L d d9,1 , 1`‘' 3y1 * L`.* * 0 r�y: i,, uavia M.t;arey,Assrstan• -becreten- - m Jtdte uI rI t l'Io I LvMiNI/i CU a' County of MONTGOMERY V IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed (,.Ion this 31st day of October, 2018 before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o ompany,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. : COMMONWnF ALTH OF PENNSYLVANIA 4fNfi Y� NsthtalSCSI V¢-. y tU ;a 1 To:ow ' ,hllo,Notary Pubic f � z iG ., ff t O5 +.� }ppor Mrofl Two,MantOarrory Collr, 13 y: � a) N ,, `Z / My Commission Exprrim tvli b 28 20.I_ era Fastella,Notary PuNi ^c� ,r'. r h4rrCrr I'u 'aytvtwAnv x,H Q'Nr�aw. (1.)al cn IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Rea'This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual 0 a�Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ado ARTICLE IV—OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall Z have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company, authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 19th day of February 2020 �v this4 A4-cY INSU .ty otsU,i,4 PC o.oR, -+ 1912 n a 1919 n 2 1991 0 '" , >- I, Q ti w 0 Q Q 44,0,.... "dY.,,, b • ig a.AciiLl ...4 ,��I¢.A MF'- 4,,,, `e3, 'tomtit' �a aRenee C.Llewellyn,Assistant Secretary LMS-I2873 LMIC OCIC WAIC Multi Co 062018 t t7 Me N. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety 2200 Renaissance Boulevard, Suite 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection aC�tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev.7 1 07 n 0 oir P '4 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir Ia notificacion y dirigirla a Liberty Mutual Surety en Ia siguiente direccion: Liberty Mutual Surety 2200 Renaissance Boulevard, Suite 400 King of Prussia, PA 19406-2755 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection aAtdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev 7 1 07 ACC® CERTIFICATE OF LIABILITYDATE(MM/DD/YYYY) �� INSURANCE 2/20/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Liberty Mutual Insurance Co. National Insurance East NAMEACT Valerie Reece 2000 Westwood Dr. PHONE FAX Wausau,WI 54401 (A/C.No,Ext): 513-867-3822 (A/C,No): D E-MAIL SS: Oldcastle.certs(a@LibertyMutual.com INSURER(S)AFFORDING COVERAGE NAIC# www.LibertyMutual.com INSURER A: Liberty Mutual Fire Insurance Company 23035 INSURED INSURER B: Liberty Insurance Corporation 42404 Texas Materials Group, Inc. (211-CED) DBA Texas Materials INSURER C: 1320 Arrow Point Drive, Suite 600 INSURER D: Cedar Park TX 78613 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 54197232 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 ADDL SUBR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A ✓ COMMERCIAL GENERAL LIABILITY ✓ TB2-C81-004095-119 9/1/2019 9/1/2020 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTED CLAIMS-MADE ,/ OCCUR PREMISES(Ea occurrence) $250,000 XCU Coverage Included ✓ Primary/Non-Contributory MED EXP(Any one person) $50,000 ✓ Separation of Insured PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I ✓ I ra LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY ✓ AS2-C81-004095-129 9/1/2019 9/1/2020 Ea COMBID LIMIT $2,000,000 ✓ ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AS2-C81-054502-529 9/1/2019 9/1/2020 AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ Ph HIRED NON-OWNED Physical Damage Only: PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Comprehensive Ded$10,000 (Per accident) $ Collision Ded$10,000 $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ B WORKERS COMPENSATION WA7-C8D-004095-029 9/1/2019 9/1/2020 AND EMPLOYERS'LIABILITY Y/N ✓ STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE All except OH,ND,WA,WY E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A B (Mandatory in NH) WC7-C81-004095-019 9/1/2019 9/1/2020 E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below WI,MN E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:SMP Arterials Project Award City of Round Rock and City Manager are listed as additional insured with regards to the general liability and automobile liability policies,where required by written contract. 30-day Notice of Cancellation. CERTIFICATE HOLDER CANCELLATION City of Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Manager ACCORDANCE WITH THE POLICY PROVISIONS. 221 E. Main Street Round Rock TX 78664 AUTHORIZED REPRESENTATIVE I Valerie Reece Mz-z;e '•z€e 2. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 54197232 1 LM_44 1 9/19-9/20 - Standard 2/2, Excess 1 Linda Bradfish 1 2/20/2020 12:17:17 PM (CST) 1 Page 1 of 1 r i AC�® DATE(MM/DD/YYYY) EVIDENCE OF PROPERTY INSURANCE 02/20/2020 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW.THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY PHONE COMPANY MARSH USA,INC. (A/C,No,Ext): American Home Assurance Co TWO ALLIANCE CENTER 3560 LENOX ROAD,SUITE 2400 ATLANTA,GA 30326 CN 103150008-AII-Prop-20-21 FAX E-MAIL (A/C,No): ADDRESS: CODE: SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER POLICY NUMBER TEXAS MATERIALS GROUP,INC. 7534954 DBA:TEXAS MATERIALS 1320 ARROW POINT DRIVE,SUITE 600 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL CEDAR PARK,TX 78613 02/01/2020 02/01/2021 TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION RE:SMP ARTERIALS PROJECT AWARD,2019 STREET MAINTENANCE PROGRAM-ARTERIALS,UNIVERSITY BLVD,OLD SETTLERS BLVD,SUNRISE RD,RED BUD LN 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 EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION PERILS INSURED BASIC BROAD X SPECIAL COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE ALL RISK OF DIRECT PHYSICAL LOSS OR DAMAGE TO REAL PROPERTY AND PERSONAL PROPERTY 75,000,000 250,000 ON A REPLACEMENT COST BASIS,SUBJECT TO POLICY TERMS,CONDITIONS AND EXCLUSIONS. COVERAGE INCLUDES,BUT IS NOT LIMITED TO FIRE,BUSINESS INCOME,EXTENDED PERILS SUCH AS VANDALISM,MALICIOUS MISCHIEF,FLOOD AND EARTHQUAKE. CONTINUED DEDUCTIBLES: EARTH MOVEMENT DEDUCTIBLE:3.5M MAX 5%,$250k MIN FLOOD DEDUCTIBLE:3.5M MAX 5%,$250k MIN WIND/HAIL DEDUCTIBLE:3.5M MAX 5%,$250k MIN MOBILE EQUIPMENT: 100,000 OTHER DEDUCTIBLES MAY APPLY PER POLICY TERMS AND CONDITIONS. REMARKS(Including Special Conditions) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST ATL-005036139-01 NAME AND ADDRESS ADDITIONAL INSURED LENDER'S LOSS PAYABLE LOSS PAYEE MORTGAGEE CITY OF ROUND ROCK LOAN# CITY MANAGER 221 E.MAIN STREET ROUND ROCK,TX 78664 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee0..,,Lti,; ACORD 27(2016/03) ©1993-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD No Text 00700 GENERAL CONDITIONS No Text City of Round Rock Contract Forms General Conditions Section 00700 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Page Number& Title Number 1. DEFINITIONS 2 2. PRELIMINARY MATTERS 5 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 7 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 8 5. BONDS AND INSURANCE 10 6. CONTRACTOR'S RESPONSIBILITIES 15 7. OTHER WORK 23 8. OWNER'S RESPONSIBILITIES 24 9. ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 24 10. CHANGES IN THE WORK 26 11. CHANGE OF CONTRACT AMOUNT 27 12. CHANGE OF CONTRACT TIMES 29 13. TESTS AND INSPECTIONS;AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 31 14. PAYMENTS TO CONTRACTOR AND COMPLETION 33 15. SUSPENSION OF WORK AND TERMINATION 37 16. DISPUTE RESOLUTION 39 17 RIGHT TO AUDIT 40 18. MISCELLANEOUS 41 00700 11-2017 Page 1 General Conditions 00162837 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda - Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids that clarify, correct or change the proposal or bidding requirements or the Contract Documents. 1.2 Agreement-Prescribed form, referenced as Section 00500. 1.3 Alternative Dispute Resolution-The process by which a disputed Claim may be settled if the OWNER and the CONTRACTOR cannot reach an agreement between themselves, as an alternative to litigation. 1.4 Bid - Proposal of bidder on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.5 Bid Documents-The advertisement or invitation for bids, instructions to bidders, the bid form, the Contract Documents and Addenda. 1.6 Calendar Day-Any day of the week; no days being excepted. Work on Saturdays, Sundays, and/or Legal Holidays shall only be conducted with prior express written consent of the OWNER. 1.7 Change Directive-A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both. A Change Directive may be used in the absence of total agreement on the terms of a Change Order. A Change Directive does not change the Contract Amount or Contract Time, but is evidence that the parties expect that the change directed or documented by a Change Directive will be incorporated in a subsequently issued Change Order. 1.8 Change Orders - Written agreements entered into between the CONTRACTOR and the OWNER authorizing an addition, deletion, or revision to the Contract, issued on or after the Execution Date of the Agreement and within the Contract term. 1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract. 1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR for performance of the Work, as evidenced by the Contract Documents. 1.11 Contract Amount-The amount payable by the OWNER to the CONTRACTOR for completion of the Work in accordance with the Contract Documents. 1.12 Contract Documents—Invitation to Bid, Instructions to Bidders, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Project Manual, Drawings,Addenda and Change Orders. 1.13 Contract Time-The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty-four(24) hours measured from midnight to the next midnight will constitute a day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been 00700 11-2017 Page 2 General Conditions approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined. 1.16 Engineer/Architect(E/A)-The OWNER's design professional identified as such in the Contract. The titles of "Architect/Engineer," "Architect" and "Engineer" used in the Contract Documents shall be read the same as Engineer/Architect (E/A). Nothing contained in the Contract Documents shall create any contractual or agency relationship between E/A and the CONTRACTOR. 1.17 Equal-The terms"equal"or"approved equal" shall have the same meaning. 1.18 Execution Date- Date of last signature of the parties to the Agreement. 1.19 Field Order-A written order issued by Owner's Representative which orders minor changes in the Work and which does not involve a change in the Contract Amount or the Contract Time. 1.20 Final Acceptance— The stage in the Contract process when, in the OWNER's opinion, Final Completion of the Work has been attained and a Certificate of Acceptance approved by the OWNER is issued. 1.21 Final Completion -The stage in the progress of the Work when, in the OWNER's opinion, the entire Work has been completed, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the OWNER is processing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of Acceptance approved by the OWNER. 1.22 Inspector-The authorized representative of any regulatory agency that has jurisdiction over any portion of the Work. 1.23 Legal Holidays 1.23.1 The following are recognized by the OWNER: Holiday Date Observed New Year's Day January 1 Martin Luther King, Jr.'s Third Monday Birthday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Friday after Friday after Thanksgiving Thanksgiving 00700 11-2017 Page 3 General Conditions Christmas Eve December 24 Christmas Day December 25 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones-A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed -A Written Notice given by the OWNER to the CONTRACTOR fixing the date on which the Contract Times will commence to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. 1.26 OWNER—The City of Round Rock,Texas, a municipal corporation, home-rule city and political subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee, officers, agents or employees to administer design and construction of the Project. 1.27 Owner's Representative-The designated representative of the OWNER. 1.28 Partial Occupancy or Use - Use by the OWNER of a partially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29 Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 1.30 Project Manual - That portion of the Contract Documents which may include the following: introductory information; bidding requirements, Contract forms and General and Supplemental General Conditions; General Requirements; Specifications; Drawings; Project Safety Manual; and Addenda. 1.31 Proposal — Proposal of Offeror, under Local Government Code §271.113 providing for alternative project delivery methods, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form, the Contract Documents and Addenda. 1.33 Resident Project Representative -The authorized representative of E/A who may be assigned to the site or any part thereof. 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications -Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards, workmanship, equipment and services in order to render a completed and useful project. 00700 11-2017 Page 4 General Conditions 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion,the Work has progressed to the point such that all parts of the Work under consideration are fully operational, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 1.38 Sub-subcontractor-A person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work. 1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill instructions from Owner's Representative, and who shall supervise and direct construction of the Work. 1.40 Supplemental General Conditions-The part of the Contract Documents which either amends or supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall be considered as remaining in full force and effect. 1.41 Supplier-An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. 1.42 Time Extension Request-An approved request for time extension on a form acceptable to the OWNER. 1.43 Work - The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. 1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which conditions not under the CONTRACTOR's control will permit work for at least seven (7)hours of the Working Times. Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be allowed and in that event a Working Day will be counted for each such day. 1.45 Working Times — Times of day(s) during which work may be performed. Unless authorized by Owner's Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein. 1.46 Written Notice-Written communication between the OWNER and the CONTRACTOR. Written Notice shall be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR's duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. ARTICLE 2 -PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10)Calendar Days after written notification of award of Contract, the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificate(s) and other documentation required for execution of the Contract. 00700 11-2017 Page 5 General Conditions 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) will begin to run on the day indicated in the Notice to Proceed. Notice to Proceed will be given at any time within sixty (60) Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work; .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non-Use of Asbestos Affidavit(Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. 00700 11-2017 Page 6 General Conditions 2.5 Preconstruction Conference: Prior to commencement of Work at the site, a preconstruction conference attended by the CONTRACTOR, Owner's Representative and others will be held. 2.6 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain approval of Owner's Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample submissions must provide an arrangement agreeable to the parties for reviewing and processing the required submittals. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.1 Intent: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Signed Agreement Addenda to the Contract Documents Special Conditions Supplemental General Conditions General Conditions Other Bidding Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings (figured dimensions shall govern over scaled dimensions) Project Safety manual, if applicable 3.1.2 Unless otherwise stated in the Contract Documents,words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: If, during the performance of the Work, the CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work or of any such standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall immediately report it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work affected thereby until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for failure to report any such conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably should have known. 3.3 Amending and Supplementing Contract Documents: 00700 11-2017 Page 7 General Conditions 3.3.1 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: .1 Change Order. .2 Change Directive. .3 Time Extension Request. 3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: .1 Field Order. .2 Review of a Shop Drawing or sample. .3 Written interpretation or clarification. 3.4 Reuse of Documents Prohibited: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the OWNER: (i) shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications or other documents (or copies of any thereof) prepared by or bearing the seal of E/A or E/A's consultants, 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 E/A. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands: The OWNER shall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of the CONTRACTOR. The OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which the CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER fails to furnish these lands, rights-of-way or easements in a timely manner, the CONTRACTOR may make a Claim for adjustments in the Contract Times. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions: 4.2.1 The CONTRACTOR hereby covenants that it has examined the site of the proposed Work and is familiar with all of the conditions surrounding construction of the Project, having conducted all inquiries, tests and investigations deemed necessary and proper. 4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or(2) unknown physical conditions of an unusual nature, that differ materially from those normally encountered in the type of work being performed under this Contract, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than seven (7) calendar days after first observance of the conditions. Owner's Representative will promptly investigate such conditions with E/A and, if they differ materially and cause an increase or decrease in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, will 00700 11-2017 Page 8 General Conditions recommend an equitable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the CONTRACTOR shall be notified in writing, stating the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16. 4.2.3 Notwithstanding any other provision of this Contract,the CONTRACTOR shall be solely responsible for the location and protection of any and all public lines and utility customer service lines in the Work area. For the purposes of this section, "public lines"means the utility distribution and supply system within public rights-of-way or easements, and "utility customer service lines" (service) means any utility line connecting a utility customer to the utility distribution system. Generally, existing service connections within right-of-way or easements are not shown on the Drawings. The CONTRACTOR shall notify the OWNER and"One Call"and exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work or storage areas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The CONTRACTOR shall indemnify or reimburse such expenses or costs (including fines that may be levied against the OWNER)that may result from unauthorized or accidental damage to all public lines and utility customer service lines in the Work area. The OWNER reserves the right to repair such damage the CONTRACTOR may cause, at the CONTRACTOR's expense. 4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without written permission of the OWNER and the Texas Department of Antiquities Protection. When such objects are uncovered unexpectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's Representative and the Texas Department of Antiquities Protection of their presence and shall not disturb them until written permission and permit to do so is granted. All primitive rights and antiquities uncovered on the OWNER's property shall remain property of the State of Texas, the Texas Department of Antiquities Protection conforming to the Texas Natural Resources Code. If it is determined by the OWNER, in consultation with the Texas Department of Antiquities Protection,that exploration or excavation of primitive records or antiquities on Project site is necessary to avoid loss, the CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, the Contract Amount and/or Contract Time may be equitably adjusted. 4.3 Reference Points: Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points which, in the OWNER's opinion, are suitable for laying out the Work. Such benchmarks and reference points will be placed at intervals not to exceed 1,500 feet. All reference points, benchmarks, survey monuments and control points shall be carefully preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's responsibility during or upon completion of the Work. 4.4 Hazardous Materials: 4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials encountered before or during performance of the Work and shall take all necessary precautions to avoid further disturbance of the materials. 4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 00700 11-2017 Page 9 General Conditions 4.4.3 No asbestos-containing materials shall be incorporated into the Work or brought on the Project site without prior approval of the OWNER. ARTICLE 5-BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents. The bonds shall be in a form acceptable to the OWNER and shall be issued by a surety which complies with the requirements of Art. 7.19-1, Texas Insurance Code (1997) and which is otherwise acceptable to the OWNER. OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.2 Workers' Compensation Insurance Coverage: 5.2.1 Definitions: .1 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 showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project, for the duration of the Project. .2 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 OWNER. .3 Persons providing services on the Project ("subcontractor" herein) - 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, by way of illustration and not of 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. 5.2.2 The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the CONTRACTOR providing services on the Project, for the duration of the Project. 5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. 5.2.4 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 OWNER showing that coverage has been extended. 5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: 00700 11-2017 Page 10 General Conditions .1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and .2 no later than seven (7)days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. 5.2.6 The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one (1) year thereafter. 5.2.7 The CONTRACTOR shall notify the OWNER 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. 5.2.8 The CONTRACTOR shall post at its office or 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. 5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a Project to: .1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, 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; .2 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; .3 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; .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) 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; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER 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 .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services 00700 11-2017 Page 11 General Conditions on the Project will be covered by workers'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. 5.2.11 The CONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the OWNER. 5.3 Contractor Insurance Requirements: For specific bond requirements and additional insurance requirements, refer to the Supplemental General Conditions. 5.3.1.1 General Requirements: .1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of the Contract, which shall include items owned by OWNER in the care, custody and control of CONTRACTOR prior to and during construction and warranty period. .2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER before the Contract is executed as verification of coverage required below. CONTRACTOR shall not commence Work until the required insurance is obtained and until such insurance has been reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of Insurance to OWNER whenever a previously identified policy period has expired as verification of continuing coverage. .3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B+VII or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A-or better. .4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E. Main St., Round Rock, Texas 78664. .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense, to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, 00700 11-2017 Page 12 General Conditions court decisions, the claims history of the industry or financial condition of the insurance company as well as CONTRACTOR. .9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. .10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate limits below occurrence limits for all applicable coverages indicted within the Contract. .12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. Provide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A; b) 30 day Notice of Cancellation endorsement TE 0202A; and c) Additional Insured endorsement TE 9901 B. Provide coverage in the following types and amounts: .1 A minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least$100,000 property damage liability each accident. 5.3.1.3 Workers' Compensation and Employers' Liability Insurance: Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Section 401). CONTRACTOR shall assure compliance with this Statute by submitting two (2) copies of a standard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for CONTRACTOR. Workers' Compensation Insurance coverage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR's policy shall apply to the State of Texas and include these endorsements in favor of OWNER: a) Waiver of Subrogation, form WC 420304; and b) 30 day Notice of Cancellation, form WC 420601. The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: .1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. 00700 11-2017 Page 13 General Conditions 5.3.1.4 Commercial General Liability Insurance. The Policy shall contain the following provisions: a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts relative to this Project. b) Completed Operations/Products Liability for the duration of the warranty period. c) Explosion, Collapse and Underground (X, C & U) coverage. d) Independent Contractors coverage. e) Aggregate limits of insurance per project, endorsement CG 2503. f) OWNER listed as an additional insured, endorsement CG 2010. g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205. h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404. Provide coverages A&B with minimum limits as follows: .1 A combined bodily injury and property damage limit of$500,000 per occurrence. 5.3.1.5 Builders' Risk Insurance. CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER. OWNER shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. 5.4 Bonds: 5.4.1 General. .1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .2 If the surety on any bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of the preceding paragraph, CONTRACTOR shall within ten (10)days thereafter substitute another bond and surety, both of which must be acceptable to OWNER. .3 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100%) of the Contract Amount as security for the faithful performance and/or payment of all CONTRACTOR's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Any surety duly authorized to do business in Texas may write Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. 5.4.2 Performance Bond. 00700 11-2017 Page 14 General Conditions .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can agree to the following terms and conditions for payment in lieu of providing a Performance Bond: no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER; CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the following terms and conditions: CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period. 5.4.3 Payment Bond. .1 If the Contract Amount exceeds $25,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. .2 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Payment Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the terms and conditions specified in paragraph 5.4.2.3. ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The CONTRACTOR shall supervise, inspect and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the 00700 11-2017 Page 15 General Conditions Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 00900, and maintain weekly payroll reports as evidence thereof. 6.2.2 Unless otherwise specified, the CONTRACTOR shall provide and pay for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities and incidentals necessary for the furnishing, performance, re-testing of defective work, start-up and completion of the Work. 6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the CONTRACTOR shall furnish satisfactory evidence (reports of required tests, manufacturer's certificates of compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. 6.2.4 Substitutes and "Approved Equal" Items: 6.2.4.1 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 words reading that no like, equivalent or"approved equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to Owner's Representative under the following circumstances: .1 "Approved Equal": If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the 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 the OWNER as an "approved equal" item, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for evaluation of proposed substitute items. The CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to make its determination. .2 Substitute Items: If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph 6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit sufficient information to allow the OWNER to determine that the item of material or item of equipment proposed is essentially equivalent to that named and a substitute therefor. 6.2.4.2 Substitute Construction Methods and Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, 00700 11-2017 Page 16 General Conditions sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representative to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. 6.2.4.3 OWNER's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole judge of acceptability. No "approved equal" or substitute shall be ordered, installed, or utilized until the OWNER's review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review procedure. The OWNER may require the CONTRACTOR to furnish at the CONTRACTOR's expense a special performance guarantee or other surety bond with respect to any"approved equal"or substitute. The OWNER shall not be responsible for any delay due to review time for any"approved equal"or substitute. 6.2.4.4 CONTRACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed "approved equal"or substitute item will be at the CONTRACTOR's expense. 6.2.5 The CONTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against its Suppliers for overcharges on materials incorporated in the Project growing out of illegal price fixing agreements. The CONTRACTOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits against Suppliers for illegal price fixing. 6.3 Progress Schedule: Unless otherwise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.6 as it may be adjusted from time to time as provided below: .1 The CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in the progress schedule that will not change the Contract Times or Milestones. Such adjustments will conform generally to the progress schedule then in effect. .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors, Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to, by Power of Attorney or otherwise, assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections,the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any Subcontractor, person or organization previously accepted by OWNER,the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of the OWNER to reject defective Work. 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract 00700 11-2017 Page 17 General Conditions Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten (10) Calendar Days after the CONTRACTOR's receipt of payment from the OWNER. 6.5 Patent Fees and Royalties: 6.5.1 The CONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights encompassing, in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the performance of the Work or the formulation or presentation of its Bid. 6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or process covered by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or their duly authorized representative whether or not a particular design, device, material, or process is specified by the OWNER. 6.5.3 The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall save the OWNER harmless from any loss or liability, direct or indirect, arising with respect to the CONTRACTOR's process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith. The OWNER reserves the right to provide its own defense to any suit or claim of infringement of any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the OWNER. 6.5.4 The OWNER shall have the right to stop the Work and/or terminate this Agreement at any time in the event the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR's work methodology includes the use of any infringing design, device, material or process. 6.6 Permits, Fees: Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for all construction permits, licenses and fees required for prosecution of the Work. OWNER will obtain and pay for the following permits, licenses and/or fees, if required: .1 Site Development Permit. 00700 11-2017 Page 18 General Conditions .2 Building Permit(s). .3 Texas Department of Transportation permit for work in State rights-of-way. .4 Railroad Utility License Agreement. 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and regulations. 6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State and local laws and regulations, including those concerning control and abatement of water pollution and prevention and control of air pollution. 6.7.3 If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or regulations, then the CONTRACTOR shall bear all claims, costs, losses and damages arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 6.8.2 The OWNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and is thereby exempt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas Tax Code, and Article 1066 (C), Local Sales and Use Tax Act, Revised Civil Statutes of Texas. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 00700 11-2017 Page 19 General Conditions 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one (1) record copy of all Drawings, Specifications,Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings,will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial Completion of the Work, these record documents, samples and Shop Drawings shall be promptly delivered to Owner's Representative. 6.11 Safety and Protection: 6.11.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Upon request, and prior to installation of measures,the CONTRACTOR shall submit a site security plan for approval by the OWNER. By reviewing the plan or making recommendations or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of liability for damage, injury or loss. The CONTRACTOR shall take all necessary precautions for the safety of and shall provide the necessary protection to prevent damage, injury or loss to: .1 all persons on the Work site or who may be affected by the Work; .2 all the Work and materials and equipment to be incorporated therein, whether in storage on or off the site; and .3 other property at the site or adjacent thereto, including but not limited to, trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. 6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and of underground facilities, and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or in part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone employed by any of them or anyone whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). The CONTRACTOR's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and Owner's Representative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.11.3 Safety Representative: The CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Upon request of the OWNER, the CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. 00700 11-2017 Page 20 General Conditions 6.11.4 Hazard Communication Programs: The CONTRACTOR shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the site in accordance with laws and regulations. 6.11.5 Emergencies: 6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or E/A, is obligated to act reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's Representative determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency,a Change Directive or Change Order will be issued to document the consequences of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's emergency action. 6.11.5.2 Authorized agents of the CONTRACTOR shall respond immediately to call-out at any time of any day or night when circumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the Work or adjacent property from damage, restriction or limitation or to take such action or measures pertaining to the Work as may be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent fail to respond and take action to alleviate such an emergency situation, the OWNER may direct other forces to take action as necessary to remedy the emergency condition, and the OWNER will deduct any cost of such remedial action from the funds due to the CONTRACTOR under this Contract. 6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the CONTRACTOR shall notify Owner's Representative within twenty-four (24) hours of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event. Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and Elks records, within forty-eight (48) hours of the event. 6.12 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the OWNER and the CONTRACTOR may agree in writing. 6.13 CONTRACTOR's General Warranty and Guarantee: 6.13.1 The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and workmanlike manner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: .1 abuse, modification or improper maintenance or operation by persons other than the CONTRACTOR, Subcontractors or Suppliers; or .2 normal wear and tear under normal usage. 6.13.2 The CONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: .1 observations by Owner's Representative and/or E/A; .2 recommendation of any progress or final payment by Owner's Representative; 00700 11-2017 Page 21 General Conditions .3 the issuance of a certificate of Substantial Completion or any payment by the OWNER to the CONTRACTOR under the Contract Documents; .4 use or occupancy of the Work or any part thereof by the OWNER; .5 any acceptance by the OWNER or any failure to do so; .6 any review of a Shop Drawing or sample submittal; .7 any inspection, test or approval by others; or .8 any correction of defective Work by the OWNER. 6.14 Indemnification: 6.14.1 The CONTRACTOR shall defend, indemnify and hold harmless the OWNER, E/A, E/A's consultants and subconsultants and their respective officers, directors, partners, employees, agents and other consultants and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs) arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: .1 is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and .2 is caused in whole or in part by any negligent act or omission of the CONTRACTOR,any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by laws and regulations regardless of the negligence of any such person or entity. 6.14.2 The indemnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on the amount or type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers'compensation acts, disability benefit acts or other employee benefit acts. 6.14.3 The obligations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the OWNER, E/A, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by negligent preparation of maps, drawings, surveys, designs or specifications upon which is placed the applicable state-authorized design professional seal of the OWNER's, E/A's or E/A's consultant's officers, directors, partners, employees or agents. 6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site, scheduling or course of construction, or engages in other conduct which proximately causes damage to property based on inverse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the OWNER against all costs resulting from such claims. 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 6.15 Survival of Obligations: 00700 11-2017 Page 22 General Conditions All representations, indemnifications, warranties and guarantees made in, required by or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents,will survive final payment, completion and acceptance of the Work and termination or completion of the Agreement. 6.16 Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be done or from action of the elements,floods or from unforeseeable circumstances in prosecution of the Work or from unusual obstructions or difficulties which may be encountered in prosecution of the Work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. 6.17 Notice of Claim: Should the CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the OWNER or of any of the OWNER's employees or agents or others for whose acts the OWNER is liable,a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. 6.18 Liquidated Damages: At set forth in the Agreement, paragraph 1.2,the CONTRACTOR or its Surety shall be liable for Liquidated Damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See Supplemental Conditions for amount of Liquidated Damages. ARTICLE 7 -OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage wrongfully caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule 00700 11-2017 Page 23 General Conditions deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. ARTICLE 8 -OWNER'S RESPONSIBILITIES 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods,techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 8.4 Information or services under the OWNER's control shall be furnished by the OWNER with reasonable promptness to avoid delay in the orderly progress of the Work. 8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference Points), Article 7 (Other Work) and Article 14 (Payments to the CONTRACTOR and Completion). 8.6 Notice of Claim: Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the CONTRACTOR is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. ARTICLE 9 -ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 9.1 E/A's Authority and Responsibilities: 9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub- subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or 00700 11-2017 Page 24 General Conditions object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection,tests and approvals and other documentation required to be delivered by Article 14, but only to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.1.5 The limitations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's Consultants, Resident Project Representative and assistants. 9.2 E/A as Owner's Representative: 9.2.1 E/A may be designated as Owner's Representative under paragraph 8.1. 9.3 Visits to Site: If the OWNER so directs, E/A will make visits to the site at intervals appropriate to the various stages of construction as is necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is proceeding in accordance with the Contract Documents. E/A will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for the OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations, E/A will keep the OWNER informed of the progress of the Work and will endeavor to guard the OWNER against defective Work. E/A's visits and on-site observations are subject to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1. 9.4 Project Representative: If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more continuous observation of the Work. The responsibilities and authority and limitations of any such Resident Project Representative and assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions. The OWNER may designate another representative or agent to represent the OWNER at the site who is not E/A, E/A's consultant, agent or employee. 9.5 Clarifications and Interpretations: E/A may determine that written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) are necessary. Such written clarifications or interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents,will be issued with reasonable promptness by Owner's Representative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12. 9.6 Rejecting Defective Work: E/A will recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00700 11-2017 Page 25 General Conditions ARTICLE 10-CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety, the OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by Change Order, Change Directive or Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field Order. 10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4. 10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive is required before the CONTRACTOR commences any activities associated with a change in the Work which, in the CONTRACTOR's opinion, will result in a change in the Contract Amount and/or Contract Times. 10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.2 Change Orders: 10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering: .1 a change in the Work; .2 the amount of the adjustment in the Contract Amount, if any; and .3 the extent of the adjustment in the Contract Time, if any. 10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence or event causing the change in the Work encompassed by the Change Order. 10.3 Change Directives: 10.3.1 The OWNER may by written Change Directive,without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 00700 11-2017 Page 26 General Conditions 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and/or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: The CONTRACTOR shall receive no compensation for delays or hindrances to the Work. If delay is caused by specific orders given by the OWNER to stop work or by performance of extra Work or by failure of the OWNER to provide information, access to the work, material or necessary instructions for carrying on the Work,then such delay will entitle the CONTRACTOR to an equivalent extension of time, the CONTRACTOR's application for which shall, however, be subject to approval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its performance bond from all the CONTRACTOR's obligations hereunder which shall remain in full force until discharge of the Contract. ARTICLE 11 -CHANGE OF CONTRACT AMOUNT 11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents. 11.2 The original Contract Amount may not be increased by more than twenty-five percent(25%) and it may not be decreased more than twenty-five percent (25%)without the consent of the CONTRACTOR to such decrease. 11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty(30)calendar days)after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Amount shall be determined as set out in Article 16. 11.4 Determination of Value of Work: 11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Amount will be determined by one or more of the following methods: .1 by application of unit prices contained in the Contract Documents to the quantities of the items involved. .2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. .3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit(determined as provided in paragraph 11.5). 00700 11-2017 Page 27 General Conditions 11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determine the adjustment in the Contract Amount. 11.5 Cost of Work: If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change in the Work is commenced which will result in an adjustment in the Contract Amount, then the change in the Work will be performed by Change Directive and payment will be made as follows: .1 For all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage rates established in Section 00900 for each hour that said personnel are actually engaged in such Work, to which will be added an amount equal to twenty-five percent (25%) of the sum thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the cost of premiums on public liability insurance, workers' compensation insurance, social security and unemployment insurance, an amount equal to fifty-five percent (55%) of the wages paid personnel, excluding the twenty-five(25%)compensation provided above,will be paid to the CONTRACTOR. The actual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from surety. No charge for superintendence will be made unless considered necessary and ordered by the OWNER. .2 The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In case material invoices indicate a discount may be taken, the actual cost will be the invoice price minus the discount. .3 For machinery, trucks, power tools, or other similar equipment agreed to be necessary by the OWNER and the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest edition of the Associated General Contractors of America "Contractor's Equipment Cost Guide" as published by Dataquest for each hour that said tools or equipment are in use on such work, which rate includes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the equipment for the CONTRACTOR's overhead and profit. .4 The compensation, as herein provided for, shall be received by the CONTRACTOR and any affected Subcontractor as payment in full for work done by Change Directive and will include use of small tools, and total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall compare records of work done by Change Directive at the end of each day. Copies of these records will be made upon forms provided for this purpose by the OWNER and signed by both Owner's Representative and the CONTRACTOR, with one (1) copy being retained by the OWNER and one (1) by the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2) working days of presentation does not invalidate the accuracy of the record. 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. The estimated quantities of items of unit price work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 00700 11-2017 Page 28 General Conditions 11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5%) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20%) more than or twenty percent (20%) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of "plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5%) or more. 11.6.6 Right to Verify Information: The CONTRACTOR agrees that any designated representative of the OWNER shall have the right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the pricing data used to price change proposals. Even after a Change Order Proposal has been approved, the CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of this Agreement regarding pricing of change orders, then an appropriate contract price reduction will be made. 11.6.7 Pricing Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors to provide a breakdown of allowable labor and labor burden cost information as outlined herein. This information will be used to evaluate the potential cost of labor and labor burden related to change order work. It is intended that this information represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost components. This information is not intended to establish fixed billing or change order pricing labor rates. However, at the time change orders are priced the submitted cost data for labor rates may be used to price change order work. The accuracy of any such agreed-upon labor cost components used to price change orders will be subject to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost components if the agreed-upon labor cost components are determined to be inaccurate. ARTICLE 12 -CHANGE OF CONTRACT TIMES 12.1 Working Day and Calendar Day Contracts: 12.1.1 The Contract Times (or Milestones) shall only be changed by Change Order or Time Extension Request duly executed by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the Contract Times(or Milestones)shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty (30) calendar days) after the start of the occurrence or event giving rise to the delay and stating the general nature of the delay. Notice of the extent of the delay with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Times (or Milestones) shall be determined as set out in Article 16. No Claim for an adjustment in the Contract Times (or Milestones)will be valid if not submitted in accordance with the requirements of this paragraph. 12.1.2 When the CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can be made by the CONTRACTOR, then no extension in time will be allowed. 00700 11-2017 Page 29 General Conditions 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay not caused by the CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse weather shall not be considered justification for extension of Contract Times on Calendar Day contracts except as provided for in paragraph 12.2. 12.1.4 The OWNER will consider time extension requests and may grant the CONTRACTOR an extension of time because of: .1 Changes ordered in the work which justify additional time. .2 Failure of materials or products being at the Project site due to delays in transportation or failures of Suppliers, which are not the result of the CONTRACTOR's, Subcontractor's or Supplier's negligence. The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, including but not limited to, the CONTRACTOR's efforts to overcome such delays documented as follows: a) Copy of purchase order for delayed item(s) indicating date ordered by the CONTRACTOR/Subcontractor and date purchase order received by Supplier. b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract Documents, provide record of date submittal(s) forwarded to Owner's Representative, date submittal(s) returned to the CONTRACTOR, and date submittal(s)forwarded to Supplier. c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be ready for shipment and/or actual shipment date(s). d) Copies of all correspondence between the CONTRACTOR/Subcontractor and Supplier indicating the CONTRACTOR/Subcontractor's efforts to expedite item(s). e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence, and the like which reflect the CONTRACTOR's efforts with the Subcontractor to expedite delivery of the item(s). .3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay progress of work through no fault of the CONTRACTOR. .4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other unavoidable cause or causes beyond the CONTRACTOR's control. 12.2 Calendar Day Contracts: Under a Calendar Day Contract, the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Williamson and Travis Counties,Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January 7 days February 7 days March 7 days April 7 days May 8 days June 6 days July 6 days August 5 days September 7 days October 7 days 00700 11-2017 Page 30 General Conditions November 7 days December 7 days Days per month exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a"Rain Day" is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule. ARTICLE 13 -TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 13.1 Notice of Defects: Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13. 13.2 Access to Work: The OWNER, E/A, E/A's Consultants, other representatives and personnel of the OWNER, independent testing laboratories and governmental agencies having jurisdiction will have unrestricted physical access to the Work site for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such access, and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections: 13.3.1 The CONTRACTOR shall give timely notice of readiness of the Work for all required inspections, tests or approvals, and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. 13.3.2 The OWNER shall employ and pay for services of an independent testing laboratory to perform all inspections, tests or approvals required by the Contract Documents except: .1 for inspections, tests or approvals covered by paragraph 13.3.3 below; .2 for reinspecting or retesting defective Work; and .3 as otherwise specifically provided in the Contract Documents. All testing laboratories shall be those selected by the OWNER. 13.3.3 If laws or regulations of any public body having jurisdiction require any Work(or part thereof)specifically to be inspected, tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and furnish Owner's Representative the required certificates of inspection or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the OWNER's and E/A's review of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for review prior to the CONTRACTOR's purchase thereof for incorporation in the Work. 13.4 Uncovering Work: 13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered at the CONTRACTOR's expense. 00700 11-2017 Page 31 General Conditions 13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective,the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection and testing and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor as provided in Article 11. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12. 13.5 OWNER May Stop the Work: 13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the OWNER to stop the Work shall not give rise to any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.5.2 If the CONTRACTOR persistently fails to correct defective Work or submit a satisfactory plan to take corrective action, with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until cause for such order has been eliminated, or take any other action permitted by this Contract. A notice to stop the Work, based on defects, shall not stop calendar or working days charged to the Project. 13.6 Correction or Removal of Defective Work: If required by the OWNER,the CONTRACTOR shall promptly,as directed,either correct all defective Work,whether or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it from the site and replace it with Work that is not defective.The CONTRACTOR shall correct or remove and replace defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal(including but not limited to all costs of repair or replacement of work of others). 13.7 Warranty period: 13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall promptly, without cost to the OWNER and in accordance with the OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the CONTRACTOR. 00700 11-2017 Page 32 General Conditions 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents. 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this seven(7)calendar day period to correct the deficiency,the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph,the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees,the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones), or claims of damage because of any delay in the performance of the Work attributable to the exercise by the OWNER of the OWNER's rights and remedies hereunder. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Application for Progress Payment: 14.1.1 Not more than once per month, the CONTRACTOR shall submit to Owner's Representative for review an Application for Payment, in a form acceptable to the OWNER, filled out and signed by the CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 14.1.2 Such applications shall not include requests for payment on account of changes in the Work which have been properly authorized by Change Directives but not yet included in Change Orders. 14.1.3 Such applications shall not include requests for payment of amounts the CONTRACTOR does not intend to pay to a Subcontractor or Supplier because of a dispute or other reason. 14.1.4 Owner will not pay for materials or equipment not incorporated in the work but delivered and suitably stored at the site or at another location. Payment will be made by Owner only for work completed in accordance with the plans and contract documents. 14.1.5 Where the original Contract Amount is less than $400,000, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less ten percent(10%)of the amount thereof, which ten percent (10%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. Where the original Contract Amount is$400,000 or more,the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent (5%) of the amount thereof, which five percent(5%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained amount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the 00700 11-2017 Page 33 General Conditions obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2. 14.1.6 Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will, within seven (7) calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case,the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on-site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules, that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and .2 the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for unit price Work, and to any other qualifications stated in the recommendation). 14.3.3 By recommending any such payment, Owner's Representative will not thereby be deemed to have represented that: .1 exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or A that there may not be other matters or issues between the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: 00700 11-2017 Page 34 General Conditions .1 defective Work not remedied; .2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Amount; .3 damage to the OWNER or another contractor; .4 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; .5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract Documents; .6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract Documents; .7 failure of the CONTRACTOR to submit or update construction schedules in accordance with the Contract Documents; .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents; .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; .11 the CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up; or .12 failure of the CONTRACTOR to comply with any provision of the Contract Documents. 14.4.2 When the above reasons for withholding payment are removed, the CONTRACTOR shall resubmit a statement for the value of Work performed. Payment will be made within thirty (30) calendar days of receipt of approved Application for Payment. 14.5 Delayed Payments: Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment within thirty(30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one percent (1%) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 14.6 Arrears: No money shall be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm or corporation who is in arrears to the OWNER; and the OWNER shall be entitled to counterclaim and offset against any such debt, claim, demand or account so in arrears and no assignment or transfer of such debt, claim, demand or account, shall affect the right of the OWNER to so offset said amounts, and associated penalties and interest if applicable, against the same. 14.7 Substantial Completion: 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is 00700 11-2017 Page 35 General Conditions substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three (3) complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents (as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with the Work; .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period; .5 Non-Use of Asbestos Affidavit(After Construction); and 00700 11-2017 Page 36 General Conditions .6 Any other documentation called for in the Contract Documents. 14.11 Final Payment and Acceptance: 14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, Owner's Representative will recommend the final Application for Payment and thereby notify the OWNER,who will pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract. 14.11.2 As Contract Time is measured to Final Completion, Owner's Representative will issue a letter of final acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period. 14.11.3 Final payment is considered to have taken place when the CONTRACTOR or any of its representatives negotiates the OWNER's final payment check, whether labeled final or not, for cash or deposits check in any financial institution for its monetary return. 14.12 Waiver of Claims: The making and acceptance of final payment will constitute: .1 a waiver of claims by the OWNER against the CONTRACTOR, except claims arising from unsettled claims, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and .2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION 15.1 OWNER May Suspend Work Without Cause and for Convenience: At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for a period of not more than ninety(90)calendar days by written agreement or by Written Notice to the CONTRACTOR which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract Times,or both,directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor as provided in Article 11 and Article 12. 15.2 OWNER May Terminate Without Cause: Upon seven (7) calendar days' Written Notice to the CONTRACTOR, the OWNER may, without cause and without prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items): .1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost; and .3 for anticipated profits on entire Contract not previously paid. 00700 11-2017 Page 37 General Conditions 15.3 OWNER May Terminate With Cause: 15.3.1 Upon the occurrence of any one or more of the following events: .1 if the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents; .2 if the CONTRACTOR disregards laws or regulations of any public body having jurisdiction; .3 if the CONTRACTOR disregards the authority of Owner's Representative; .4 if the CONTRACTOR makes fraudulent statements; .5 if the CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the Contract Time; .6 if the CONTRACTOR fails to make adequate progress and endangers successful completion of the Contract; or .7 if the CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; The OWNER may, after giving the CONTRACTOR (and the surety, if any) seven (7) calendar days'Written Notice terminate the services of the CONTRACTOR. The OWNER, at its option, may proceed with negotiation with surety for completion of the Work. Alternatively,the OWNER may under these circumstances exclude the CONTRACTOR from the site and take possession of the Work (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising out of or resulting from completing the Work, such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the OWNER. 15.3.2 Where the CONTRACTOR's services have been so terminated by the OWNER, the termination will not affect any rights or remedies of the OWNER against the CONTRACTOR and surety then existing or which may thereafter accrue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release the CONTRACTOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may reject any and all bids submitted by the CONTRACTOR for up to three (3)years. 00700 11-2017 Page 38 General Conditions 15.4 CONTRACTOR May Stop Work or Terminate: If through no act or fault of the CONTRACTOR,the Work is suspended for a period of more than ninety(90)calendar days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's Representative fails to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or(except during disputes)the OWNER fails for sixty(60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the CONTRACTOR may, upon seven (7)calendar days'Written Notice to the OWNER, and provided the OWNER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if(except during disputes) Owner's Representative has failed to forward for processing any mutually acceptable Application for Payment within thirty(30) calendar days after it is submitted, or (except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16 -DISPUTE RESOLUTION 16.1 Filing of Claims: 16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3, or 15.4, or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled. 16.1.2 Within thirty(30)calendar days of receipt of notice of the amount of the Claim with supporting data, Owner's Representative and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or notification of no settlement offer will be made to claimant. If claimant is not satisfied with the proposal presented, claimant shall have thirty (30) calendar days in which to: .1 submit additional supporting data requested by the other party; .2 modify the initial Claim; or .3 request Alternative Dispute Resolution. 16.2 Alternative Dispute Resolution: 16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing any other available remedies. The OWNER reserves the right to include E/A as a party. 16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting to be held between representatives of each party within fourteen (14) calendar days of the request or such later period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this and subsequent meetings will be good faith negotiations of the matters constituting the dispute. Negotiations shall be concluded within thirty (30)calendar days of the first meeting, unless mutually agreed otherwise. This step may 00700 11-2017 Page 39 General Conditions be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. 16.2.3 Mediation: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30) calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and/or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1) conducting an on-site investigation, if appropriate, by the mediator for fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty(30)calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17—RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved, whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records"as referred to herein shall include any and all information, materials and data of every kind and character, including without limitation records, books, papers, documents, contracts, schedules, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may, in the OWNER's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document. Such records shall include (hard copy, as well as computer-readable data if it can be made available), written policies and procedures, time sheets, payroll registers, cancelled checks, personnel file data, correspondence, general ledger entries, and any other record in the CONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in connection with the CONTRACTOR's dealings with the OWNER (all of the foregoing are hereinafter referred to as "records"). In addition,the CONTRACTOR shall permit interviews of employees as well as agents, representatives, vendors, subcontractors and other third parties paid by the CONTRACTOR to the extent necessary to adequately permit evaluation and verification of the following: a) The CONTRACTOR's compliance with contract requirements; b) The CONTRACTOR's compliance with the OWNER'S business ethics policies; and c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract termination. 17.1.2 The CONTRACTOR shall require all payees(examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a 00700 11-2017 Page 40 General Conditions written agreement between the CONTRACTOR and payee. Such requirements include a flow-down right of audit provision in contracts with payees that also apply to subcontractors and sub-subcontractors, material suppliers, etc. The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractors to cooperate fully in furnishing or in making available to the OWNER from time to time whenever requested, in an expeditious manner, any and all such information, materials, and data. 17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with this Article 17. 17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature by the CONTRACTOR to the OWNER in excess of one-half of one percent(.5%) of the total contract billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments,which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records, shall be made within a reasonable amount of time (not to exceed 90 days)from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example,the CONTRACTOR's employees, agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.6 It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18—MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by laws or regulations, by special warranty or guarantees or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 18.4 Severability: 00700 11-2017 Page 41 General Conditions If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable,that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of this Contract; this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer/employee relationship,a partnership,or a joint venture. The CONTRACTOR's services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant, or elected official of the OWNER who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 00700 11-2017 Page 42 General Conditions 00800 SUPPLEMENTAL GENERAL CONDITIONS City of Round Rock Contract Forms Supplemental General Conditions Section 00800 SUPPLEMENTAL GENERAL CONDITIONS TO AGREEMENT FOR CONSTRUCTION SERVICES The Supplemental General Conditions contained herein shall amend or supplement the General Conditions, Section 00700. ARTICLE 1 - DEFINITIONS 1.16 Engineer/Architect(E/A): Add the following: Name (Representative): Matthew Bushak, PE Firm: City of Round Rock, Texas Address: 3400 Sunrise Road City, State, Zip: Round Rock, TX 78665 Telephone: 512-341-3318 Facsimile: 512-218-5536 Email: mbushak@roundrocktexas.gov 1.27 Owner's Representative: Add the following: Name: Jose (JC) Montelongo II, EIT Title: Project Manager Address: 3400 Sunrise Road City, State, Zip: Round Rock, TX 78665 Telephone: 512-218-7026 Facsimile: 512-218-5536 Email: jmontelongo@roundrocktexas.gov ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF five-hundred AND NO/100 DOLLARS $500.00 PER DAY FOR EACH DAY BEYOND THE DATE ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE CONTRACT. END OF SUPPLEMENTAL GENERAL CONDITIONS Page 1 00800 10-2015 Supplemental General Conditions 00090669 00900 SPECIAL CONDITIONS SECTION 01-INFORMATION 01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five(5)counterpart(original signed) sets. The City will furnish to the Contractor two (2) sets of conforming Contract Documents and Specifications unless otherwise specified. 01-02 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the City. 01-03 LOCATION The location of work shall be as set forth in the Notice to Bidders and as indicated on the Plans. 01-04 USAGE OF WATER All water used during construction shall be provided by the City and shall be metered. The City shall specify the location from which the Contractor is to procure water.The Contractor shall be responsible for obtaining a bulk water permit from the City and providing all apparatus necessary for procuring, storing, transporting and using water during construction.The Contractor shall strive to use no more water than reasonable to perform the work associated with this Contract and shall avoid waste. The Contractor will be required to pay for all water used if it is found that waste is occurring during construction. SECTION 02-SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES Prior to commencing the Work associated with this Contract, it shall be the Contractor's responsibility to make arrangements with the Owners of utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense,however,where such is not the case,the Contractor will cause such work to be done at his own expense. 02-02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the Work associated with this Contract. Provision of said utility services shall be subsidiary to the various bid items and no additional payment will be made for this item. 00900-1-2016 Page 1 Special Conditions 02-03 WAGE RATES Wage Rates(Information From Chapter 2258, Texas Government Code Title 10) 2288.021.Duty of Government Entity to Pay Prevailing Wage Rates a. The State or any political subdivision of the State shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection(a) does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if a Contractor or Subcontractor in the execution of a contract for the public work with the State, a political subdivision of the State or any officer or public body of the State or a political subdivision of the State, employs the worker. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body, or a Subcontractor of the Contractor, shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A Contractor or Subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $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.A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 00900-1-2016 Page 2 Special Conditions 2258.051.Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the Contractor under the contract, except that the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the Contractor has violated this chapter. Applicable wage rates to be used in Williamson and/or Travis County may be obtained from the U.S. Department of Labor website at the following web addresses: Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incidental to Highway) http://www.wdol.gov/wdol/scafiles/davisbacon/TX33.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TXl 6.dvb?v=0 Construction Type: Building http://www.wdol.gov/wdol/scafiles/davisbacon/TX76.dvb?v=1 02-04 LIMIT OF FINANCIAL RESOURCES The City has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the City may be required to change and/or delete any items which it may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract,the City reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02-05 CONSTRUCTION REVIEW The City shall provide a project representative to review the quality of materials and workmanship. 02-06 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the City, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal 00900-1-2016 Page 3 Special Conditions shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02-07 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done,right- of-way for access to same and such other lands that are designated for the use of the Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02-08 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer,who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing utilities and appurtenances as determined by the Engineer, the Engineer and Contractor will make relocation arrangements with the utility owner. The Owner will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. 02-09 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans and such staking shall be satisfactory to the Engineer.The Contractor shall consult with the Engineer and Owners representative in the field for assistance as necessary. Sufficient staking materials and equipment shall be provided by the Contractor including but not limited to:paint, flagging, laths,hubs, blue tops, nails, hammers, measuring chains or tapes, transits and levels. The Contractor shall be responsible for setting and marking control and off-set points for measuring distances and angles, for shooting levels, and for any other items pertaining to construction staking. This item shall not be paid for separately and shall be considered subsidiary to other bid items. 00900-1-2016 Page 4 Special Conditions SECTION 03-ACCESS AND TRAFFIC CONTROL Access shall be provided for the public and emergency vehicles at all possible times. When it becomes necessary to restrict access, the Contractor shall notify the Owner and coordinate with the Owner, all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.), residents, and affected parties. If emergency access is required during the work and such access is being hindered by the work, the Contractor will suspend the work if necessary, and otherwise endeavor to assist emergency personnel in accessing a location restricted by the work. Unless otherwise approved by the Engineer, at the end of each day all lanes of traffic shall be opened to the public. The Contractor shall ensure compliance at all times with the accepted Traffic Control Plan for the project and shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. These items shall be included in the bid item Traffic Control. 00900-1-2016 Page 5 Special Conditions 01000 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The Work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS STREET,WATER, SEWER AND DRAINAGE IMPROVEMENTS The Round Rock Standard Specification Criteria Manual is hereby referred to and included in this contract as fully and to the same extent as if copied at length herein, and shall be applied to this project unless modified elsewhere as discussed below.The aforementioned Criteria Manual is the"Standard Specifications"section of the City of Round Rock Design and Construction Standards. The Standard Specifications may be accessed from the City of Round Rock website (www.roundrocktexas.gov) at the following web address: www.roundrocktexas.gov/dacs. Any adjustments,alterations,or additional information regarding Governing Technical Specifications are contained in the Plans (Drawings), Details and Notes described in Section 02000 of the Project Manual or are included in Attachment A at the end of this Technical Specifications Section. ITEM 2 CONTROL OF WORK 2.01 CLEAN-UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean-up the site promptly when notified to do so by the Engineer. The Contractor shall,at his own expense,maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets,due to the Contractor's operations, shall be immediately removed. Page 1 01000-7-2015 Technical Specifications 00193116 2.01.2 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean-up and completion of back works from becoming excessive. Should such a condition exist, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADING The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the City's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and City must be notified a minimum of 24-hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or City's representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks that,in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES, MARKS,ETC. All engineering and surveyor's stakes, marks, property comers, etc., shall be carefully preserved by the Contractor,and in case of destruction or removal during the course of this project, such stakes, marks, property comers, etc., shall be replaced by the Contractor at the Contractor's sole expense. Page 2 01000-7-2015 Technical Specifications 00193116 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES,PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right-of-way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property comer monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense,make arrangement for the disposal of surplus material, such as rock,trees,brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall,at his own expense,provide additional space as necessary for his operations and storage of materials. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee,manufacturer,or dealer,such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer.Where materials or equipment are specified by a trade or brand name, it is not the intention of the City to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to Page 3 01000-7-2015 Technical Specifications 00193116 establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper" or"equal to" are used,they shall be understood to mean that the item referred to shall be "proper", the "equivalent" of, or "equal to" some other item, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer,and the Engineer will have the right to require the use of such specifically designated material, article or process. Page 4 01000-7-2015 Technical Specifications 00193116 02000 PLANS, DETAILS, AND NOTES 2019 Street Maintenance Program (SMP) Arterials - University Blvd, Old Settlers Blvd, Sunrise Road, Red Bud Lane Section 02000 - Plans, Details and Notes Index 1. General Notes {4 pages (notes 1 through 19)} 2. Project Specific Notes {12 pages (notes 1 through 14); SP340 Dense-Graded Hot-Mix Asphalt (QC/QA)} 3. Maps {16 pages) 4. Quantity List {4 pages) 5. Erosion Control Details {6 Pages) a. EC-10: Silt Fence b. EC-11: Triangular Sediment Filter Dike c. EC-12: Rock Berm d. EC-14: Curb Inlet Protection e. EC-16: Area Inlet Protection f. EC-17: Erosion Control Log 6. Street Standard Details {14 Pages) a. ST-01: Sidewalk b. S-03: Concrete Driveway(Commercial or Multi-Family) c. S-04: Laydown and Ribbon Curb d. S-05: Spill and Catch Curb e. WW-01: Precast Concrete Wastewater Manhole(for adjustment) f. PED-18: Pedestrian Facilities (4 sheets) g. PM (1)-12 thru PM (3)-12: Pavement Markings (3 sheets) h. RCD (1)-16 and RCD (2)-16: Railroad Crossing Details (2 sheets) 7. Traffic Control Standards {28 pages) a. BC (1)-14 thru BC (12)-14(12 sheets) b. 2011 Texas MUTCD tables 6H-2 through 6H-4, and Typical Applications 13, 15 and 28 with accompanying notes (8 sheets) c. TCP (2-1)-12 thru(2-4)-12 (4 sheets) d. WZ(TD)-13, WZ(STPM)-13, WZ(UL)-13, and WZ(RCD)-13 (4 sheets) Issued for construction with the following: The General and Specific Projects Notes, listed above and included herein have been prepared by me and are applicable to this project. The Details and Traffic Control Standards listed above and included herein have been selected by me and are applicable to this project. iS O F 1'.4-1 _ZZ"Z0 47'1.0... - % MATTHEW BUSHAK 0 atthew Bushak, P.E. Date ,p 91480 •It G •t/ ,..G • k 143K1X ICI..• GENERAL NOTES No Text GENERAL NOTES 1. All construction shall be in accordance with the City of Round Rock Standard Specification Criteria Manual (the "governing technical specifications") with modifications included within this Section 02000 "Plans, Details and Notes". References to the governing technical specifications are shown as "(Item No. XXX)". The governing technical specifications may be accessed at the web address: https://www.roundrocktexas.gov/departments/transportation/dacs/ 2. If blasting is planned by the Contractor, blasting licensing and permitting must be secured from the City of Round Rock prior to commencement of blasting. Blasting will not be permitted within 15 feet of any existing utility lines or structures without prior written consent of the Engineer. 3. Any existing utilities, pavement, curbs, sidewalks, structures, trees, etc., not intended to be removed or repaired under the contract and damaged by the Contractor, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at the Contractor's sole expense. 4. The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any conflict between existing utilities and the work proposed in the contract shall be brought to the attention of the Engineer. No separate measurement or payment shall be made for existing utilities verification and this work shall be subsidiary to the various bid items in the contract. 5. Manhole frames, covers, valves, cleanouts, etc. shall be raised to finished grade prior to final paving construction. 6. All unpaved areas disturbed or damaged during prosecution of the Work shall be restored and re-vegetated as soon as practicable upon completion of activities causing the disturbance or damage. Restoration and re-vegetation of all disturbed or damaged areas shall consist of dressing the areas with proper topsoil (Item No. 601) as necessary and installing solid block sod (Item No. 602) to appropriate lines and grades that preclude ponding of water and uneven terrain. The species of sod shall match the generally prevailing species in the vicinity of the area being restored; however the Contractor shall consult with the abutting lot(s) owner(s) and the Engineer to determine the species of sod to be installed before ordering or placement. Finished restored and re-vegetated areas shall be subject to the approval of the Engineer prior to final acceptance. Unless the Engineer determines that through no fault of the contractor the limits of restoration and re-vegetation must exceed three feet (3') in width abutting curb and gutter repair/construction areas or two feet (2') in width abutting sidewalk repair/construction areas, no separate measurement or payment shall be made for restoration and re-vegetation and this work shall be subsidiary to the various bid items in the contract. 7. Prior to any construction, the Contractor shall convene a preconstruction conference between the City of Round Rock, himself, the Engineer, other utility companies, any affected parties and any other entity the City or Engineer may require. 8. The Contractor shall keep accurate records of all construction that deviates from the plans. The Contractor shall furnish the City of Round Rock accurate "As-Built" drawings and/or data following completion of all construction. These "As-Built" drawings and/or data shall meet with the satisfaction of the Engineer prior to final acceptance. No separate measurement or payment shall be made for this item and this item shall be subsidiary to the various bid items in the contract. 9. Trash and debris generated by the Contractor shall be removed from private property, rights-of-way, and easements by the Contractor. Clean up shall be to the satisfaction of the Engineer prior to final acceptance. When construction is being carried out within easements, the Contractor shall confine his work to within the permanent and any temporary easements. 10. After each of the following operations: performance of pavement milling; pavement or other repairs; and, asphalt overlays, the Contractor shall sweep all surfaces with a vacuum broom to remove fines and other residual waste material generated by the construction.As approved by the Engineer and where inaccessible for a vacuum broom, the Contractor shall use other appropriate means to adequately remove fines and residual waste. The Contractor shall also clean construction areas when directed by the Engineer. All property, whether public or private shall be cleaned to the satisfaction of the Engineer. No separate measurement or payment shall be made for this work and this work shall be subsidiary to the various bid items in the contract. 11. The general limits and streets that are the subject of the Work of this contract are shown on the project map(s) (the "maps") at the end of this section. 12. Approximate data utilized to develop most of the repair quantities shown in the Bid Form are indicated on the pages of Repair Lists at the end of this section. However, the Contractor is alerted to the fact that the Repair List is only intended to provide general scope and scale, and the actual quantities to be furnished under the contract or areas to be repaired shall be as determined by existing conditions and/or determined and/or laid out by the Engineer. Some of the quantities in the Bid Form may be in excess of the Repair List quantities in anticipation of variances that can typically occur in a street maintenance project. Actual quantities may differ from the quantities shown in the Repair List or Bid Form, may be increased or decreased, or, additional areas may be identified for repair as determined by the Engineer. Actual quantities provided by the Contractor shall be paid for at the unit price shown in the Bid Form for each item unless other provisions in the contractapply. 13. The Contractor is alerted to the fact that portions of the Work will be in and around school areas, critical street and driveway intersections, state highways and heavily traveled roads. Coordination with the Owner will be required, and coordination with a school district, state department of transportation, or other agencies may be required to prevent traffic problems and unsafe conditions for the public. Working times within the aforementioned areas may need to be adjusted by the Owner to correspond to the needs of the City, school district, and State so as not to disrupt traffic associated with rush hours. This item will not be measured or paid for separately and shall be subsidiary to the various bid items in the contract. 14. Prior to performing pavement repairs or other work that could damage or affect traffic loops, the Contractor shall coordinate the work with the Owner in order that the Owner may schedule Owner's personnel to repair/replace traffic loops prior to or promptly after the Contractor performs the work as determined by the Owner. This item will not be measured or paid for separately and shall be subsidiary to the various bid items in the contract. At his sole expense, the Contractor shall be responsible for repairing or replacing a traffic loop that is damaged due to work performed if the work has not been coordinated with the Owner. 15. All excavation associated with the various bid items is unclassified and without regard to material encountered. No extra compensation shall be provided for encountering material that adversely impacts excavation. 16. Unless otherwise approved by the Engineer, all open excavations in excess of two inches (2") in depth shall be filled at the end of each day. In all cases, it is the Contractor's responsibility to provide proper warning devices, barricades, etc. for the protection of pedestrians and traffic in the area of excavations, regardless of depth, until the excavation is completely filled. Subject to the approval of the Engineer, where an excavation to be left open overnight creates a drop-off in excess of two inches (2") abutting the roadway or within three feet(3') of the roadway, CW- 8-9a "Shoulder Drop Off' or CW 8-11 "Uneven Lane" signs, as appropriate, and vertical panel delineators shall be provided for the excavated area; where an excavation to be left open overnight creates a drop-off in excess of one-inch (1") but less than two inches (2") abutting the roadway or within three feet (3') of the roadway, CW-8-9a "Shoulder Drop Off' or CW 8-11 "Uneven Lane" signs, as appropriate, shall be provided for the excavated area. No extra compensation shall be provided for this item and it shall be subsidiary to the bid item in the contract for "Traffic Control". 17. When a sidewalk must be blocked due to replacement or other work, the Contractor shall provide sufficient advanced warning signs and detour signs to direct pedestrians around the blockage. The signs and detour shall be subject to the approval of the Engineer prior to blocking of a sidewalk. Where possible, alternatively the Contractor may provide a temporary sidewalk around a sidewalk blockage subject to the approval of the Engineer prior to blocking the sidewalk. No extra compensation shall be provided for this item and it shall be subsidiary to the various bid items in the contract. 18. Where a bid item is measured by the ton of HMAC placed, the Contractor shall provide documentation (i.e. daily run tickets) to the Owner to verify tonnage of HMAC placed in conjunction with any application for payment for such bid item. No extra compensation shall be made for providing this documentation and it shall be subsidiary to the various bid items in the contract. 19. The Contractor is alerted to the fact that the City of Round Rock operates a Texas Pollution Discharge Elimination System (TPDES) (Phase II) Municipal Separate Storm Sewer System (MS4) as permitted by the State of Texas. Under the MS4 permit, the City is responsible for controlling discharge of pollutants to its storm water conveyances. The Contractor shall perform the Work under the contract is such a manner that will minimize the potential for pollutants to be discharged to storm drains, inlets, channels or other MS4 conveyances. For the Work included in this contract, minimizing the potential discharge of pollutants to MS4 conveyances will most likely be achieved by installation of inlet protection and by regular clean- up of surfaces as opposed to extensive placement/construction of physical control measures. The Contractor shall be responsible for determining and implementing measures necessary to protect the MS4, for adhering to applicable State and City regulations regarding the MS4, and for corrective measures related to violations of regulations regarding the MS4. All surfaces where portions of the Work are being performed shall be cleaned of loose material and debris at the end of each day, or in advance of an imminent rainfall event. Tack or prime coats shall not be applied when a rainfall event is imminent and shall be covered as soon as practicable. The Contractor shall install Erosion Control Log Inlet Protection at curb or other inlets that are in the vicinity of or could receive runoff from a portion of the work being performed. The Contractor shall be prepared to provide other necessary measures to protect the MS4 from pollutants during performance of the Work. Any long term (more than a day) spoils or materials storage areas and, Contractor staging sites, shall be protected with physical erosion/sedimentation, filter, or other appropriate controls. Hazardous materials shall be kept in proper containment. All measures implemented shall be subject to the approval of the Engineer and the Contractor shall provide additional measures immediately upon direction by the Engineer. The Contractor shall immediately report to the City any spills of hazardous materials or pollutants and shall forthwith provide remediation of any such spill to protect the MS4, even if suspension of the Work is required. No separate payment shall be made for this item and this item shall be subsidiary to the various bid items in the contract. SPECIFIC PROJECT NOTES No Text SPECIFIC PROJECT NOTES 1. The bid Item "Type D HMAC Surface Course" shall consist of placing a Type D HMAC (Item No. 340) final surface course upon a roadway after any applicable pavement or other repairs have been completed, applicable milling and crack sealing has been performed, and utility castings have been adjusted. Unless otherwise determined or directed by the Engineer, the nominal thickness of the overlay will be as shown in the plans. The Contractor is alerted to the fact that the actual thickness of HMAC placed may vary due to milling performed or surface deviations within existing roadways. It is the intent of this item to provide an overlay that is placed by a spreading and finishing machine in a single lift that, when complete, provides for a smooth vehicular ride. The Contractor shall utilize skis or other method acceptable to the Engineer with the spreading and finishing machine to ensure the o overlay will remit die miner surface deviations and provide a smooth and uniform surface. All obvious irregularities, low spots, high spots, or areas that exhibit a rough vehicular ride in the overlay shall be corrected as approved by the Engineer at the Contractor's sole expense. This item will be measured by the ton of HMAC placed and will be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: necessary sweeping of the roadway prior to overlay placement; removal of traffic buttons, vegetation, or other items (if present); placement of tack or prime coats; overlay placement; clean-up; and all other labor, materials, equipment, and incidentals necessary to provide a finished and proper HMAC overlay. 2 The bid item "Pavement Repair" shall consist of saw cutting the existing pavement, excavating (Item No. 111)the existing pavement and subsurface material to a depth of twelve inches (12"), compacting the remaining base or subgrade (Item No. 201), installing multiple lifts of Type A or Type B HMAC (Item No. 340) base course. Prior to placement of the base course, the Contractor shall proof roll (Item No. 236S)the excavated area and the Contractor and the Engineer shall examine the excavated area for suitability/soundness. As determined by the Contractor and/or as directed by the Engineer, any soft/unstable areas shall be further excavated until development of a firm, stable subgrade and replaced by increasing the thickness of the base course. The finished surface of the repaired area and the repaired area/existing surface interface shall exhibit a smooth vehicular ride. This item shall be measured by the ton of HMAC placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of depth or material encountered); removal and disposal of excavated materials; proof rolling; subgrade compaction; tack and/or prime coats; placement of HMAC; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If the Contractor chooses to use RAP/RAS in the Type A or B HMAC (base courses) associated with the items discussed in Specific Project Note 2 above, or when reference to said notes is made herein, the governing technical specifications for the Type A or B HMAC shall be amended by the specifications attached immediately behind these "SPECIFIC PROJECT NOTES" titled "SP340 Dense-Graded Hot-Mix Asphalt (QC/QA)" pages 1 through 6. The Contractor shall be responsible for ensuring that HMAC provided and placed is not a comingled mixture of HMAC material of two or more Job Mix Formulae (JMF). Furthermore, unless approved by the City,the Contractor shall not alternate between two or more JMF during base course pavement placement on a roadway repair, and the Contractor shall place base course HMAC consisting of only one Job Mix Formula (JMF) for the limits of a roadway. The Contractor shall provide the City with documents that describe both the limits and the JMF corresponding to the HMAC placed in conjunction with the performance of the items on each of the various roadways that are the subject of the Work contained in the Contract at no additional cost to the City. All other requirements and provisions listed in Specific Project Note 2 above shall apply if the Contractor chooses to use RAP/RAS in the Type A or B HMAC he provides. 3. The bid item "Edge Milling (15' wide)" shall be in accordance with the governing technical specifications (Item No. 315). Edge milling shall be performed on areas shown in the plans. The edge milling will be approximately 2" depth at the lip of gutter transitioning to the existing surface in fifteen feet (15'). The Contractor shall consult with the Engineer prior to milling to verify the correct mill depths and to otherwise coordinate the milling in an effort to achieve a subsequent overlay that will be as best as practicable. Any residual loose milling material left on surfaces after milling shall be cleaned up by the Contractor as soon as practicable following milling. Edge milling shall be measured by the square yard of surface milled (regardless of depth) and shall be paid for at the unit price shown in the Bid Form for the item. 4. The bid item "Surface Milling" shall be in accordance with the governing technical specifications (Item No. 315). The surface milling depth is as shown in the plans and shall match the overlay depth called out in the plans. The Owner requires surface milling of all cul-de-sacs or other miscellaneous areas to the depth and limits determined by the Engineer. Surface milling may also be required at intersections as discussed in item 5 below. The Contractor shall consult with the Engineer prior to milling to verify the correct mill depths and to otherwise coordinate the milling to achieve a subsequent overlay that will be as best as practicable. Any residual loose milling material left on surfaces after milling shall be cleaned up by the Contractor as soon as practicable following milling. Surface milling shall be measured by the square yard of surface milled (regardless of depth) and shall be paid for at the unit price shown in the Bid Form for the item. 5. Unless otherwise approved or directed by the Engineer, where a street being overlaid longitudinally intersects another street or Portland cement concrete pavement or valley gutter, the pavement on the street being overlaid shall be removed and replaced from the intersection to a point fifteen feet (15') from the intersection. The depth of removal shall be two inches (2") at the intersection transitioning to the existing pavement surface fifteen feet (15') from the intersection. The Contractor shall provide any saw cutting of the pavement necessary to protect abutting pavement to remain at no additional cost to the Owner. The replacement pavement shall be measured and paid for under the item "Type D HMAC Surface Course" regardless of the depth. Where two or more streets at a street intersection are being recycled/overlaid, the limits of pavement removal as discussed above shall be determined by the Engineer in consultation with the Contractor. The Owner may elect to replace the pavement on all "legs" of a street intersection even if one or more of the streets at the intersection is not scheduled for overlay in this project. Furthermore, the Owner may elect to replace the pavement on asphalt driveways that intersect a street being overlaid. When the Owner elects to remove and replace the pavement on an asphalt-surfaced driveway that intersects a street being overlaid and the driveway pavement directly abuts asphalt pavement of the street, the removal and replacement of the driveway pavement shall be in accordance with this section, except that the driveway pavement shall be removed and replaced from the intersection to a point ten feet (10') from the intersection at a depth of two inches (2") for the entire ten feet (10') unless otherwise directed or approved by the Engineer. The Contractor shall exercise care in removing and replacing pavement at intersections to ensure that the finished intersections will drain properly. 6 The bid items "Manhole Adjustment" and "Valve Can Adjustment" shall consist of installing a cast iron adjustment ring for existing manholes and valves within any paved area that will require a height adjustment to bring the manhole or valve to the appropriate finished grade prior to placement of final paving. The adjustment rings shall be as manufactured by East Jordan Iron Works or approved equal. The Contractor shall be responsible for determining the appropriate size adjustment ring, determining whether or not a sloping ring is required, and selecting a ring that is compatible with a given manhole or valve. Adjustment rings shall be installed in accordance with the manufacturer's recommendations and upon installation, adjustment rings shall fit snugly to the respective ring being adjusted and, upon placement of the cover, shall not loosen or cause improper rocking of the cover when subjected to vehicular traffic. This item will be measured by each manhole or valve adjustment ring installed and shall be paid for at the unit price shown in the Bid Form for the respective item. The unit price shall include full compensation for: cleaning the existing manhole or valve ring and cover as necessary to determine the appropriate ring required; providing and installing each ring; clean up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If any wastewater cleanout castings require adjustment, such adjustment shall be similar to that for valve cans and shall be paid for per each under the bid item "Valve Can Adjustment". 7. The bid item "Remove and Replace Concrete Curb and Gutter" shall consist of saw cutting the existing curb and gutter at both ends of the repair section for the full depth of the curb and gutter and, if the pavement area abutting the lip of gutter is not being repaired, between the lip of gutter and the abutting pavement to a depth of approximately ten inches (10"), removing the existing curb and gutter (Item No. 104), excavating (Item No. 111)a minimum width of three-and-a-half feet(3.5') (the area from the lip of gutter to a minimum of eighteen inches (18") behind the back of curb) to a depth of four inches (4") below the bottom of the curb and gutter, compacting the subgrade (Item No. 201), installing a minimum of four inches (4") of Type A or Type B HMAC (Item No. 340)base course, and reconstruction of the curb and gutter (Item No. 430). Similar to the discussion in notes 2 and 3 above, the excavated area shall be examined for soundness and additional excavation and HMAC depth shall be provided as necessary for a satisfactorily supporting subgrade prior to placement of the new curb and gutter. Where an existing depression requires elevation of the subgrade, the elevation shall be achieved by increasing the thickness of the HMAC. The Contractor shall determine the gutter flowline elevations that exist at both ends of the repair section and at other locations as necessary to verify that the new gutter flowline will slope at no less than 0.4% from one end of the repair section to the other, without resulting in any area from which water will not drain. The Contractor shall verify with the Engineer that the repair section will slope/drain as specified prior to replacement of the curb and gutter. If the Contractor determines that the new curb and gutter will not slope/drain as specified, the Contractor shall notify the Engineer to obtain direction prior to placement. Any curb and gutter placed without the approval of the Engineer that does not slope/drain as specified shall not be accepted or paid for by the Owner and shall be removed and replaced at the sole expense of the Contractor. The new curb and gutter shall be doweled into the existing curb and gutter at both ends of the repair section and two #4 reinforcing bars shall be provided in the gutter, one at three inches from the back of curb and one at six inches from the lip of gutter, and both three inches from the bottom of the curb and gutter. Tooled construction joints shall be provided where the new curb and gutter meets the existing curb and gutter. If an existing expansion joint is removed, an expansion joint shall be constructed between the new curb and gutter and the existing curb and gutter at one end of the repair section, and a tooled construction joint provided at the other end of the repair section. Additional expansion joints and tooled joints shall be provided in accordance with the governing technical specifications as appropriate. A detail showing curb and gutter specifics is copied at the end of this Section under"Details". This item shall be measured by the linear foot of concrete curb and gutter placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; subgrade compaction; determining elevations for slope/drainage verification; HMAC installation; reinforcement and curb and gutter installation; expansion and control joints; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If additional excavation to provide a satisfactorily supporting subgrade or, correction of a depression requires the installation of an HMAC base course in excess of five inches (5"), payment for the base course in excess of five inches (5") (including any required excavation) shall be made under the bid item "Pavement Repair" as described herein, but only for the minimum width of excavation of 3.5' and provided that the Contractor has informed the Engineer prior to the installation. a The bid item "Remove and Replace Reinforced Concrete Driveway" shall consist of removing the existing driveway (Item No. 104), adjusting and compacting the subgrade to conform to the appropriate grade, installing a 2" sand cushion, and installing five inch (5") thick concrete driveway (Item No. 433) in the repair area. Curbs, gutters, and between the repair area and the driveway to remain shall be saw cut as necessary. If curb and gutter (or just gutter across the driveway) is included in the repair, the curb and gutter (or just gutter) shall be constructed in accordance with the specifications for "Remove and Replace Concrete Curb and Gutter" as provided for herein. However, the gutter and driveway shall be poured monolithically. Expansion joints shall be replaced (or provided if none exist) at the right-of-way line (generally ten feet behind the face of curb). If applicable, control joints shall be provided where the new driveway meets the existing driveway to remain. Reinforcing shall consist of #3 bars @ max. 18" in both directions with a nominal cover of 2". Welded wire fabric shall not to be used. A detail showing driveway specifics is copied at the end of this Section under"Details". This item shall be measured by the square foot of concrete driveway placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; adjustment and compaction of subgrade; sand cushion, installation of reinforcement and driveway; expansion and control joints; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If curb and gutter (or just gutter across the driveway) is included in the repair area, the curb and gutter (or just gutter) will be measured and paid for in accordance with the item "Remove and Replace Concrete Curb and Gutter" as provided for herein. 9. The bid item "Remove and Replace Reinforced Concrete Sidewalk" shall consist of saw cutting the existing sidewalk at both ends of the repair section and removing the existing sidewalk (Item No. 104), adjusting and compacting the subgrade to conform to the appropriate grade, installing a two inch (2") sand cushion, and installing four inch (4") thick concrete sidewalk in the repair area (Item No. 432S). The new sidewalk shall be doweled into the existing sidewalk and control joints shall be provided at both ends of the repair section. However, if an existing expansion joint is removed, an expansion joint shall be provided at one end of the repaired section. Additional expansion joints and control joints shall be provided in accordance with the governing technical specifications as appropriate. Reinforcing shall consist of#3 bars @ max. 18" on center in both directions with nominal cover of 1.5". Fibrous concrete without steel shall not be used. A detail showing sidewalk specifics is copied at the end of this Section under "Details". This item shall be measured by the square foot of concrete sidewalk placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; adjustment and compaction of subgrade; sand cushion; installation of reinforcement; sidewalk installation; expansion and control joints; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. 10. The bid item "Reinforced Concrete Sidewalk Ramp" shall consist of either removing and reconstructing an existing ramp or installing a new ramp in a location at which a ramp does not exist. The new ramp installed shall comply with the Texas Accessibility Standards and shall: have a running slope of no greater than 8.33%; have a cross (transverse) slope of no greater than 2%; and shall have a light reflective value and texture that significantly contrasts with that of adjoining surfaces. Red concrete paving units with truncated domes shall be provided in an inset fashion to meet the texture and light reflective requirements. Ramps constructed with this project shall generally be Type 1 in accordance with TxDOT Standard PED-12 "Pedestrian Facilities" sheets 1 and 2 of 4 copied at the end of this Section under "Details". The limits of payment for the ramps shown on TxDOT Standard PED-12 shall be adjusted for this project. The limits for Type 1 ramps shall exclude the "landing" shown, except saw cutting of existing curbs as necessary for the installation of any ramp (Item No. 470) shall be included with each ramp installed. This item shall be measured by each ramp constructed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw-cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; adjustment and compaction of subgrade; sand cushion; installation of reinforcement; ramp, flares (with Type 1 ramps), and paving units installation; restoration and re-vegetation of disturbed unpaved areas; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If any sidewalk outside the limits of payment for a ramp is required to be removed and replaced or otherwise constructed, such sidewalk removal and replacement or construction shall be performed, measured and paid for under the bid item "Remove and Replace Reinforced Concrete Sidewalk" as provided for herein. 11. The bid item "Remove and Replace Reinforced Concrete Valley Gutter"shall consist of removing the existing valley gutter (Item No. 104), excavating (Item No. 111) the area to a minimum depth of four inches (4") below the valley gutter, adjusting and compacting the subgrade (Item No. 201) to conform to the proper grade, installing four inches (4") of Type A or B HMAC (Item No. 340) base course, and installing a six inch (6") thick concrete valley gutter in the repair area(Item No. 436). Reinforcing shall consist of #3 bars @ max. 18" on center in both directions with nominal 2-1/2" cover. As necessary, the existing valley gutter shall be saw-cut prior to removal of the area to be repaired. Similar to the requirements for "Pavement Repair" herein, upon completion of initial excavation, any soft/unstable areas shall be further excavated until development of a firm, stable subgrade and replaced by increasing the thickness of the base course. The new valley gutter shall be doweled into the existing valley gutter and tooled control joints shall be provided at such locations. If an existing expansion joint is removed, a new expansion joint shall be provided at the corresponding location unless otherwise directed by the Engineer. If curb and gutter is included in the repair, the curb and gutter shall be constructed in accordance with the specifications for "Remove and Replace Concrete Curb and Gutter" as provided for herein. However, the curb and gutter and valley gutter shall be poured monolithically. The requirements associated with determining elevations as provided herein for "Remove and Replace Concrete Curb and Gutter" shall apply to valley gutters and abutting curb and gutter being replaced. A detail showing valley gutter specifics is copied at the end of this Section under "Details". This item shall be measured by the square foot of concrete valley gutter placed and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for: all saw- cutting; excavation (regardless of material encountered); removal and disposal of excavated materials; determining elevations; adjustment, compaction, and proof rolling of subgrade; installation of HMAC base course; installation of reinforcement and valley gutter; expansion and control joints; clean-up; and all other labor, materials, equipment, and incidentals necessary to perform the work. If additional excavation to provide a satisfactorily supporting subgrade requires the installation of an HMAC base course in excess of five inches (5"), payment for the base course in excess of five inches (5") (including any required excavation) shall be made under the bid item "Pavement Repair" as described herein, provided that the Contractor has informed the Engineer prior to the installation. If curb and gutter is included in the repair area, the curb and gutter will be measured and paid for in accordance with the item "Remove and Replace Concrete Curb and Gutter" as provided for herein. 12 The bid item "Traffic Control" shall consist of implementing temporary traffic control in accordance with the Texas Manual on Uniform Traffic Control Devices, 2011 Edition (MUTCD), and the temporary traffic control plans, notes and requirements contained herein, whichever is more restrictive, at all times during performance of the Work. The following temporary traffic control plans, notes and requirements are applicable to the Work, and are copied at the end of this Section under "Traffic Control Standards": Texas Department of Transportation (TxDOT) Barricade and Construction Standards BC (1) - 14 through BC (12) — 14; TxDOT Traffic Control Plans TCP (2-1) — 18 through TCP (2-4) — 18, (the "TCP's"); and, MUTCD Table 6H-2 through 6H-4, and Figures 6H-13, 6H-15, 6H-28 and 6H-46 (Typical Applications 13, 15, and 28) with accompanying notes. The work being performed and the street on which the work is occurring will determine which TCP or Typical Application ("TA") will be implemented, subject to the approval of the Engineer. Subject to the review and approval of the Engineer, the Contractor at his sole expense may propose alternate temporary traffic control by submitting other TCP's or TA's, or by submitting temporary traffic control plans as sealed and signed by an engineer licensed in the State of Texas. The unimpeded travel way is defined herein as the width of roadway bounded by the face of curb, edge of pavement, dividing stripe, or channelizing devices that remains available for vehicular use upon implementation of temporary traffic control devices. Except when the width of the unimpeded travel way is reduced to certain thresholds or striped/dedicated travel lanes are impeded as discussed herein, generally TCP (2-1 c) or TA-15 shall be implemented as appropriate for the Work. On collector roadways, when implementation of TCP (2-1 c) would reduce the unimpeded travel way to less than twenty-eight feet (28') but at least twenty feet (20'), or otherwise reduce the unimpeded travel way on one side of the center dividing stripe to less than eight feet(8'), TCP (2-3a) shall be implemented in lieu of TCP (2-1 c). For all roadways, if implementation of TCP (2-1 c) would reduce the unimpeded travel way to less than twenty feet (20'), or when implementation of TA- 15 would reduce the unimpeded travel way to less than ten feet (10') on one side of the work area, then TCP (2-2b) shall be implemented. When striped/dedicated travel lanes on roadways are impeded, TCP (2-4a) or TCP (2-4b) shall be used in lieu of TCP (2- 1 c) as appropriate. When less than ten feet (10') of unimpeded travel way would result on any roadway due to implementation of temporary traffic control, the roadway may be completely closed to through traffic in accordance with TA-13, but for no more than twenty (20) minutes during the daytime. If determined by the Engineer that the Contractor's prosecution of the Work requires a complete road closure to through traffic for more than twenty (20) minutes during the daytime, the Contractor shall request a road closure/detour plan from the Engineer no less than seven (7) days prior to needing the closure. The Contractor shall implement all traffic controls shown on the Engineer's road closure/detour plan at no additional cost to the Owner. Notwithstanding the foregoing, the Contractor shall not completely close a roadway to through traffic unless the closure has been coordinated with the Owner. Flags shall be attached to "Road Work Ahead" signs, and "End Road Work" signs shall be provided, regardless of the TCP, TA, or other traffic control plan implemented. Upward sloping arrow signs (ECWI-6a) denoted with a triangle on a TCP shall be required. Flag trees shown as optional on a TA shall be provided. Temporary stop lines and "Be Prepared to Stop" signs denoted with a triangle on a TCP shall not be required. Type III barricades shall be provided immediately preceding the work area when the option for a Type III barricade, channelizing devices, or shadow vehicle is shown on a TCP. The "Pass With Care" signs shall be excluded when implementing TCP (2-3a). The "Form One Line Left (or Right)" signs shown on TCP (2-4a) and (2-4b) and the distance plaque shown below the Flagger symbol sign on TA-46 may be provided at the Contractor's option. In addition to the requirements discussed above, when milling or un-smoothed pavement repair has occurred on a lane/street and the lane/street has been opened to traffic, CW 20-1 D (48"x48") "Road Work Ahead" signs and CW 8-8 (48"x48") "Rough Road" signs shall be appropriately installed and maintained until the lane/street has been overlaid or otherwise appropriately smoothed. As discussed in General Note 17 above, the Contractor shall implement measures to provide for pedestrian traffic when prosecution of the Work blocks a pedestrian route (sidewalk). Appropriate sidewalk detours/closures shall be provided as necessary, one possible scenario shown in TA 28. When center line pavement markings on roadways have been eliminated by prosecution of the Work, CW 20-1 D (48"x48") "Road Work Ahead" signs and CW 8- 12 (48"x48") "No Center Stripe" signs shall be appropriately installed and maintained until permanent pavement markings have been completed. Alternatively, short term pavement markings in accordance with TxDOT standard WZ (STMP) — 03, shall be appropriately installed and maintained until permanent pavement markings have been completed. Short term pavement markings shall be removed and replaced as appropriate for the phasing of construction and shall be completely absent upon completion of the Work. This bid item shall be measured by each month (or portion thereof)that traffic control devices or measures are properly in place or use, if required to be in place or use, and shall be paid for at the unit price shown in the Bid Form for the item. The unit price shall include full compensation for furnishing, installing and maintaining traffic control signs, barricades, and delineators; furnishing and maintaining vehicles; furnishing, placing and removing short term pavement markings, and repeating as appropriate; furnishing and using safety apparel; flagmen; removal of traffic control devices upon completion of construction; clean up; and, all other labor, materials, equipment, and incidentals necessary to perform the work. 13. The bid item "Thermoplastic Pavement Marking (Reflectorized)" shall be Type 1 in accordance with the governing technical specifications (Item Nos. 861 and 871), and TxDot Standards PM (1)-12, PM (2)-12, PM (3)-12, RCD (1)-16 and RCD (2)- 16, contained in the "Traffic Control Standards". Edge lines will only be included along uncurbed portions of roadways. Generally, centerlines, broken lane lines (skips), and edge lines will consist of four-inch ( 4") wide lines; dedicated lane lines will consist of eight-inch (8") wide lines; crosswalks will consist of twelve-inch (12") wide transverse lines (without any longitudinal lines or cross-hatch lines); and stop bars will consist of twenty-four inch (24") wide lines. Any pavement surface preparation (Item No. 875) shall not be measured or paid for separately and shall be subsidiary to this bid item. The contractor shall submit pictures of all pavement markings within the project area prior to milling or overlay operations. 14. The bid item "Reflectorized Pavement Markers" shall be in accordance with the governing technical specifications (Item No. 863) and TxDot Standards PM (2)-12 contained in the "Traffic Control Standards". Reflectorized Pavement Markers shall be provided for position guidance for all roadways within the limits of the Work per. Reflectorized Pavement Markers shall be measured per marker placed, Type II-A- A (yellow) or, Type I-C or Type II-C-R (clear or clear/red), and shall be paid for at the unit price shown in the Bid Form for the markers. Any pavement surface preparation (Item No. 875) shall not be measured or paid for separately and shall be subsidiary to this bid item. SP340 DENSE-GRADED HOT-MIX ASPHALT (QC/QA) SP340 Dense-Graded Hot-Mix Asphalt (QC/QA) Item No. 340 "Hot Mix Asphaltic Concrete Pavement" of the governing technical specifications is amended to include all of the clauses and provisions cited below, and no other clauses or requirements of Item No. 340 are waived or changed hereby. The following language under Article 340.3 Materials: "A. Aggregate: The aggregate shall be composed of coarse aggregate, a fine aggregate and, if required or allowed, mineral filler and reclaimed asphalt pavement(RAP). RAP use will be allowed in all base course mixtures except as specifically excluded herein, in the Contract Documents or on the Drawings, provided no more than 20% RAP is used. RAP use will not be permitted in pavement surface courses. Aggregates shall meet the quality requirements of Table 1 and other requirements as specified herein. The aggregate contained in RAP will not be required to meet Table 1 requirements unless indicated otherwise on the Drawings." is voided and replaced by the following: A. Aggregate: Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definition in this Section for either a coarse aggregate or fine aggregate. Aggregate from reclaimed asphalt pavement(RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex-100-E. The Engineer will designate the plant or quarry as the sampling location. Samples must be from materials produced for the project. The Contractor must provide data for the supplier's testing values for the Los Angeles abrasion and magnesium sulfate soundness. The Contractor shall perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-2-F, Part II. Do not add material to an approved stockpile from sources that do not meet the stated aggregate quality requirements unless otherwise approved. Article 340.3 Materials, Section A. 2. is voided and replaced by the following: 2. Reclaimed Asphalt Pavement(RAP): RAP is defined as a salvaged, milled, pulverized, broken or crushed asphalt pavement. Crush or break RAP so that 100/o of the particles pass the 2 inch sieve. Use of Contractor, City of Round Rock, or hot-mix asphaltic concrete manufacturer-owned RAP including hot-mix asphalt (HMA) plant waste is permitted, unless otherwise shown on the plans. The Contractor shall perform any necessary tests to ensure RAP is appropriate for use. When shown on the plans, the Contractor will retain ownership of RAP generated on the project. Fractionated RAP is defined as having two or more RAP stockpiles, whereby the RAP is divided into coarse and fine fractions. The coarse RAP stockpile will contain only material SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 1 of 6 retained by processing over a 3/8-inch sieve or 1/2-inch sieve, unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8-inch sieve or 1/2-inch sieve, unless otherwise approved.The Engineer may allow the Contractor to use an alternate to the 3/8-inch sieve or 1/2-inch sieve to fractionate the RAP. The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Utilize.a separate cold feed bin for each stockpile of fractionated RAP used. Determine asphalt content and gradation of RAP stockpiles for mixture design purposes in accordance with Tex-236-F. Perform other tests on RAP when shown on the plans. Do not exceed the maximum allowable percentages of RAP shown in Table 1A. Asphalt binder from RAP and Recycled Asphalt Shingles (RAS) is designated as recycled asphalt binder. When RAP or RAS is used, calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 1A. The allowable percentages shown in Table 1A may be decreased or increased when shown on the plans. Do not use RAP and/or RAS contaminated with dirt or other objectionable materials. Do not use RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity index in accordance with Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Do not intermingle RAP stockpiles. Remove Contractor-owned RAP material from the project site upon completion of the project. Return unused City of Round Rock-owned RAP to the designated stockpile location if applicable. The Contractor shall be solely responsible for determining the suitability, quality, and appropriate use of RAP in the HMA and the City of Round Rock shall not be liable for any HMA deficiencies caused by the inclusion of RAP. Table 1A Maximum Allowable Amounts of Recycled Binder, RAP&RAS Maximum Allowable% Mixture Description Maximum Ratio of (Percentage by Weight of Total Mixture) &Location Recycled Binder to Total Binder(a/o) Unfractionated Fractionated RAS4 RAP2 RAP Surface Mixess 35 10 20 5 Non-Surface Mixes6 < 8 in. 40 15 30 5 From Final Riding Surface Non-Surface Mixes6 > 8 in. 45 20 40 5 From Final Riding Surface 1.Combined recycled binder from RAP and RAS. 2. Do not use in combination with RAS or fractionated RAP. 3.May not be used in addition to unfractionated RAP; however,up to 5%of fractionated RAP may be replaced with RAS. 4. May be used separately or as a replacement for no more than 5%of the allowable fractionated RAP. 5."Surface"mixes are defined as mixtures that will be the final lift or riding surface of the pavement structure. 6."Non-Surface"mixes are defined as mixtures that will be an intermediate or base layer in the pavement structure. SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 2 of 6 Article 340.3 Materials,Section A. is supplemented by inserting the following after subsection 3.: 4. Recycled Asphalt Shingles (RAS): Use of post-manufactured RAS or post-consumer RAS is permitted unless otherwise shown on the plans. RAS are defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re-roofing residential structures."Post-manufactured RAS" are processed manufacturer's shingle scrap by-product. "Post-consumer RAS", or"tear-offs", are processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the Texas Commission on Environmental Quality (TCEQ). RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 1/2-inch sieve and 90% pass the 3/8-inch sieve when tested in accordance with Tex-200-F, Part I. If needed, RAP passing the 1/2-inch sieve or sand approved by the Engineer and in conformance with the gradation requirements shown in the table in Article 340.3 Materials, Section A. 3. may be added to RAS stockpiles to keep the processed material workable. Perform a sieve analysis on processed RAS material prior to extraction of the asphalt. Determine asphalt content and gradation of the RAS material for mixture design purposes in accordance with Tex-236-F. Do not exceed the maximum allowable percentages of RAS shown in Table 1A. Asphalt binder from RAS and RAP is designated as recycled asphalt binder. When RAS or RAP is used, calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 1A. The allowable percentages shown in Table 1A may be decrease or increased when shown on the plans. Certify compliance of the RAS with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials (NRM) Guidelines". If the RAS has not come into contact with any hazardous materials, treat it as an established NRM. Unless otherwise directed, use only RAS from sources as approved by the City of Round Rock. Prior to use, remove all materials that are not part of the shingle, such as wood, paper, metal, and plastics. Do not use RAS if deleterious materials as measured by Tex-217-F, Part I are more than 1.5% of the stockpiled RAS. The Contractor shall be solely responsible for determining the suitability, quality, and appropriate use of RAS in the HMA and the City of Round Rock shall not be liable for any HMA deficiencies caused by the inclusion of RAS. Article 340.3 Materials, Section A. 4. is changed to Article 340.3 Materials,Section A. 5. due to the insertion of 4. as provided for herein. Article 340.3 Materials, Section B. is supplemented by adding the following at the end of the section: Furnish the type and grade of performance-graded (PG) asphalt specified on the plans. Unless otherwise shown on the plans, the Contractor may use a substitute PG binder listed in Table 3A in lieu of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: • the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.J,"Performance-Graded Binders"; • the substitute binder has an un-aged dynamic shear value less than or equal to 2.00 kPa and an RTFO aged dynamic shear value less than or equal to 5.00 kPa at the PG test temperature; and SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 3 of 6 • ® the mixture has less than 10.0 mm of rutting on the Hamburg Wheel test (Tex-242-F)after the number of passes required for the originally specified binder. Use of substitute PG binders may only be allowed at the discretion of the Engineer if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. Table 3A Allowable Substitute PG Binders Description of Course PG Binder Allowable Function Originally Specified Substitute PG Binders Final Surfaces PG 76-22S PG 70-22 or PG 64-22 All Other Layers PG 64-22 PG 58-22 Article 340.4 Paving Mixtures, Section D. is supplemented by adding the following at the end of the section: Use an approved laboratory to perform the Hamburg Wheel test and provide results with the mixture design. Laboratory Mixture Design Properties Mixture Property Test Method • Requirement Target Laboratory-Molded Density,% Tex-207-F 96.0 Tensile Strength(dry),psi(molded to 1 93% ± 1%density) Tex-226-F $5-200 Boil Test2 Tex-530-C - Hamburg Wheel Test Requirements High-Temperature Binder Grade Test Method Minimum #of Passes @ Oos" Rut Depth,Tested @ 122 F PG 64 or lower 10,000 PG 70 Tex-242-F 15,000 PG 76 or higher 20,000 1. May exceed 200 psi when approved and may be waived when approved. 2. Used to establish baseline for comparison to production results. May be waived when approved. Article 340.4. Paving Mixtures, Section E. is amended by voiding the second paragraph and replacing with the following: If it is determined by the City of Round Rock that adjustments to the JMF are necessary to achieve the specified requirements, the Engineer or designated representative may allow adjustments to the JMF within the following limits without a laboratory redesign of the mixture. The following table shows the Operational Tolerances that will be allowed. When the proposed adjustments exceed these limits, and the Engineer or designated representative determines that the impact of these changes may adversely affect pavement performance, a new laboratory mixture design will be required. SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 4 of 6 • Operational Tolerances Allowable Test Allowable Difference Difference Description Method from Current JMF between Target Contractor and Engineers Individual%retained for#8 ±5.02 ±5.0 sieve and larger Individual%retained for Tex-200-F sieves small than#8 and or ±3.02 ±3.0 larger than#200 Tex-236-F 0/0 passing the#200 sieve ±2.02 ± 1.6 Asphalt content,0/0 Tex-236-F ±0.33 ±0.3 Laboratory-molded density,% ±1.0 ±0.5 Tex-207-F In-Place air voids,% N/A ± 1.0 Laboratory-molded bulk N/A ±0.020 specific gravity VMA,°/a min. Note 4 N/A Theoretical maximum Tex-227-F N/A ±0.020 specific(Rice)gravityI 1.The Contractor may request referee testing only when values exceed these tolerances. 2.When within these tolerances,mixture production gradations may fall outside the master grading limits; however, the % passing the # 200 sieve will be considered out of tolerance when outside the master grading limits. 3.Tolerance between JMF 1 and JMF 2 may exceed±0.3%. 4.Test and verify that Table 2 requirements are met. Article 340.10 Construction Methods, Section A. is supplemented by adding the following to the first paragraph: On or before the first day of paving, it is mandatory to schedule and participate in a pre-paving meeting with the Engineer unless otherwise shown on the plans. Article 340.10 Construction Methods, Section A. is supplemented by adding the following between the eighth and ninth paragraphs: In lieu of complying with the aforementioned minimum temperature requirements, the Contractor may pave any time the roadway is dry and the roadway surface temperature is at least 32°F by using a Pave-IR system (paver mounted infrared bar) and demonstrating to the Engineer that no more than 25° F of thermal segregation exists. When used, operate the Pave-IR system in accordance with Tex-244-F and provide the Engineer with the output results on a daily basis unless otherwise directed. Article 340.10 Construction Methods, Section D. is supplemented by adding the following at the end of the section: a. Thermal Profile. Use an infrared thermometer or thermal camera to obtain a thermal profile on each sublot in accordance with Tex-244-F. The Engineer may allow the Contractor to reduce the testing frequency based on a satisfactory test history.The Engineer may also obtain as many thermal profiles as deemed necessary. Thermal profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores,tapers, and other similar areas. SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 5 of 6 1) Moderate Thermal Segregation. Any areas that have a maximum temperature differential greater than 25° F but not exceeding 50° F are deemed as having moderate thermal segregation. Take immediate corrective action to eliminate the moderate thermal segregation. Evaluate areas with moderate thermal segregation by performing a density profile in accordance with Section 340.11 Sampling and Testing, Segregation (Density Profile). 2) Severe Thermal Segregation. Any areas that have a maximum temperature differential greater than 50° F are deemed as having severe thermal segregation. Unless otherwise directed, suspend operations and take immediate corrective action to eliminate severe thermal segregation. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Item. Evaluate areas with severe thermal segregation by performing a density profile in accordance with Section 340.11 Sampling and Testing, Segregation (Density Profile). Unless otherwise directed, remove and replace the material in any areas that have both severe thermal segregation and a failing result for Segregation (Density Profile). 3) Use of the Pave-IR System. In lieu of obtaining thermal profiles on each sublot using an infrared thermometer or thermal camera, the Contractor may use the Pave-IR system.(paver mounted infrared bar) to obtain a continuous thermal profile in accordance with Tex-244-F. When using the Pave-IR system, review the output results on a daily basis and, unless otherwise directed, provide the output results to the Engineer for review. Modify the paving process as necessary to eliminate any(moderate or severe) thermal segregation identified by the Pave-IR system. The Engineer may suspend paving operations if the Contractor cannot successfully modify the paving process to eliminate thermal segregation. Density profiles in accordance with Section 340.11 Sampling and Testing, Segregation (Density Profile) are not required and are not applicable when using the Pave-IR system. Article 340.11 Sampling and Testing is supplemented by adding the following and the end of the article: Segregation (Density Profile): Unless otherwise determined by the Engineer or when required herein, test for segregation using density profiles in accordance with Tex-207-F, Part V. Provide the Engineer with the results of the density profiles as they are completed. Density profiles are not required and are not applicable when using the Pave-IR system. Areas defined in Section 340.12 Acceptance Plan A. 4. are not subject to density profile testing. Density profiles are not applicable in miscellaneous paving areas subject to hand work such as driveways, crossovers, turnouts, gores, tapers, and other similar areas. The density profile is considered failing if it exceeds the tolerances shown in the Segregation (Density Profile) Acceptance Criteria Table below. When the Pave-IR system is not used, the Engineer may measure the density profile at any time, at any location, and as often as deemed necessary to verify conformance. The Engineer's density profile results will be used when available. The Engineer may require the Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities. Segregation (Density Profile)Acceptance Criteria Table Mixture Type Maximum Allowable Density Maximum Allowable Density Range(Highest to Lowest) Range(Average to Lowest) All 6.0 pcf 3.0 pcf END SP340 Dense-Graded Hot-Mix Asphalt(QC/QA) Page 6 of 6 MAPS 1,1-1, i ,,\i i,;‘k/ (,),,e,,.." -CO \,-, N GOB O2 4B�VO 2019 ARTERIAL STREET MAINTENANCE PROGRAM Va/A l 0 .N , J UNIVERS\T I.� 7 y'"t. r V \\, cr o �j r. W 11.2 aye ° v.. 1431 '1 m ..-Iv V� �..J,-LI I.... o a A oli N�� JFFSTONE DR 0®. ® ■ L o Pl$4--- r13� 02 2 f i. ;II �p 3 F OLD SETTLERS BLVD , !1r 511,1 S F p to _ 1TA X �. �. fi j �� m� ' d C �._�..cs i i Z W i ( r„ ❑ "`I „� S, 5��JD TE/tI V I .. ( -,.,,,,''' J`" i g �N l /T' 2 e I �i i -- y r T ..... I CARL STERN DR Jif; 3aas ,.r^ fF, CC! t' �`,t`f-1 �,L.0.�'"" - ' __,. , r` i.'� a 7 \ tom— s 1 N� Ego MP I �-(1 - , 9 s o 'ale S ( - 1.' ,- tP \ <� I y , „.:2 -Iki- I ,:=:-,,,c 71' ROUND ROCK AVE MpAN SI" 1� �� r, l ❑ i',I.r-ifi ' .' ®' ,l; J? \GREEK DR PENIG�' ❑ J w DR: g �, N� F ',' "y p °� J - H P� J W �� ✓i I 'Ft, ELOGAN :� It Y f7l' T _ f k g LEGEND72, N w GATTIS SCHO0\.R_ J� 1 li 3 GPTT\s SGNO° I � tI-_ro 3Mill and Overlay \ Coco i _ ypr��.Overlay tIENNA BLVD '�Iw-L<., ` f z �- 1 2"Overlay \off/_ B ( , sue f-fri --, f��,'�QV\g HENNA ,' 130/ . . ' ''''-' ' -''''' Ilk'41110 441160.-or . I ,.,c,?..,,,,,f,,,,orf ,,, ;..'.4,,,e..:::,„,N '.:.'..i, .4,..,,,,'-'.,. :,,,' 4's;,,,,; ' , , ..-*4 . .. ,..„,.., . , ., .lais, k, :,..irm, -t!-,',ti.,:..,.,„.4,.'.,...,i,'H.4-„ w ` . hk ,ice "' ., oR .., . • , ; w 1 V ry ,fix ,,, ,.y 'C '* .h x x w aF p k o _ J` ^•If r.... ,F _ P P r Rs _,„ ,.741,4: '..,......Ar• _ • . 1 '401k,,...:4,40,-.. . t- •', J•-..', .0.4 ...• wvilf?.- ,,-- - -----A . -.......,-,,,-,i41,•,4,'-' W 4 y , ,ma ,j1 ./ A t.S _ 7 .,,0 /-,' y4 TT • ��ya . o .,liPP ., vi, ! ray r ' ✓^' * : 'j r iR t'rr,rcEv rani t''.r p Al. - y% �P x,,. a`�� ` 1-. ';'"lt`r-t4—' ", �,r,. trit 'y1 `may I J Cr. ��i ✓ '✓r S.eA7NFr ; ' 4 S $y - . ,f4,; '';1 , -1 `' l a . Legend iy, aEifi f/ at a+ x + / (times 1 L'Q�Y r '1�, rp,°� N y a`. • EDGE MILL Wppp '"' A N•: v y�,/ '.. �q .. - - _'1-' ''6 i.4.,,, ,'*a, - !Lt I 12-INCH OVERLAY �MFSq DR"' r +'! I. A t ,p• 2-INCH MILL AND OVERLAY .. "Zw-',e ytt- •..f•« +:r' ' *• y. t' � '• �..�- ,, ( I 3-INCH MILL AND OVERLAY -„ co `'` *w 4.64 " 2019 ARTERIAL SMP ftOlIN` �v 01iUU(/tRn� "- 7-, E 200 100 0 200 Feet UNIVERSITY BLVD S 3-INCH MILL AND OVERLAY Page 1 of 3 i r• '....,r',7,,:-L, .t.,......,,, ,.- -7:7-:: g.----,..-- ':'""tt..*.7*f-4f1°lr''*"'"''''I•':"*.fti.4*?.tr• :.:-.-:*---01411t4471.44,:iff.j.W.,,, ',.''' ,,,,".•7•'•'.1 .p • #, g,Y x °n '* +' } ,reo� w-, ♦, ,, it *,a NBi,NLN dam•+, • + �' _ Zw„ ' e "• z •f� f .41 ,,—.4' '.'.;,,, i:',„,\, ''..,, . .,,,.....„--H, --- „..., ###• as� ' a , .w i , • d ` ..•,�. �,�fit#: �.` j ,,,,,44/1 am. X:k nd 0 ny �. r y .-' r.,..,;- , _....: ...,..J.,,,,. -....,, .,_,,,,.,,, ,. ..,„...!..r.., -� • ff ' :- -'' -7:,..,',,i',*,-, .i!, v i.,-,' ,,i .,:1101k. '' ,—.- ' t,,.. ' 'l'...' -..‘ ' ''.-- ..---.-e----";441.1770.1: 'A , , '''.-`, ..':. :' '0' V' �` 9 of ♦ .. : `✓ LL 1 �,. `,..✓'_ M J .- set` Legend � Y - ®2D GE v a . G_��- INCH OVERLAY VERLAY ool% N,. ,,,r' - " '�-: t"_.::,."a y �.-" d' - 1 - f . I 12-INCH MILL AND OVERLAY �,,r -^� tip, �� � , , _ o� �.w" 4, I I INCH MILL AND OVERLAY rV t , e , .,„, i i .,,„t„.,,,,,!, ,-- • ,:,.,..,..- .,, Ai'r.;.',:` ,,,,,..," . ,7 ! yp • lkfitoc �.. � w. N Wd`, E 2019 ARTERIAL SMP `�� UNIVERSITY BLVDNo, ,Ex., d 200 100 0 200 Feet S swims= 3-INCH MILL AND OVERLAY Page 2 of 3 . -A IS 4 4 ir''S.'N' ' -, • R� Af ism,' •an :._. . " ,ems �' ,,' ._0. ** 7 /, ',:?-4H i'iii .„ *s• ,,,,,-- ,./ � Legend lik 'r z I EDGE MILL V { , P' < _ s � - - -' ff Y � f � �2 INCH OVERLAY . 2-INCH MILL AND OVERLAY N. rA`�'oii - - 1 I 13-INCH MILL AND OVERLAY % _ i ,fit -.ir`1 <4_ t m }tip— :;a f " 2019 ARTERIAL SMP BOUND F100(I LAN. WE 200 100 0 200 Feet UNIVERSITY BLVD S CilliEMMIIN 3-INCH MILL AND OVERLAY Page 3 of 3 • • • Ord' '. tk it,w fR ;�a t,t"r }. vY z -'•^`w. �' ., � A!s- ilea � +�> *lG tK'S'�`Hk0 '' �k ,3„,'' Y,..;•,' - 4,... �P t I �Pd f'^'� ..7` `►.yl.� ti_fM'M" °,' •yt• '� ,'�M yiC .eeg0' 3 111. +P J -•-- YM'' .. ' $L. , i` -yy ' '•' c�raPl9b! ff :�7 ft 1+4Y . I Y . '.-. r�„s /f „j'YwI w yg �° *+ r,pY'.: `. ✓ d' 7 ,rlfAr' ^ w.V,.. r .1` ,. • .•• •.. f rt � '' f ,s, `�� � r ram, rah «,� * .' i S1# r ti -e w ,� �: i r , ' a t..r'2 +„'''''' •41. se ''' .+vim A`1 a 'Ly' ? s k r '' � S! Ny f p� + H • rOfy o :t y ««' ` d��f t9�. Y *� { fie,• a. �� fi e ' + .'' ` } . + i 11 3 � ,�� ae .., a a.i ram , • a`t f e , r` 17 i*''. $ '* ,. '-" .., + .,i ,,,," "--.- �5 "ii Legend • � � '. � �. , }lit �• i.t �„✓ ,�` i ���EDGE MILL ,,'..•,. . b fir. �', '!"' '� •r iM ,,,, .' 'r,+,}�?"_', .• y` r„1 ` .''`"•-�,.. y'- 't" , '}`' 7 ,'- I I2-INCH OVERLAY iy `�. �„�....: t 2-INCH MILL AND OVERLAY -.'�' "'.,,.. `* s ,�,.; I 13-INCH MILL AND OVERLAY • y ♦ d ct r 1Y+r'"'� ,,.,,, ,, ,::„.„,.. ,.... „.,„,„.„. ..;...,.. ,,..,,,„,,,, ,,,,,,,, .. ..0,,,'',,,,Piti,..„if„.,,,,p*,. :::',. . , . ..... .,..:_, ,,,... ...,..„,„, „ .,. ...,,, ,, . ,,,,,,,,,,,..„., ..,....,... . �`,� 2019 ARTERIAL SMP W��� OLD SETTLERS BLVD ' "°` ""x '�' 200 100 0 200 Feet S IMIIMIMIN 2—INCH MILL AND OVERLAY Page 1 of 3 ,, .. .. . • 'A ,,,, 1 --* -0, -;‘, , • _.—\ t74. , .-1- or, , it' 04, • � 'w .— Al" y' 1 v!� a �T � .---" ,...,,, ,,,, .,,..,,.,„.,. P' ij*. ° Uf i a kteet)!I. k A 3 y ' ;, :ei Y.R• N. gym" : r' 3 3 "'~�� r rF ". r " ' r„ i,. ,.......4. , 4, Legend q 0 k, \` ' ' y s f, . i; * EDGE MILL d•* ' b " ^,,gyp l'i, " ti + I 12-INCH OVERLAY * k� 9 , = :! r ,%.. .0 + .J"'�: ,2-INCH MILL AND OVERLAY f ,, .... '.i --.'va t• a.. :,- ,+% •- ., ' ''e, `'': „ CGS I 13-INCH MILL AND OVERLAY as. .� ..''4'O',''.'.-.-„'„;'",':'‘,-..-,-..''-.--'-,,1-1-'-'i-.,"t:;?,..."-;,--3,',,,,.,„3,.4E0,l--,.',,.,-'....'--'1,---:,',---,•--,•<-_,,,:.-'i-i-io:..,.,0:if.:l i v:-'•,,,„.., $., ',.... %N"c,:'S",. ,, rx,/"err 1• J x . ' ' ' -'4:10 f--r^4,„. 1'''.::,-.'i.'ak''''S;'.r,.''..1...,.T*,.;e,.,••-',''0,..','''..i•.'•''‘.k.,_-'i,','. 't..',At,.' yd�dr ^'" °,�, ,: ,_ � y t - I `fi x ° a '' .• a:'d,. ffii Fw '"R u - - t. r ! tkY'' •r� .1r"'b, m�IMM'!.4s } i -'x ,u s;,','F• Via, , yc. p a , .• +¢, �,�j1�, !Ip•: pAYI t"_. �N � a"A 2019 ARTERIAL SMP W<-- E OLD SETTLERS BLVD `l�' 200 100 0 200 Feet 2-INCH MILL AND OVERLAY s Page 2 of 3 a ` lie' , mo . - _..-__w-_ ilt '‘,', ••'''',,'''.'-•...',. '''''".- '.j.7* '1' t -R M ...\ttv. h , ' 4. h r P� a•,Z �:J.' 9ylp 4.4114HC1 a . ` i _, . , . YrK 7 , le, A rW:;;w r 4�N �6 F�i^^"` �os�cas'�u' _ - +tl 7 MT- S tee' �' �, r Legend t y / T } \.' • \ 177A EDGE MILL ' x &.+x-:.+''''4 E ,,.'.--*- .- --—' "�` 3, F '•r ' ,{ `.,'� I 1 2-INCH OVERLAY f K'', - ��,..- i� iiiih • , *I. .w • s 1- 4 / 7 1 ,' I 12-INCH MILL AND OVERLAYw� y 13 INCH MILL AND OVERLAY S' ,j(N . , .0,„:1, - . ,...,-../, i ,,,,,;,,..,, t , .„. , A.,\ ,,,, \,..1, ,, .44,440X. f.... ,. '.-- 's' '•ii('4,'...'-t.'11f4 4 mt.. .. ..,. .,- .• ., , . , ,- . ;,...‘„..\\ \ .„., , ,, , ;.) . • ,:.., ., ,.. .;A,.,. . ,., . ...- . .„4 ,.... . ,., .,:,..,: .2, .. ... . , „4.k.,, , ,.., ,,• ..,„,,,,,„.„,„__ .14. .. •,., ._. ,,,...„ .,...„.z. , •. , .„,•• , . ,,,v, „ ,„...,., , .„,,,•:•, Jai ,., i., _‘.,„ , ,i,N--'. , , - .,410P41 -", I':, ' { -::e se-7.Ar "1 7 ii lt r*, , N ,p0-- WGQ.E 2019 ARTERIAL SMP `=�' 200 100 OLD SETTLERS BLVD °�" 0 200 Feet S illi. 2-INCH MILL AND OVERLAY Page 3 of 3 r , ._, ,,,N.:,,,:, ,,Iir.,, ,_ . ., ..r.,,,,,,t, ..1,,,•46,11,,,,, ,..4',.„4-..y.,4t. ,,.0 42..‘,....:,- ,,!'• , - 44.. _. y,.:**4.44.' .i--.,,. if v, « r° ;14"? fir"" . 4.- ' r;',•„;? I I- , . flt, t:''.... , .,,,, _,- . 7 .. ,th-:,-;,,, .. ,...1... .41, .i.(,.....7., lk g .. -fr. � is '�., v • - 4f a r - 'bra aa ,„,: .. ,�.-. , .` t s . � <. ,# A*" F v . , *,tizik yam::1 .. .; - •,. ....,y. - ":. I . ‘:+: ' ; 1:n tc y .4 $ 7" r., .„ ',' t r `,i 9 w .of .ir • °� 1 y. I ., 1 Vi, ,' ''*".1Lt-t:r.""'-17.'-' ... '., ‘'.,„.' .1',..- '.,. . , ;., --,,,-,---t-iforq.-citi— .._ r ',' , ' ... {,-2.3,1,_„_,-,-----;-- ,f----4[....--.-zmpr-,,„,-. -... --71.41,,,-------,--77.: ..v.:',-,. _,,,401r. ± Y " , 1 e�, - ,pi,},),,i4#4,* 4 s A ', a 8 .>a;k arsri raecr 0. r w , `" "� � �' � x,�,,.r� � AF A �� t ` f �'! � � ��.� •.� - �- `Legend .n,.. ., • .a $?? a 1y� J `.yf+ - ,d'..'"",r,�'4` "`� ' ,..c.r r '1 12-I GE MILL ` +' :.•" i."74 "' �`.es., "• 't+'` r .,a1.:uc„.4, - Rf: 12-INCH OVERLAY qcr. •wy ' . h ▪ ` q ),T4, M 2-INCH MILLAND OVERLAY M ; ! sl - pYy 14: « 1j,„I k • .:,!.' i t • *, " +b ,�k " ..,, ( 3-INCH MILLAND OVERLAY ..,... shy •u .„2„ ,..,;;I:.,.. . ,,,,.,,4‘,,. t 1 ►' i c .� 6 ..,--ct,,, ..44'-jig.,•_: .,..art...i4L.• }, 7.7). ),---,,,.., s. +; Wit` ,,- k �`� ' :,c1 ,:.: 4. ,. .„ , 2019 ARTERIAL SMP H�-�z SUNRISE ROAD Ypf 200 100 0 200 Feet m 2—INCH MILL AND OVERLAY Page 1 of 3 a. A ., 3 o N •{� y A c y t b, y SUNK . aM •w CRESTLiNE CT I x,. JINALN,,, "" - '�- j l ar, �^� yin " t 0416 ' 446 A P Legend F*: ,.co,„ 1u s < EDGE MILL ,ke r, e.µ �° 2 , _ w I 2-INCH OVERLAY ;�f,� "° a 4 � :X� ,,,; n__.,r. � .�, „P• x � - I 12-INCH MILL AND OVERLAY 1�(rf y `1^ 3-INCH MILL AND OVERLAY .40-,1_ 7T' . fit::4.t,i, i... '"�' -. �r r j^ Ak F ` ✓' ' „ a., . .j51401111111 ' r 4,,:•.-44 ...,.....t1 ,Fort. ...„ 4 , ....„.......44rea'' , '..',.t,t' t , '''k ,11' ...' '.1., lit' .--. `,.2.L.Y. '''' it itti''' . ii ..4 • r. ., ,,. .� *ANL .gyp iik 2019 ARTERIAL SMP " f'= SUNRISE ROAD N��""rX°, 200 100 0 200Feet � m 2—INCH MILL AND OVERLAY Page 2 of 3 A ilk'_ � TTT .x..,17-,..,-.# ',c,4'. l, ,,,- i' .,..,,I;0....."' ' \ \ '\--- ..' ''''' ' ,.was 4' ' 't'‘‘— }, • x a � L � • a d *r a yit y ''''' ..; .... --i'J ''''i ik ,,.. ..,- ... .. ,,,,-..•'',,,,-;:`,,,-.7.P.,=,;-,!.0,.W1/4, ,, 7 ,, , ,.,, \\:::-.,-, ..‘ ... . -; , , .. r- 4-.- ' _, yRi t: �E� ,1f +, e Y SUMRI3E RD _.. , o$ - , . -,..r......--7"....r#—"""":77.''' ---„, , , ''.,, of., f ., ,„.... ...- ,,,,'...:.:,',,,,,'.. - ',.,, :-.44, o it ..• -'j.'^. .-. ':'.'*.,,,,,vis 3,.. t,',. .. , ,..,,,b,„,,....i. ,1,,,,,,,,, ,,,,_ , , ,..,a , . . . '...:.... ,. . 4 ' ,, '''. . .. e .' \•.:.... , •.-- .0 ,,,, ,, ,.„.4. ,.g.: ,,8,,, 1.,,, , -,v .....F 4: 71.' . ' lit,:‘,'" ;J xf -,,,:,,,, , 410- ' -=era+. y *, . ' "\\'' Z. ;.: '1 SEA .. a C F w a ' +� . Legend N'. ��4 a �i , EDGE MILL v { z. ."'4, ? ' { ;� I 12-INCH OVERLAY Q `', •1 ; ( 12-INCH MILL AND OVERLAY ' '` I 13-INCH MILL AND OVERLAY - -, . -- -14,* ✓ter a t, ,.,,,IA,.,,,s.. it, fit.' 'v , ib - f. 4 I.]:. '."�IMi y. yam, • * 2019 ARTERIAL SMP ROUND.. H �`r SUNRISE ROAD Y�+�Z 200 100 0 200 Feet 2-INCH MILL OVERLAY m Page3of3 3rA•r '' y� �j+ .- 4,---07:2.1p. Atif..�,�s #. aR a.R"�.' J• r•. X a`F Lj ' '..' Ni. -3' .;. # "7F'1�+ �`211? ' x~ * _ Tie �• . ROCI RO . I# � ::., . . ♦}- i '� w...,. 4 .: ;1l,., iI`,' t ta -s y,,µ • is,".30 .1 .' 4 { 'O.?. ._.M $lac . ti il --?� y ai.�o . - %vw+s,. - it ' �'� 3�' -L, ,yam .. � y `: ,�.,�„..,...»�w � %;r� '{-� .�.+,,.x: '� � - � '.3 ,�� z ' +.. t '' � � .. $ �� 4 r� = ��� a a, 4 ;l �` Wf sruovrw;LsioEw ` f y��4/ pq�+. ic. '' .4` fi •8 A tIY 1.1 l' 5 w r ti, Ilik, 4110. - ', aY 4. Y '''' Y, . --,00.•!,-0.04.-- iiiiii4ic -',..,-.: i-r-t:,•-'*.v7;-:•.....i,_ ,--' ' ::: . 1 -: -,,1 4 ,.- iti ,, ,,,,,it„,.. .4 -1:%-. : I.. r .iii 1 ' r,r :: • �' Legend - i*I'' ' - .:- r5 ,a y .a [4i. EDGE MILL I —} '_, t.A 4 � �2-INCH OVERLAY p .. i "T I 12-INCH MILL AND OVERLAY p -- ; 2 3-INCH MILL AND OVERLAY /..., k-1 n..' , . ,..4),....'''..L 1.. .,I -IA E` t J µ Y. r y '� .,. E5'fPS e x....,. 44. .wry '.11 .," -sw 1+ifs ), ; ,''° d M µ 2019 ARTERIAL SMP "4z?�'z RED BUD LANE-SOUTH � N°�° kX Y��� 200 100 0 200 Feet m MilIMEMMIIIM 2-INCH OVERLAY Page 1 of 4 If.::',-7t,-;X, t11.-V:ii.',',-;-:,:,. ..j7 7 +ji: a ` ,, �stoE s ' �r t a ^, "u • +w Sri .S'I".. ai d f"" 't` 1 d'' R t;_`�'s 4. , I wr ., { - .f� 1...11 � . .. � *: + 1... %;;; - �+' � .‘ j,t. 1 ,. . 'Z''r +,,; R• ED 6UD LN • 4 W...-...._..:........ate.,...,.,... ..—...�mr„ -_+-. w.-- ... ... r> ._..�,-»ate.._,._.,...,.......... � .. �„g k ' " # f fr' Y• e 1a*II r,i - Legend '►pr t el®.4: a w. VA. u � t. ,. ®EDGE MILL • ti ',� , . � 2-INCH OVERLAY r� 4.,, f ' .:yet MC-, Oil ► iXt .'" v,•.x, ','* _ .i '4.4'- 1..' 12-INCH MILL AND OVERLAY '� 'JAL •' wi - ` 13-INCH MILL AND OVERLAY I r - rF F - E . . .,. , TV . . .,w,, ., . it.,_Nu. .., ..., , ......fiti: Y , y _ ... i .� om" � , M I /fp ;, 2019 ARTERIAL ROUND ROCK NC�1%Z RED BUD LANE-SOUTH 7;�it 200 100 0 200 Feet m 2-INCH OVERLAY Page 2 of 4 • RED BUD PRI " EDGE MILL 0"-2" SOUTHBOUND LANE TRANSITION MILL FROM 0"TO 2" c ALONG CURB. 0 E OVER-25 FEET AT EACH END. o FINAL PAVEMENT SURFACE IN 3 '—\\\\\'';' 3 THIS AREA TO MATCH EXISING GRADE. :._ - - REU BNU LN g TRANSITION MILL FROM 0"TO 2" OVER—25 FEET AT EACH END.FINAL Legend PAVEMENT SURFACE IN THIS AREA p� a�.rs�ia DR MEI:,J TO MATCH EXISING GRADE. V/ia EDGE MILL I i 2-INCH OVERLAY j F 2-INCH MILL AND OVERLAY 3-INCH MILL AND OVERLAY 0 z i 2019 ARTERIAL SMP CA��'-'= RED BUD LANE-SOUTH 'ROUND�°"E ` N if 200 100 0 200 Fe et m MIME 2-INCH MILL AND OVERLAY Page 3 of "i- u � 'p�.'� � �.. �x�. ' �. •- - '1 �f" t NO MILL OR Ra• • • ���c ,. ,._ OVERLAY ON > Y p a 6 s 4 BRIDGE.RESTRIPE w �`- .-9. ,.-. ..y }, ,a;. PAYMENT MARKINGS �79 w- lM!' . . _+ AND REPLACE RPM'c MILL r //—EDGE 0'-2" = t SOUTHBOUND LANE .., 'w `Q x. �s a ALONG CURB. , ._,. r RW B1:0lN ..... : _- _ .., ._...,,ram....-.-. . f Legend :I.,... r�: .. . ., �- - "' ®EDGE MILL "kt y 1 YI 2-INCH OVERLAY .'" ` I 12-INCH MILL AND OVERLAY z ®,.. i- I I 3-INCH MILL AND OVERLAY i. . ' 2019 ARTERIAL SMP 4 Z 200 100 0 200 Feet RED BUD LANE-SOUTH m 2-INCH MILL AND OVERLAY Page 4 of 4 lir' r stcvruLN DLL "., a r a v _ AL•c XA",FLIA WAV `� RAINBOW CV �� i . - t '' 1 r Y 7w •"° coil 011, j[ a " 1,jll, . ,1 ,‘ 1:..,....„ .: : _ , .,.....,. _, ,..,..,.- 33r1i,4a I,. , ' _ 7 . '''..- '4 1 A r 1 11(.. r gib. .il.:1/1 4..til i -�" �� � `till ,�, �-�" »,.. ;. Legend _ 'NIP -i",t „, "; ' b "'� x �' -- -� ®EDGE MILL y F i k 1 ' ii- / i 2 1,,, , ., . _ .. _ �l;ir .. "� { .,, °M lta1,I I2-INCH OVERLAY _ .-. . ,. ✓ ' it i n¢'� F (2-INCH MILL AND OVERLAY - w_ ' ,c 4, t ♦ t 3 -` " , 1 i del E.. I I 3-INCH MILL AND OVERLAY q .. „ R4a lays W p '''',V ` �w# ''I' ' !f9 tip 7,11 2019 ARTERIAL SMP " �7-= RED BUD LANE—NORTH "°' ""s r zoo goo 0 zoo Feet 2—INCH OVERLAY Page 1 of 2 -4,, .. J.. - - „ „. ,,. • , 1 -1-- 1 0.--it ii,, 1,-, ..„,...3- N.,,r ,p, rA CC..*! f *.o.--." q— 4A., / 3,. t? -, ..„...... - , $. 3,-, , 0.- , ,L. _ i ,1'.', ./.0. „/ olv.ir'' ,--4,--,,, f - W -V-4- -v•4','-''''.1 41 ' ' c ,4.; ----r 4* ' '''' Z-LERwAy •.4. ' X,.., , c..-, :,,,,,.. 1 ., '.4.' •.„..A' , Tit r 1 i CI . t4/4, 1 ' ‘ (111) ‘rr3 ' 1.4 t 1 i II ) i 1 ' ik 'P i *,. AIL,tt,' ,-i i 1 -,A ..16r MILL AND OVERLAY f ,Y . '--- t.- - •--k-ti - ,--- INTERSECTION 1, ,..4 , 1.. 40 „ 44... ._. +.., 4 r _,*, ' ........--- -—• --- . - , ---,--r,4 , tia, ' t , - ,— ' • e, 1 . ,,, ' I -lc - i°, N. •-• ', ,',...). -- - V/A EDGE MILL 4,. _ __,...4t ,t , , - ''.,:, ,,, -",) _..,..,..ji I I 2-INCH OVERLAY ,` ' li I I 2-INCH MILL AND OVERLAY 111 -:..„ ' 34 I ,,,fr''' ' : - -. ..,„ , i .,,,,, _ i .,,,,, -- ,i, w,41, JIL,LIAN CjiT 1, •r „3-INCH MILL AND OVERLAY ' 1 - '' *„: ', '3{,, '' * g , ../") i * . ,...- •.., ', t ,'' i i I i i ,t, ..,. ,• - .*1, A iti I ''i ` 1' ' **, % ,II 't . ' , t k 1 i, 1 1 a 1 *L 2019 ARTERIAL SMP 70- NOUN)ROCK It AP tO Z,vt,, Z 200 100 0 200 Feet RED BUD LANE-NORTH m MCMCM=ME 2-INCH OVERLAY Page 2 of 2 QUANTITY LIST 2019 ARTERIAL SMP REPAIR QUANTITIES Curb and Curb Street/ Location Pavement Repair gutter Sidewalk Driveway Ramps L W Tons@ (ft) (ft) 1101bs/SY/in L.F. S.F. S.F. EACH University (West Bound) At Seton Pkwy 24 180 316.8 280 At Seton Pkwy 50 72 264.0 Across TX ST at cell tower 12 200 176.0 50 across water tower 60 across aprtment emer. Entrance 40 across aprtment emer. Entrance 70 12 61.6 250 East of Barts 150 12 132.0 80 East of Arrington Apartments 60 12 52.8 130 at Arrington 60 15 66.0 60 at Arrington 40 12 35.2 20 west of Arrington at inlet 40 12 35.2 60 across state farm 40 12 35.2 100 University(East Bound) at Speedy 50 East of Arrington Apartments 100 12 88.0 West of Water Tower at inlet 20 12 17.6 50 west of water tower at cable box 140 West of College Park 10 140 102.7 Old Settlers (West Bound) At Wag a Bag 130 12 114.4 130 1 At Sunrise 15 15 16.5 1400 E Old Settlers Blvd 20 36 52.8 30 West of Mesa Park 24 10 17.6 Old Settlers (East Bound) At TSS 150 10 110.0 At TSS 90 10 66.0 801 E Old Settlers Blvd 10 10 7.3 803 E Old Settlers Blvd 10 10 7.3 901 E Old Settlers Blvd 20 20 29.3 West of Mesa Park 12 100 88.0 Page 1of2 2019 ARTERIAL SMP REPAIR QUANTITIES Curb and Curb Street/ Location Pavement Repair gutter Sidewalk Driveway Ramps L W Tons@ (ft) (ft) 110Ibs/SY/in L.F. S.F. S.F. EACH Sunrise (South Bound) At Bridge 150 12 132.0 160 500 At David Curry Dr 20 20 29.3 At Spring Breeze Dr 100 15 110.0 50 250 At Sunbeam Cove 60 12 52.8 40 North of Ridgeline Dr 200 12 176.0 South of Ridgeline Dr 250 12 220.0 50 250 At Greenfield Dr 120 12 105.6 60 300 South of Mesa Park 110 12 96.8 120 600 At Tramor at Autumn 100 440 Sunrise (North Bound) 1200 Sunrise Rd 100 440 Across Tramor at Autumn 110 12 96.8 200 Across Greenfield Dr 90 24 158.4 90 450 North of Greenfield Dr 100 15 110.0 100 500 South of Middle school 90 10 66.0 60 300 North of Bowmen 100 15 110.0 100 500 across Meadow brook Dr 70 10 51.3 Across Woodlief Trail 40 10 29.3 40 200 At Bradley 20 20 29.3 North of Bradley at Bridge 60 12 52.8 110 550 North of Bradley at Bridge 80 350 Red Bud North Bound at 910 550 10 403.3 Across from 910 50 15 55.0 TOTALS 3977.2 2590 5150 880 1 Page 2 of 2 2019 ARTERIAL SMP PAVEMENT QUANTITIES 0 to 2-Inch Edge Mill (^'15-feet 2-Inch 3-Inch 3-Inch Adjust Adjust Area Area 2-Inch Mill wide) Overlay Mill Overlay Valve Can MH Street Start Segment End Segment Resurfacing Process SF SY SY SY TON SY TON EA EA University Blvd Approximately 1150 feet east of the West edge of intersection with AW 3"Mill and Overlay 571740 63527 0 0 0 63527 10482 0 6 centerline of Sunrise Road Grimes Blvd Old Settlers Blvd East edge of Mays St West edge of Sunrise Rd 2"Mill and Overlay 377243 41916 41916 0 4611 0 0 4 23 Sunrise Rd North edge of HWY 79 South edge of Old Settlers Blvd 2"Mill and Overlay 353303 39256 39256 0 4318 0 0 5 16 Approximately 600 feet north of the 2"Overlay(Mill Sag 409464 45496 3981 0 SOOS 0 0 21 0 Red Bud Ln North edge of Old Oaks Drive centerline of Gattis School Road Areas) 2"Edge Mill(SB 31544 3505 0 1308 386 0 0 3 0 Red Bud Ln North edge of Old Oaks Drive South edge of Woodlands Lane Lane)and Overlay Red Bud Ln South edge of Woodlands Lane South approach of Brushy Creek Bridge 2"Mill and Overlay 127246 14138 14138 0 1555 0 0 6 4 Red Bud Ln North approach of Brushy Creek Bridge South edge of HWY 79 2"Mill and Overlay 12951 1439 1439 0 158 0 0 0 0 Red Bud Ln South edge of Micky Mantle Place South edge of CR 117/CR 122 2"Overlay 213051 23672 0 0 2604 0 0 0 0 Red Bud Ln South edge of CR 117/CR 122 North edge of CR 117/CR 122 2"Mill and Overlay 4780 531 531 0 58 0 0 0 0 'TOTALS 120965421 232949 1100730 I 1308 I 18636 I 63527 I 10482 39 I 49 I 2019 ARTERIAL SMP PAVEMENT MARKING QUANTITIES 12"White 12" 8"White 8"White (Cross Yellow Symbols Symbols 4"White 4"White White 4"Yellow 4"Yellow Yellow (Turn (Cat Walk and (Hash 24"White Symbols (Word) Symbols (Word) Street Segment (Solid) (Broken) RPM (Solid) (Broken) RPM Lane) Tracks) Median) Marks) (Stop Bar) (Arrow) (ONLY) (X) (RR) Start Segment End Segment Length LF LF EA IF LF EA LF LF LF IF LF EA EA EA EA University Approximately 1150 feet east of the West edge of intersection with AW Grimes centerline of Sunrise Road Blvd 9144 320 4572 335 19141 4199 688 2062 80 993 580 242 49 12 0 0 Old Settlers East edge of Mays St West edge of Sunrise Rd 6922 0 3461 279 1562 292 50 2118 0 853 0 238 11 9 0 0 Sunrise North edge of HWY 79 South edge of Old Settlers Blvd 7500 0 3750 230 15520 580 288 840 0 724 0 125 18 8 0 0 Red Bud Approximately 600 feet north of the centerline of Gattis School Road North edge of Old Oaks Drive 8640 17381 0 30 17366 3879 420 600 0 240 80 60 60 5 0 0 Red Bud North edge of Old Oaks Drive South edge of Woodlands Lane 515 1030 0 0 1230 208 40 0 0 0 48 0 0 0 0 0 Red Bud South edge of Woodlands Lane South approach of Brushy Creek Bridge 1321 732 678 92 1294 0 66 1082 0 347 340 16 18 2 0 0 Red Bud North approach of Brushy Creek Bridge South edge of HWY 79 440 250 66 77 0 0 0 1395 0 45 0 203 8 0 5 5 Red Bud South edge of Micky Mantle Place to north North edge a of CR 117/CR 122 edge of CR 117/122 5720 8615 0 42 11228 1625 300 839 0 166 135 108 10 6 0 0 ITOTALSI 40202 I 28328 I 12527 I 108S I 67341 I 10783 I 1852 I 8936 I 80 I 3368 I 1183 I 992 I 174 I 42 I 5 I 5 I EROSION CONTROL STANDARD DETAILS 4 lb RECOMMENDED TOE-IN METHOD STEEL FENCE POSTS (MAXIMUM 6' '►�„�� =�"i SPACING) _ :`,; i �:�`,�-����: WOVEN WIRE SUPPORT "��+•� \ '.t'".•„,.:.��-`. i■■ (LCKh) GAUGE NET V GEOTEXTILEFABRIC -4* .r`'*,` 1 i SILT FENCE ,�, _ i■ �1 ,.. i�■■ ■ e/// /�I </FL© /)/jam ` /� TRENCH (BACKFILLED) 7/-:2.yam��//4 ,/. `0//` , 6" FABRIC I TOE-IN CROSS SECTION E4IE51 1. STEEL POSTS WHICH SUPPORT THE SILT FENCE SHALL BE INSTALLED ON A SLIGHT ANGLE TOWARD THE ANTICIPATED RUNOFF SOURCE. POST MUST BE EMBEDDED A MIN. OF ONE (1') FOOT. 2. THE TOE OF THE SILT FENCE SHALL BE TRENCHED IN WITH A SPADE OR MECHANICAL TRENCHER, SO THAT THE DOWNSLOPE FACE OF THE TRENCH IS FLAT AND PERPENDICULAR TO THE LINE OF FLOW. WHERE FENCE CANNOT BE TRENCHED IN (E.G. PAVEMENT) WEIGHT FABRIC FLAP WITH WASHED GRAVEL ON UPHILL SIDE TO PREVENT FLOW UNDER FENCE. 3. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE LAID IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL. 4. SILT FENCE SHALL BE SECURELY FASTENED TO EACH STEEL SUPPORT POST OR TO WOVEN WIRE, WHICH IN TURN IS SECURELY FASTENED TO THE STEEL FENCE POSTS. 5. INSPECTION SHALL BE MADE WEEKLY OR AFTER EACH RAINFALL EVENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 6. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 7. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF 6 INCHES. THE SILT SHALL BE DISPOSED OF IN AN APPROVED SITE AND IN SUCH A MANNER AS TO NOT CONTRIBUTE TO ADDITIONAL SILTATION. 8. SILT FENCE SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABILIZED RECORD SIGNED COPY DRAWING NO: CITY ON FILE AT PUBLIC WORKS OF ROUND ROCS APPROVED EC-10 03-25-11 DATE SILT FENCE DETAIL THE ARCHITECT/ENGINEER ASSUMES �RW*iU ROCK TEXAti RESPONSIBILITY FOR THE APPROPRIATE etc av rwosexc.i USE OF THIS DETAIL. (NOT TO SCALE) 1 WIRE FABRIC NON-WOVEN STRUCTURE GEOTEXTILE FILTER FABRIC w� r�s -in--FLOW -+q-FLOW 3"-5" OPEN t GRADED ROCK. 4LSOILO NTACT..-i 8„ 1 FABRIC SKIRT y 6"�n I ,,, "Si OP' FABRIC FABRIC SKIRT INSTALLATION IN PAVED AREAS ALTERNATE EMBEDDING DETAIL (1) 6" FABRIC 6"X6" WIRE FABRIC OVERLAP ON STRUCTURE ABUTTING DIKE :a- VARIES Q a ... ' ` }............................................................ a aaq i . '►►Y pq :' . .� a W a*s................................ yV l.. . i :lw. �i:+'. _ ��Ysaasaa ; aala�ta.Ta ., V *pp .;i:.;.:,,.+ CUT UT AWAY OF C3 - ...A .iaas aav'.j:..q.....a a,ai..b ►,Qa:.....c.. . FLOW �msaaa,taN stiny ra.st4.iosi`.,. ', s: FILTER FABRIC 4 i-t1spai" vrtosof*aa�e... O:w♦.. 0 4:gipJ :.:v, *1 ..�- 417,AY aa�lRYtlf�ysa7 �q �%Ji ••** i4%:: •4$• "t - sir ta ----alfssaa/.. •♦ p.:440.:44+ ?.:� i v-z-ai�a ;sas ailtp �ai"4:i 4 '.'.01✓A•'O„•• .• -II I—I III—III—II —III- - + as asa+�*� aa.>•,.•:.:�.+: .• a .. ' :::..d••• I=1I =----- III=1II III= 4 2. Y as F�� sa. ' M. . � :' vT ....... 4•r � +? a;:ik a : I FULL SOIL CONTACT 1 A -" ._______ ...quileakki:, 7? 6"X1"X6" ANCHORS EVERY 2 FEET ALTERNATE EMBEDDING DETAIL (2) NOTES: 1. DIKES SHALL BE PLACED IN A ROW WITH ENDS TIGHTLY ABUTTING. 2. FABRIC COVER AND SKIRT SHALL BE A CONTINUOUS WRAPPING OF GEOTEXTILE. THE SKIRT SHALL BE A CONTINUOUS EXTENSION OF THE UPSTREAM FACE FABRIC. 3. DIKES AND SKIRT SHALL BE SECURELY ANCHORED IN PLACE WITH WIRE STAPLES AT 2' INTERVALS ON BOTH EDGES AND SKIRT OR WITH 3/8" DIAMETER REBAR WITH TEE ENDS. 4. FILTER MATERIAL SHALL BE LAPPED OVER ENDS 6" TO COVER DIKE—TO—DIKE JOINTS. JOINTS SHALL BE FASTENED WITH GALVANIZED SHOAT RINGS. 5. INSPECTION SHALL BE MADE WEEKLY OR AFTER EACH RAINFALL EVENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS REQUIRED. 6. ACCUMULATED SILT SHALL BE REMOVED WHEN IT REACHES A DEPTH OF 4" AND DISPOSED OF IN A MANNER WHICH WILL NOT CAUSE ADDITIONAL SILTATION. 7. AFTER THE DEVELOPMENT SITE IS COMPLETELY STABILIZED. THE DIKES AND ANY REMAINING SILT SHALL BE REMOVED. SILT SHALL BE DISPOSED OF AS INDICATED IN NOTE #6 ABOVE. RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITYROUNDROCK EC-11 APPROVED 03-25-11 DATE TRIANGULAR SEDIMENT ' '"'"T�;,>� FILTER DIKE DETAIL ;Fy THE ARCH1Ti3CTlE'NGINEER ASSUMES FILTER p' RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) 2'MIN ��. 0111441 �. led�zl16".. 4113.:410111$1' WOVEN WIRE SHEATHING 24" MIN ISOMETRIC FLOWArApaaa4 2 z 44 '7i bleTrWei co •tittip4 r- L4" MIN CROSS SECTION NOTES: 1. USE ONLY OPEN GRADED ROCK (3 to 5") DIAMETER FOR ALL CONDITIONS. 2. THE ROCK BERM SHALL BE SECURED WITH A WOVEN WIRE SHEATHING HAVING MAXIMUM 1" OPENING AND MINIMUM WIRE DIAMETER OF 20 GAUGE. 3. THE ROCK BERM SHALL BE INSPECTED DAILY OR AFTER EACH RAIN, AND THE STONE AND/ OR FABRIC CORE-WOVEN SHEATHING SHALL BE REPLACED WHEN THE STRUCTURE CEASES TO FUNCTION AS INTENDED, DUE TO SEDIMENT ACCUMULATION AMONG THE ROCKS, WASHOUT, CONSTRUCTION TRAFFIC DAMAGE, ETC. 4. IF SEDIMENT REACHES A DEPTH OF 6", THE SEDIMENT SHALL BE REMOVED AND DISPOSED OF ON AN APPROVED SITE AND IN A MANNER THAT WILL NOT CREATE A SEDIMENTATION PROBLEM. 5. WHEN THE SITE IS COMPLETELY STABILIZED, THE BERM AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. CITYORECORD SIGNED COPY ROUND DRAWING NO: N FILE AT PUBLIC WORKS OF DOCK APPROVED EC-12 03-25-11 DATE ROCK BERM DETAIL THE ARCHITECT/ENGINEER EER ASSUMES ftC)U llRCPC,TEXAS op,in RESPONSIBILITY FOR THE APPROPRIATE iax ntc av ryas� USE OF THIS DETAIL. (NOT TO SCALE) Zs 4 _.___, EXTEND 2'-0" MIN BEYOND INLET OPENING AT EACH END 3'' OVERLAP AT VARIES FABRIC SPLICES �� ��� CUT AWAY OF ��r���� _ ������+ FILTER FABRIC 2"X4"—W1.4XW1.4 WIRE MO FABRIC STRUCTURE iOM11�El ■~ONW in i FLOW 12" ISOMETRIC 20 LB. SANDBAGS 03' O.C. MINIMUM 4" HIGH CLEAR OPENING 20 LB. SANDBAGS 03' N` / A./ I O.C. (SEE NOTE ) �,< INLET r. i l` CROSS SECTION NOTES: 1. WHERE MINIMUM CLEARANCES CAUSE TRAFFIC TO DRIVE IN THE GUTTER, THE CONTRACTOR MAY SUBSTITUTE A 1" X 4 BOARD SECURED WITH CONCRETE NAILS 3' O.C. NAILED INTO THE GUTTER IN LIEU OF SANDBAGS TO HOLD THE FILTER DIKE IN PLACE. UPON REMOVAL, CLEAN ANY DIRT/DEBRIS FROM NAILING LOCATIONS, APPLY CHEMICAL SANDING AGENT AND APPLY NON—SHRINK GROUT FLUSH WITH SURFACE OF GUTTER. 2. A SECTION OF FILTER FABRIC SHALL BE REMOVED AS SHOWN ON THIS DETAIL OR AS DIRECTED BY THE ENGINEER OR DESIGNATED REPRESENTATIVE. FABRIC MUST BE SECURED TO WIRE BACKING WITH CUPS OR HOG RINGS AT THIS LOCATION. 3. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES 2". 4. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF INLET PROTECTION DURING EACH RAINFALL EVENT AND IMMEDIATELY REMOVE THE INLET PROTECTIONS IF THE STORM—WATER BEGINS TO OVERTOP THE CURB. 5. INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABILIZED. RECORD SIGNED COPY ON FILE AT PUBLIC WORKS CITY OF ROUND ���� DRAWING Na: EC-1 4 APPROVED 03-25-11 DATE CURB INLET PROTECTION DETAIL ' 'NDROCKTD ', THE ARCHITECT/ENGINEER ASSUMES pry rwosnt!.it, RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) J 12" 24" WOODEN STAKES OVERLAP EVERY 12" 4- :I V ASSURE DIRECT CONTACT ..�� ��•t' ` `. 12" (MIN) WITH SOIL t•1 - ••i SOP "4- K44 ON °�,�;•;%: •Itiit-t-.-t-.-t-t-• . -. FLOW ywil • • pi t.t♦ {F +.•.❖./ �,tt.♦ t & fit•# tt • •t.t (410 •ii•i♦�, �.••••��►. • DIAMETER ����t•���•�tt��t�,. EROSION . AV. CONTROL LOG EXTEND 12" MINIMUM BEYOND INLET OPENING AROUND PERIMITER JSOMETRIC CROSS SECTION NOTES: 1. EROSION CONTROL LOG CONTAINMENT MESH SHALL BE 10Qn BIODEGRADABLE, PHOTODEGRADABLE OR RECYCLABLE: AND FILL MATERIAL SHALL CONSIST OF MULCH. ASPEN EXCELSIOR FIBERS. CHIPPED SITE VEGETATION, COCONUT FIBERS, 100% RECYCLABLE FIBERS. OR ANY OTHER ACCEPTABLE MATERIAL EXCLUDING STRAW AND HAY. 2. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES 6". 3. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF INLET PROTECTION DURING EACH RAINFALL EVENT AND IMMEDIATELY CLEAN THE INLET PROTECTION IF EXCESSIVE PONDING OCCURS. 4. INLET PROTECTIONS SHALL BE REMOVED AS SOON AS THE SOURCE OF SEDIMENT IS STABIUZED. RECORD SIGNED COPY DRAWING NO: CITY ON FILE AT PUBLIC WORKS OF! ROUND ROCK APPROVED -1 03-25-11 DATE AREA INLET PROTECTION WITH EROSION CONTROL LOG DETAIL THE ARCHITECT/ENGINEER ASSUMES ROUND ROCK TEXAS f9'N-C7'iF:[!�;s;LYti t`PAS, liY RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) 1 '4 FL' 1C$' TEMP. EROSION STAKEON DOWNHILL SIDE AT THE CENTER, AT A i LAG A 18' TEMP EROSION_ EACH END, AND AT CONTROL LOG —ADDITIONAL POINTS AS .:� NEEDED TO SECURE LOG -; e,;; ,;;-;;D „ ,.,.. . ,J..,,,,'"- - 4' MAX. SPACING, OR AS MULCH CRADLE ""`J•" •�°, "�°�°� •,^° "�� 1' MP) • , I. DIRECTED. UNDER EROSION 2 ' - - CONTROL LOG SECURE END OF LAG TO STAKE LOG ON DOWNHILL ��/„ ` t � Jn.� �y� STAKE (TYP) SIDE AT THE ( INTER AT �, `�NODEAoSECRE1A % UI1I 9)k) 1� PLAN LOG, OR AS DIRECTED. SECTION A—A EROSION CONTROL LOG CHECK DAM SECURE END STAKES ON DOWNHILL SIDE OF LOG TO OF LOG AT 8' OC MAX OR AS NEEDED TO SECURE LOG, STAKE (TYP) OR AS Mitt;I Ui. 12' TEMP. EROSION R.O.W. R.O.W. MULCH CRADLE CONTROL LAG UNDER EROSION---' r . DISTU""r^ AREA .P. �, CON iia� LOGFLOW vr°&'° .;:e2 .•a+a.iM.OI.AEPIOCOTOO.L,OJ- X..t 111.11111111111116 BACK OF CURB \ A 1,, N, v UP OF GUTTERh, �, 1 . . ......,.•.a....,a. 12' TEMP. EROSION PUN B—B CONTROL LOG LOG PLACED AT BACK OF CURB f TYP) 1' , i _ STAKES ON DOWNHILL SIDE OF LOG AT 8` OC MAX OR AS SECURE END NEEDED TO SECURE LOG, OR 12' TEMP. EROSION OF LOG TO AS DIRECTED. CONTROL LOG R O.W. 12' TEMP. EROSION STAKE ) CONTROL LOG ..w..,.,..w.a.....,.......,...;Y.......,.�,.......S .agn2 MULCH CRADLE W-sOi.00EAlh9fOTJ✓ah*S.RA W.L.a*.4..A.NA d.TWiMWTWHW 41.001�11 [N •�L�•...-.�w�v�v�..,ma,owl+a.9'°";�°v�.uMe.nv�aMr.Mm�, � `.d.�,;.mwe, F'•�� UNDER EROSION 1 FLOW DISTURBED AREA STAKE I CONTROL LOG _ r — , BACK OF CURB ''A'"'")VA A N SN/L ..I1��1�l�};I�t,..11hti``f. PLAN C UP of GUTTER SECTION C—C LOG PLACED AT EDGE OF RIGHT—OF—WAY moms: 1. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEPTH REACHES B". DIRECTION 1' 2. CONTRACTOR SHALL MONITOR THE PERFORMANCE OF LOGS DURING OF FLOW 1-.8— I DIRECTION RAINFALL EVENT FOR PROPER PERFORMANCE. „�,�.:._.,..,,,,,.,. . r OF RIM 3. LOGS SHALL CONSIST OF 100% BIODEGRADABLE. PHOTODEGRADABLE _ .,;,-=::::::-:::r::::•n: OR RECYCLABLE CONTAINMENT MESH STUFFED WITH FILTER .Ei •.:A,;..r�..�::J MATERIAL.a�JPJ 4•J['�•.JJWOM' rc��•V•.�i J'JiafOMOPJ- 4. STUFF LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE DENSITY SECURE EMSr-e. 2' THAT WILL HOLD SHAPE WITHOUT EXCESSIVE DEFORMATION. ALTER OF LOGS TO MATERIAL SHALL CONSIST OF MULCH, ASPEN EXCELSIOR WOOD STAKES ITS) FIBERS, CHIPPED SITE VEGETATION, COCONUT FlBERS,100% LAP DETAIL RECYCLABLE FIBERS. OR ANY OTHER ACCEPTABLE MATERIAL, EXCLUDING STRAW AND HAY. 5. STAKES SHALL BE 2" X 2" WOOD, 4' LONG, EMBEDDED SUCH THAT 2" PROTRUDES ABOVE LOG, OR AS DIRECTED. CORD SIGNED COPY DRAWING NO: ONRE FILE AT PUBLIC WORKS CITY FROUND ROCK EC-17 APPROVED 03-25-11 DATE EROSION CONTROL LOG DETAIL No ROCKT THE ARCHITECT/ENGINEER ASSUMES . 1.1 r!c O4 WOO, RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) `� d STREET STANDARD DETAILS EXPANSION JOINT. PROPERTY LINE. EXPANSION JOINT. • • 5'-0" CONTROL JOINT. 40.-0" (MAXIMUM) w_ CURB & GUTTER. PLAN VARIES pis I-71 VARIES 42" (MINIMUM) (SEE CONSTRUCTION PLANS FOR WIDTH) to 1/4"/FOOT SLOPE: 2% (MAXIMUM) , 4" (MINIMUM) 2" SAND CUSHION ON THOROUGHLY COMPACTED SUBGRADE. CLASS "A" CONCRETE. 6" X6" XNO. 6 WELDED WIRE FABRIC, MID—DEPTH OR ONE MAT OF #3 BARS PLACED NO MORE THAN 18" O.C.E.W. SECTION RECORD SIGNED COPY ROUND RACK DRAWING NO: ON FILE AT PUBLIC CORKS CITY OF RST-01 APPROVED 07-11-08 DATE SIDEWALK DETAIL ROUND C �KTFXAS PURPOTHE ARCHITECT/ENGINEER ASSUMES RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. _ - J < -417 WIDTH VARIES. 1" WOLMANIZED WOOD EXPANSION JOINT i (12' MINIMUM) ` W/ #4 (45' MAXIMUM) DOWELS 018" O.C. o EXPANSION JOINT. PROVIDE EXPANSION JOINT WHERE DRIVEWAY MEETS CURB cr TYPICAL AND GUTTER. IF ONE EXISTS a o SIDEWALK LOCATION. SIDEWALK AREA. WITHIN 5 FEET, THIS 0 (SEE NOTE #1) JOINT NOT REQUIRED. CONCRETE SIDEWALK / MINIMUM 10' • RADIUS. WING AS NECESSARY. (TYPICAL) )1 I -- FLOW LINE. 11 SAW CUT EXISTING CURB Q -41—+ EXPANSION JOINT REQUIRED AND GUTTER SECTION AT PROPOSED DRIVEWAY. IF NEAREST EXPANSION JOINT FOR WIDTHS (W) OVER 30'. IS WITHIN 5 FEET OR LESS FROM DRIVEWAY, EXISTING CURB AND GUTTER SECTION SHALL BE REMOVED AND REPLACED TO THE NEAREST EXPANSION JOINT. PLAN TYPICAL SIDEWALK LOCATION. 7 6" LENGTH (L) VARIES. H0. �TOP OF CURB BEYOND. ali TAPER CURB FOR NORMAL ELEVATION 0-4-12 IS LENGTH OF DRIVEWAY SIDEWALK AS NECESSARY. 1 (TYP.) ASPHALTIC CONCRETE MULTIPLIED BY 2% PLUS SURFACE COURSE. I I _....._- •-•-- --40-- Lo r ...�--11- - TOP OF CURB ELEV. rr�+ '�'-'l #3 BARS 0 18" O.C.E.W. ROLL GENTLY CLASS 'A' CONCRETE COMPACTED 18" AS REQUIRED. WITH BROOM FINISH. BASE COURSE. MIN. SECTION 'A-A' 2" SAND CUSHION. COMPACTED SUBGRADE. TOP OF CURB. 24"-#4 SMOOTH DOWEL. PREMOLDED EXPANSION DOWELS. LIP OF GUTTER. JOINT MATERIAL. •` 16" DOWEL COATING/SLEEVE. ," DRILL EXISTING EXIST. N DOWEL SUPPORT. GUTTER. CONST.CONST. SAW CUT, 3" 6" EXPANSION JOINT DETAIL SECTION NOTE: 1, THE SIDEWALK AREA OF THE DRIVEWAY SHALL SLOPE TOWARD THE STREET PAVING AT NO MORE THAN 2%. RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITY OF ROUND ROCK APPROVED S-03 11-00-01 u'b14 DATE CONCRETE DRIVEWAY DETAIL z; `I>!`.s THRESPONSIBILITY OR THE APPROPRIATE NEER ASSUMES (COMMERCIAL OR MULTI—FAMILY. USE OF THIS DETAIL " 1 WIDTH AS SPECIFIED ROADWAY _ ...- WIDTH GRADE CONTROL R=1/4" 1/2" BATTER f—---.+ 6" 6" (OPTIONAL) `n� I R=1/4" in - 1/4"/1' P�V�N,�N1� o ` SLOPE ; III11 + '.. .4. ' f fir? ��... . 1'7 , , • _ : . (•.. , 1 3" 6" 3,000 PSI CONCRETE. 8" 16" #4 REBAR AND DOWEL LOCATION. (TYPICAL) (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) LAY DOWN CURB RIBBON CURB TOP OF CURB. 1/2" PREMOLDED 24" - #4 SMOOTH DOWEL EXPANSION JOINT MATERIAL. 16" DOWEL COATING 2" MIN. DOWEL SLEEVE TO FIT DOWEL AND BE .,. i. 4 r ,' _ _ SECURE AND HAVE A CLOSED END. + 1 ,� �• 4 BAR. (TYPICAL) #4 BAR. (TYPICAL) •� • ,: „•. •+ .. '3" 3" _ (TYP.). (TYP.) DOWEL ROD 2" MINIMUM 1 1/4" MINIMUM SUPPORTS. CURB EXPANSION JOINT DOWEL DETAIL NOTES: 1. ALL WORK AND MATERIAL SHALL CONFORM TO ASTM A615, A615M, C309 AND D1752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 1 0'-0'. 3. EXPANSION JOINTS AS PER STANDARD ASTM D-1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 40'-0" FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4" OF COMPACTED FLEXIBLE BASE BETWEEN BOTTOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18" BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE BASE UNDER AND BEHIND CURB SHALL BE: (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6-INCHES). 6. ALL CURBS SHALL CONFORM TO THESE DETAILS INDEPENDANT OF THE CONSTRUCTION METHODS USED. RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITY OF ROUND ROCKS-04 APPROVED ••.,, O8-21-O3 LAYDOWN AND RIBBON CURB DETAIL �.••74.0 DATE (WITH CURB EXPANSION 4�: ' THE ARCHITECT/ENGINEER ASSUMES �v`' ^ Q' RESPONSIBILITY FOR THE APPROPRIATE JOINT DOWEL DETAIL) ...;;H USE OF THIS DETAIL. J r, 6" 1'-6" - -,,,,,I. _ f 6" 1'-6" R 1/4"—., + GRADE CONTROL R=1/4" GRADE CONTROL R=1/4" • •: ' R - 2 1/2" ¢' •• , _ R = 2 1/2" a R = 3 1/2" r' _ '�' R = 3 1/2" u) 1 3" 6., I 3,000 PSI CONCRETE. 3" 6" 7" . 7" #4 DOWEL LOCATION. (TYPICAL) (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) SPILL CURB CATCH CURB 24" - #4 SMOOTH DOWEL SPILL AND CATCH _16 DOWEL COATING 2" MIN. 1/2" PREMOLDED TOP OF CURB. `ter` EXPANSION JOINT MATERIAL. r------------- DOWEL SLEEVE TO FIT DOWEL AND BE • • .• •• • .. .•.,. .. SECURE AND HAVE A CLOSED END. • ~ #4 BAR. (TYPICAL) • � ' : . • � � . � _• . ' 4 BAR. (TYPICAL) 3" (TYP.) .>„,,,....."- '� (TYP.) DOWEL ROD 2" MINIMUM 1 1/4" MINIMUM SUPPORTS. CURB EXPANSION JOINT DOWEL DETAIL NOTES: 1. ALL WORK AND MATERIAL SHALL CONFORM TO ASTM A615, A615M, C309 AND D1752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 10'-0'. 3. EXPANSION JOINTS AS PER STANDARD ASTM D-1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 40'-0" FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4" OF COMPACTED FLEXIBLE BASE BETWEEN BOTTOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18" BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE BASE UNDER AND BEHIND CURB SHALL BE: (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6-INCHES). 6. ALL CURBS SHALL CONFORM TO THESE DETAILS INDEPENDANT OF THE CONSTRUCTION METHODS USED. RECORD SIGNED COPY ON FILE AT PUBLIC WORKS CITY OF ROUND ROCK DRAWING NO: APPROVED _.D� 08-21-03 SPILL AND CATCH CURB DETAIL �v.?`'7 4 DATE (WITH CURB EXPANSION -4 %0 THE ARCHITECT/ENGINEER ASSUMES t\ RESPONSIBILITY FOR THE APPROPRIATE JOINT DOWEL DETAIL) •�_..•.......•. USE OF THIS DETAIL. J l FINISHED GRADE (IN PAVEMENT) STANDARD FRAME AND COVER, AS PER DETAILS WW-07 & WW-08 N FINISHED GRADE (NOT IN PAVEMENT) \/\/\/\ . `�/\`/ `/\\' /�\/ . . . INTERIOR COATING / //\\/ 30 \�•• • ''' ' LL' INTERIOR CONCRETE INCLUDESASURFACES OF \ CLEAR OPENING a \'• • MANHOLE FRAME ADJUSTMENT ", (SEE NOTE #10) ' (SEE NOTE #6) 33 3/4" • . t "- BACKFILL, AS PER DETAILS . WW-17 & WW-18 v) PRECAST CONCENTRIC Z CONCRETE CONE SECTION, AS PER DETAIL WW-09 ,L....„....... RUBBER 0-RING (TYP.) Lu F- 4'-0" o EXTERIOR OF EACH EPDXY GROUT INSIDE z JOINT SHALL BE UNLESS NOTED OTHERWISE •r OF ALL JOINTS 3o WRAPPED WITH A 6" . • i EXTRUDED BUTYL ' N ADHESIVE TAPE ' j-PRECAST REINFORCED CONCRETE c BASE, AS PER CONCRETE PRODUCTS _ INCORPORATED OR APPROVED EQUAL a w 0 24" MINIMUM -'-.• 2 GROUT 1' N .- fin -- - . _ S -----. , . _.. .,,..,,c,4.ti,_..„. . -.syi±P--- cam%- "V`-'�`= '- �'' ,-_. :—= ,, • •..ter - == c_ :MA: A ThM-V- ••-71 j = :' '" FLEXIBLE "SEAL BOOT" �= -;-: , ' ' = =' '- - RESILIENT CONNECTOR, "''� Slitt �'_-7:i`= a t # �k72 '" ti s 29=--'_�- AS PER DETAIL WW-10 Z�r�� �44��Sr-.±Y �ir� •.�Z. �-.-r-�_':�i��� .- 472..'•r� _if -• y� o4.42 .�'o�o moo•-000 '41 o�oo�o-�- .000�o.�0000• o - BED MANHOLE AND PIPE WITH MINIMUM 8" THICK, 6" CONCRETE SLAB (4000 TO 4500 P.S.I.) 3/4" WASHED ROCK GRAVEL OR OTHER CRUSHED WITH #4 ©12" O.C. STEEL REINFORCEMENT STONE ACCEPTABLE TO THE CITY OF ROUND ROCK NOTES: 1. IF DROP IS SIX INCHES (6") TO TWO FEET (2'-0"), CONSTRUCTION OF DROP SHALL PROVIDE AN OVERSIZED INVERT TO EXTEND UNDER THE DROP CONNECTION. 2. SEE CONSTRUCTION PLANS FOR MANHOLE SIZE, LOCATION, CONFIGURATION, TYPE OF TOP SECTION, VENTING REQUIREMENTS, PIPE SIZES AND TYPES. 3. MANHOLES SHALL BE PRECAST A.S.T.M. C478 BELL AND SPIGOT WITH "0" RING JOINTS. 4. MANHOLES TO BE DESIGNED TO RESIST LATERAL AND VERTICAL SOIL FORCES RESULTING FROM MANHOLE DEPTH. ADDITIONALLY, MANHOLES LOCATED IN PAVEMENT TO BE DESIGNED FOR H2O TRAFFIC LOADING. 5. ALL MANHOLE COVERS SHALL BE BOLTED AND GASKETED, WHEN MANHOLES ARE LOCATED OUTSIDE OF PAVEMENT. 6. FRAME ADJUSTMENT HEIGHT SHALL CONSIST OF FIVE INCHES (5") MINIMUM TO EIGHTEEN INCHES (18") MAXIMUM. GRADE RINGS SHALL BE GROUTED WITH A NON-SHRINK GROUT INSIDE AND OUTSIDE. HDPE GRADE RINGS, MAY NOT BE USED. 7. FOR MANHOLES TO BE VENTED, SEE DETAILS WW-05 AND WW-06. 8. A FLOW CHANNEL SHALL BE CONSTRUCTED INSIDE MANHOLE TO DIRECT INFLUENT INTO THE FLOW STREAM. ALL P.V.C. PIPE SHALL BE REMOVED FROM INVERT. 9. BASE SECTION SHALL BE DESIGNED FOR H2O LOADING, PLUS EARTH LOAD AT 130 PCF. 10. ENTIRE INTERIOR CONCRETE SURFACES OF WASTEWATER MANHOLES TO BE COATED WITH RAVEN 405, SPRAYWALL, OR APPROVED EQUAL, (WITH A UNIFORM THICKNESS OF 124 MILS AND A MINIMUM THICKNESS OF 100 MILS, APPLIED AFTER MANHOLE HAS PASSED THE VACUUM TEST). FOR REHABILITATING MANHOLES 1/2" MINIMUM THICKNESS CALCIUM ALUMINATE CEMENTITIOUS COATING AND OTHER INTERIOR SURFACES MAY BE COATED IF RECOMMENDED BY COATING MANUFACTURER. (IN LIEU OF INTERIOR COATINGS NEW PRECAST MANHOLES CONTAINING CONSHIELD WILL BE ACCEPTED PROVIDING THE MANUFACTURER STENCILS "CONSHIELD" ON THE INSIDE AND OUTSIDE OF ALL MANHOLE SECTIONS.) RECORD SIGNED COPY DRAWING NO: ON FILE AT U&ES DEPARTMENT CITY OF ROUND ROCK WW-01 APPROVED 03-01-18 DATE PRECAST CONCRETE WASTEWATER � -' MANHOLE DETAIL ` ROUND ROCK TEX/ THE ARCHITECT/ENGINEER ASSUMES �r�*...»„r,�M�".Y..x+^ RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) • K PREFERRED LOCATION PLANTING OR OTHER NON-WALKING \N. f, OF PEDESTRIAN SURFACE OR PROTECT DROP OFF ITYPI EXTRA WIDTH MAY BE REQUIRED TYPE 1 I 5 4/4, PUSH BUTTON STOP) I TYPE 2 I FOR LECE AT RAMP I TYPE 7I 8- R 5'MIN. RMd, '�' a g 44o RAMP 5•MLN. Y // \ W r LL BSPPCE ••� �\ RAMP M NING ° 1 '06 ► AMP k `� �� I b /I IIIIIIIIIIINIIII ///R S b �. I,pdr IIIIII n = :,,,,%criti;E:0,..E_S.TRI......AN.,PLi..SH,,,,,BU,,,,,,T4TON,.. I7EFiRRE�5' 1 5'MIN. _... _ ®•/ TURNING SPACE b ay ♦ ��I1,, 6'DESIRABLE r nrrn• „u _ 5'ulN. \ FLARE /�. \_GRA w RALW WITHOUT PEDESTRIAN IT PPUSH BUTTON PUSH BUTTON 6DE5f5IRA[RaBDE BREAK PERPENDICULAR CURB RAIP (TOP( PARALLEL CURB RAMP °h I TYPE 6 `o I RAMP 15'MIN.I.. TYPE 20 I R4� I TYPE 7 I ... CROSS SLOPE NOT TO EXCEED 2X " Sl0 ��_��`SfD ON 1NY PORTION OF RAMP,TURNING fWALK 2 h 44,.�k d (SIDEWALK SET BACK FROM CURB' // ... SPACE OR TRANSITION TO STREET. /��� „I—� 'u _�I 4/N,R / Sp4CENG %IIIIII // SP CEHG /71p I I B.JY. I _ _— 4 % II + / / II 5'MIN. MAX. .. o _ � / `/ III III TURN[NG kY •-- 4$ d•Ut ///e`•dlG..d4} y IIIIIIIIIII 5 ///'.. �y}• ///0111111 I•—L� SPacE I +== '.pi=_r= Fe _ „ // 6�`) ell 1�111j111 ./�IA'IIIIIda?* //111j111 `I� "\f__. L„ w''*„ O`' /Ir'rrrl��� pij111111 //Illplt 1 I /Idlllllll 'I.a r ''\�`�..�� 11111 /Illl 2x Wx. 'U)1111 IIII -111 II I - ..... g'° "^+............-��,•-_�11. 11111111Illlilll lllllll /Ill l �^• ''/I G--•� PEOESTR[aN ° �""^���+.••��� �•MI — — :BREW GRADE 111111111Illllllll 5'PREFERRED CIRCULAR ION ° —— BREAK LINE _ BOTTOM GRADE 4'uIN. PATH ~ RAM.WIDTH BREAK LINE UTTER LINE b CURB RAMPS AT MEDIAN ISLANDS SIBS HI W1UTH SRAM WfOi GUTTER LINE COMBINATION CURB RAMPS MIN. f0EW4L H. Al SIDEWALK 5'M NwIUTH SIUCWALT PREFERRED LOCATION Z h INSTALL DETECTABLE WARNING SURFACE !TYPE 10 I ` /' f_ OF PEDESTRIAN 4T EACH WWII THE CUT-THROUGH RAMP " + AIIAII CROSS SLOPE NOT TO EXCEED 2X / I TYPE 5 I PUSH BUTTON ITYPI 1- WITH a MINIMUM 2•USUAL SIDEWALK (SIDEWALK ADJACENT TO CURB) / II /a% f SURFACE BETWEEN, IF MEDIAN IS LESS I TYPE 21 I _ �I4 ON ANY PORT[ON OF RAMP,BURNINGN THAN 6'WIDE,ELIMINATE DETECTABLE �� S NfNC IIIIIIII SPACE OR TRANSITION TO STREET. //` 7::::::,,,,„: �tz'�... -n WARNING SURFACES. W�S, ACF IIIIII/ .`/ / Yt 6.4 } / ..�p }• II.,:wi// ,y %/ _:::: }• :4,�fit_GuTTER LINE ag FIN Ai ..// �1. ;ram - �/ Ip�'�4.� � / / f t AL 1G!LC I1RB PARALLEL UCF / All 5. �• / / lllllll // / PROJECTED BACK 'n WI CROSSWALK. \ \ I/IIIIIIIIIIII :r•.:° '// /IIII IAllll ►_'4y, / / * %/ OF CURB a �� ti✓ IIIIIIIIII'rlllll lllllll I�' nmuul /IIIIIIII 2x/'+x. / // BOTTOM GRADE MIN• //✓'''// •Oi7W GRADE BREAK L[NE 5• 1trT ?i'�/ 'II! g•MIN• — BREAK LINE _—_ -i/ NOTE(CURB DETAILS ARE SHOWN R4Ap S W GUTTER LINE ELSEWHERE IN THE PLANS, 6•RFFW4LKIM U. UTTER LINE 6•P EFERLK M UTH �2 MIN. P FRRFD'S"MIN DIRECTIONAL RAMPS WITHIN RADIUS RED,5NIN BLENDED TRANSITION (FLUSH LANDING) 4\r• 'TYPE 221 I.; FLARE BOTTOM GRADE BREAK OF CURB RAMP NOTES/LEGEND. SHEET I OF 4 RAMP WILL NORMALLY BE AT GUTTER LINE. SEE GENERAL NOTES ON SHEET 2 OF 4 FOR MORE INFORMATION. -..L. O B.7X Max. SURFACE SLOPES AT GRADE BREAKS SHALL BE FLUSH. ,Texas Department of Transportation Standard FLARE '\ TURNING SPACE PEDESTRIAN FACILITIES RAMP I / TURNING SPACE CONTINUOUS CURB DENOTES PLANTING OR y,1c B.JY.MAX. / BEYOND NON-WALKING SURFACE Y.N.' GUTTER LINE — NOT PART OF PEDESTRIAN M y CURB RAMPS CIRCULATION PATH. ,1 -- ' WNT E DETECTABLE WARNING SURFACE ® GRADE BREAK PED—1 8 FLARE FLARE 5Y.MAX. AMP FILET PeP. P„ Pn V T.POT P I MU I FI.PF.JP .... B.7X MAX. DENOTES PREFERRED LOCATION RAMP LIMITS Q T..,MAP,2002 CT sn AU II TYPICAL SECTION OF PERPENDICULAR OF PEDESTRIAN PUSH BUTTON ® OF PAYMENT —— „IwI� oLL COMBINATION ISLAND RAMPS CURB RAMP AT CONNECTION TO ROADWAY IF APPLICABLE. R.rx.n23 rsm KU rats*, I,«orto. i t GENERAL NOTES DETECTABLE WARNING SURFACE DETAILS CURB RAMPS DETECTABLE WARNING PAVERS(IF USED) DETECTABLE WARNING e PEDESTRIAN TRAVEL SURFACE DIRECTION I. Install a curb ramp or blenaed tronsition ot each peaestrion street crossing. ".Fl=c1'1::%;%:o"Urn7it"go'sreirw'ette'pl=osr:?IrcreT"''AST'C-9".C-33. gi 2. 11 slopes snown are maximum allowable. Cross slopes of 1.5%and lesser running Mould De used.Adjust curb ramp length or orade of approach sidewalks as directed. 26.Lay full-Size units first followea by closure units consisting of at least 25 percent r, 125%1 of a full unit. Cut detectcole warning paver units using a power sow. RAMP 3.Maximum allowable cross slope on sidewalk on0 curb ramp surfaces is 2%. 4/ 4.Tne minimum siaewalk width is 5'.Where the sidewolk is adjocent to the bock of curb, SIDEWALKS a 6'sidewalk width is desirable.Wnere a 5'sidewalk cannot be provided due to site P h constraints,sidewalk width may be reduced to 4' for short distances. 27.Provide clear ground apace at operable ports, including pedestrian push buttons. M.III MM. L..emmE 1 i 5'x 5'passing areas at intervals not to exceed 200'are required. Operable parts shall be placed within unobstructed reoch range specified in BACK PROWAG section R406. PARALLEL CURB RAMP ,F 5.Turning Spaces shall be 5'x 5'minimam Cross slope snail be maximum 2%. CUROF B 28.Place traffic signal or illumination poles,ground boxes,controller boxes,signs, TYPICAL PLACEuENT OF DETECTABLE BARRING Et 6.Clear space at tne bottom of curb romps stioll be a minimum of 4.4.wholly contained drainage facilities and other items so as not to obstruct the pedestrion access route SURFACE ON LANDING AT STREET EDGE. '," within the crosswalk and wnolly outside the parallel vehicular travel path. or clear oround space. ti •7.Provode flared sides where tne pedestrian circulation path crosses the curb ramp. 29.Street grades and cross slopes Shall be os shown elsewhere in the plans. 1,.. Flared sides shall be sloped at 10%maximum,meosurea porollel to the curb. Returned curbs may be used only',Mere pedestrians would not normally wolk across 30.Chonges in level greater than 1/4 inch ore not permitted. PEDESTRIAN TRAVEL DIRECTION h the ramp au ac ,eitner becse the adjacent surfe is plonted,substontially obstructed, or otherwise protected. 31. The least possible grade should be used to maximize occessibility. The running slope of sidewalks ond crosswalks within the public right of way may follow the grade of TURNING 4 8.Additional information on curb ramp location,design, light reflective value and the parallel roadway. Where a continuous grade greater thon five percent 15%)must be SPACE 2 1., texture may be found in the latest draft of the Proposed Guidelines for provided,handrails may be desiroble to improve accessibility. Hondrails may also be Pedestrian Facilities in the Public Right of Way(PROW.,as published by tne needed to protect pedestrions from potentially hazardous conditions. If provided,handrails .ETECTABLE WARNING 1.1 i U.S.Architectural ond Transportation Barriers Compliance Boord(Access Board, shall comply with PROWAG R409. RAMP 0,, SURFACE e2 9.Imec,c4oran=:storficc12,,Tugzem tsrhlTecidti,:ncin?Lgdb;oapT=XeL,=e, ".Fial:=!zxtr:2:Zs sha""t protrude into the usoble landing area or into inte"ecting •qt possage aver or through them. 111111661.5'141-tRE 33.Driveways and turnouts shall be constructed and paid for in accordance witn Item '••••,g 10 Smallchannelizationislands,wnicll do not provideominimum 5'.5. 1onding at tne "Intersections, Driveways ond Turnouts..Sidewalks shall be constructed on0 paid for ST, • top of curb ramps, snail De cut tnrougn level witn tne surfoce of tne street. in accoraance witn Item, .Siaewalks.. 11 II.Crosswalk dimensions,crosswalk markings and stop bar locations shall we as shown 34.Sidewalk details ore snown elsewnere in the plans. PERPENDICULAR CURB RAMP BACK OF ,i•Ti elsewnere in tne plans. At intersections wrere crosswalk markings are not required, curb ramps snail align witn tneoretical crosswalks unless otherwise clirected. TOPICAL PLACEUENT OF DETECTABLE CURB BARRING SuRFACE ON SLOPING RAuP RUN. '1.6 12.Proviae curb romps to connect the pedestriOn acceSs route at each peaestrian street .5't crossing. Handrails ore not required on curb ramps. fl13.Sn.2m.!nd lonaings snail be constructed one paid for in accordance with Item 531 PEDESTRIAN TRAVEL Pl. DIRECTION t? 14.:=7„zorciej.:c.T:dc.1 minimum depth of 5.for ramps, flares and RNING MATERIAL DETECTABLE l OFandings,unless TURNING SPACE RS 15 Furnish and install No.3 reinforcing steel bars at 18.o.c.both ways, •unless otherwise directed. SIDA.y2RB ti I ii 16.Provide a smooth transition where the curb ramps connect to the street. EggIgNIgTANG P R PREFABZWE3ATTABLE BOTH ENDS THE RAMP I DETECTABLE WARNING SURFACE SIDE FLARE SHALL BE 5'OR LESS. '''=',:',12,Z4?':e="r;Y.'ecor',1"4::2,f,A77,7;.°7:2=7=tn OfrultPUtV ITYP1 FROM BACK OF CURB. .2 DETECTABLE WARNING •E o 18.Existing features that comply with applicalble standards may remain in place unless I SURFACE . o ....t otherwise shown on the pions. 2'MIN. , 1--- 0 WA NO.3 REBAR AT 18. IMAM -CENTER MIN,5.DEPTH EXCLUSIVE .5•MAX.11,111i BACK OF BOTH WAYS OR AS 0 CTED OF DETECTABLE WARNING CURB 19.Curb romps must contain a detectoble warnine surface that consists of raisedDIRECTIONAL CURB RAMP truncatea domes ccmplying with PROWAG. Tne surface must contrast visually with CL CAS AIFFjPL adjoining surfaces, including sit.flares. Furnish and install an approved TYPICAL PLACEMENT OF DETECTABLE cast-in-ploce oars Drown or dark red cletectable wornino surface material WARNING SURFACE ON SLOPING RAMP RUN. adjacent tO uncolored ConCrete,unlesS specified el sewnere in the planS. 20.Detectable Worning Materials must meet TxDOT Departmental Materials Specification SECTION VIEW DETAIL SHEET 2 OF 4 DMS 4350 and be listed on the Material Producer List. Install products in accordance CURB RAMP AT DETECTIBLE WARNINGS wi th manufacturer's spec i f i cat ions. mol-- fAlt 21.Detectable warning surfaces must be firm, stable and slip resistent. ,Texas Deparlment of Transportation Mantle. 22.Detectable warning surfaces of pedestrian travel,and exstheand TTT n ih i dth in the direction PEDESTRIAN FACILITIES pedestrian access route enters the street. CURB RAMPS 23.Detectable warning surfaces shell be located so that the edge nearest the curb line is at the back of curb and neither end of that edge is greater than 5 feet from the bock of curb. Detectable warning surfaces may be curved along the corner radius. 24.Shaded areas on Sheet 1 of 4 indicate the approximate location for the detectable P E D-1 8 warning surface for each curb romp type. FILE.Pe.. PoTaDOT I MVP I“.10,1 I c..1.111.4 0 1,0013 141..11C:,:02 MT.11 JOS 1 MISNIAV ^,gg SIDEWALK TREATMENT AT DRIVEWAYS F PLANTING OR OTHER 0 NON-WALKING SURFACE 0DRIVEWAY PAYMENT 9°:"•i r•e•• h Oa`P�� P. I 1 'b PROTECTED i- ZONE a /l� 111 4.MAX.POST v F u10e. !CKSIDXLK 57• ! PROJECTION �/h " PLANTING OR OTHER PROTECTED ZONE " 6 g NON-WALKING SURFACE 4'MAX.WALL °a .• I PROJECTION MAXIMUM 2% 6 0 CROSS SLOPE IIh DRIVEWAY PAYMENT\ 27•% � ' N .Wad ,''''�, CANE DETECTABLERANGE s�` ::: � ,y �+ CLEAR SPACE ADJACENT Al "r PROTECTED ZONE TO PEDESTRIAN PUSH BUTTON g NOTE. IN PEDESTRIAN CIRCULATION AREA,MAXIMUM 4"PROJECTION FOR POST \� OR WALL MOUNTED OBJECTS BETWEEN 27.AND BO•ABOVE THE SURFACE. Et .•• 'APRON OFFSET SIDEWALK @6 a Y MAX.LENGTH OF a OR IVEWAY PAYMENT OBSTRUCTION MIN.DISTANCE LJ°h BETWEEN OBSTRUCTIONS $ III H J� CURB S O OBSTRUCTION CD � P $~ OP PPp' (POLE,HYDRANT,ETC.I PEDESTRIAN WITH d §h44 GUIDE CANE .2 27 MAX. ) DESIDEWALK 1'MIN.AT AR5'SIDEwALK "STRICT"' "° ��� MIN 5'SIOEWALK + ° 4'MLN.AT MIN. WHEN AN OBSTRUCTION OF A HEIGHT GREATER THAN PROTRUDING OBJECTS OF A HEIGMT<27" OBSTRUCTION 27"FROM THE SURFACE WOULD CREATE A PROTRUSION ARE DETECTABLE BY CANE AND DO NOT r�i3 OF MOgE THAN 4•INTO THE PEOES TR IAN CIRCULATION REQUIRE ADDITIONAL TREATMENT. w AREA, CONSTRUCT ADDITIONAL CURB OR FOUNDATION AT THE BOTTOM TO PROVIDE A MAXIMUM 4.OVERHANG. DRIVEWAY PAYMENT S 4/NS OOSTRUCT LON(CON rRQLLER 1111 PLAN VIEW DETECTION BARRIER FOR �`p K y jW CABINET,M41LB0%,Erc.l PLACEMENT OF STREET FIXTURES VERTICAL CLEARANCE<BO" SHEET 3 OF v, �k NOTE: ITEMS NOT INTENDED FOR PUBLIC USE. • ��ijJWi�'4 MINIMUM 4'X 4'CLEAR GROUND SPACE ,Y � REQUIRED 47 PUBLIC USE FIXTURES. p/Vg7an •-•'9 j�K �\��(I� ,Texas Oeparfment°/Transportation Standard �s' W/ RAMP SIDEWALK PEDESTRIAN FACILITIES / CURB RAMPS NOTES, 3f WHERE DRIVEWAYS CROSS THE PEDESTRIAN ROUTE, P E D—1 SIDES SHALL BE FLARED AT IOU MAX SLOPE. 8 FILE:Pe.. os.re➢Ot�,oA Vvp nfr I wow I ePFKLJ. ID 3E 3E IF CURB HEIGHT IS GREATER THAN 6 INCHES,USE Y POT:AWAU DDAR CPT L .iv GRADE LESS THAN OR EQUAL TO 5%. HANDRAIL AND LL DETECTABLE WARNING ARE NOT REQUIRED. .rise v�,nif ' NV MOM I vcu xo. a tl3 TYPICAL CROSSING LAYOUTS SEE SHEET 1 OF 4 FOR DETAILS AND DIMENSIONS B, $` PREFERRED LOCATION OF 1? PEDESTRIAN PUSH BUTTON ITYPI a fi Y STOP BAR as k` 5'X 5'IMIN.I / + 5'X 5'IMIN.1 .?1-.. TURNING SPACE y+ TURNING SPACE 8 + / a+ >,k SPLIT RADIAL CROSSWALK / `'a• //://a+ 1 RAMP PLACEMENT Pti 1 SIDEWALK a r y a S/OEW�C F SIDEWALK +++ a + a r? __ �• / IDEWACENT a a a a 'k TO CURB TO CURB CROSSWALK 5'x 5',MIN.1 g MK SHARED SKEWED INTERSECTION WITH 1'W. 'LARGE'RADIUS n TURNING SPACE 2p a u.. N STOP BAR s Ko . 1 Al STOP BAR AT INTERSECTION g„ 5'IU / w/FREE RIGHT TURN L ISLAND c. TURNING SPACE (\ g` \ CROSSWALK SIDEWALK ok SIDEWALK 1 / +++ r r r + cb / St.' SIDEWALK ADJACENT I I N.1 /SIDEWALK REMOTE TO CURB MANEUVERING FROM CURB 5'X 5'UASIs SPACES TURNING SPACE OBSTRU I AT r CBSTRUCiION g' SIDEWALK I f 5'MIN. SKEWED INTERSECTION WITH-SWLL-RADIUS SIDEWALK I 5'MIN. r r y r y a r ' r+r+r+r+r+r+ .FF / 6'PREFERRED. b.2 SIDEWALK ADJACENT SIDEWALK REMOTE `" TO CURB FROM CURB ` ' +a `STOP BAR MID-BLOCK PLACEMENT '31a / PERPENDICULAR RAMPS a D! 5'X S'IMIN.I y � TURNING SPACE + ti I CROSSWALK I \ SIDEWALK a ++ J SIDEWALK SHEET OF r+r y + I o�,f SIDEWALK ADJACENT Texas of Transportation Standard Rd SIDEWALK REMOTE A•x�'EN.I� TO CURB FROM CURB MANEUVERING SPACES LEGEND: PEDESTRIAN FACILITIES SHOWS DOWNWARD SLOPE. - CURB RAMPS NORMAL INTERSECTION WITH'SMALL'RADIUS DENOTES PREFERRED LOCATION OF PEDESTRIAN ® P E D—1 8 PUSH BUTTON IIF APPLICABLE,. Flat Peale oT 0TA:I on VP I n.tM I[MPS LSD DENOTES PLANTING OR NON-WALKING SURFACE Y.V- NOT PART OF PEDESTRIAN CIRCULATION PATH. ,V.N_ O',DOT.MARCTI,f32 1 SUSI AS f TOMO V.-v."- spa. sn va s�i nin wag, I SAO w. S Pavement Edge �1: Shoulder width \ no shoulder 6. waste Ityp.l may vary(ryp.l�� ` y sF€ 4'YellwCOtt line R lo•min.-12'max. a i g = o lk *r 0 4'White1e y y �rE-: 30' IO' Edge Line = /^soh ld o �o 0 = a 3'min.-4.mow. 1'Solid yi T 3"min.-4.max, Yellow Iw Line Yellow Line i4: Shaul der wleth so may wony TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS ilSh Pavettt Edge 6•min.Ityp•1 g�= I - \ Pavement Edge 6'min,Ityp,l - /'min. W \ y Jn'mm,a.' w y STOP LINES JO'mmr a a q'White Lane Line Solid White o 0 \ t. = o a 4'White Lam Line 4'Yellow Edge Lira Width:12'min. $� o K * xl 0. old oo ,— 4•Mhlie Edge Line CENTERLINE / 6'min, 'Yellw Cep.UM 85c - 4'Solid CENTERLINE AND LANE LINES EDGE LINE AND LANE LINES Yellowline on�° FOUR LANE TWO—WAY ROADWAY 1123 mmin.-4.or trra sled ONE—WAY ROADWAY intersectapproach. To $i WITH OR WITHOUT SHOULDERS way greater thanWITH OR WITHOUT SHOULDERS WW1.Requirementss«'mi^•I Minh.Require cote IB'only/ Edgellnea for Centerlines ri Thart Edgel fnea Traveled Way Width a 20' Pavement Width IQ's W v 20' GUIDE FOR PLACEMENT OF STOP LINES, Pavement Edge 4"Mlnimun a 4•White L LineWhite ���� 30 45 EDGE LINE & CENTERLINE c� o /'White Edge Line o o Mal Brldpe Rall Based an Traveled Way and Pavement Widths for Undivided Highways �aa q'Yellow Edge Line 4'Solid Yellow Line ar F«e L t. a Of 0 TABLE 1 TYPICAL LENGTH IL) 5 A )11,0;minty- - 20'TYp• Iz'min.Median e'a. N'typ• Poste*Speed Fornula Width Nedim W Ohlte edgeline 2 Idth ILI 60 4^Yel low Edge Line11 13 min.Iran 45 L-WS adpaliM to C> I Lane width greater than or sepal to II' } 4::, stop/yleid line %e�m r�,.,rmi. „ey e.,,..n s,,..e.vn,. B.Solid White Channel Ring Line/ Varies •^r"^A••^••r^^.p ir.wa rn.w..w'SIP"' r. _ Iz'-24"White Stop or Yield Lome R White edpel Ins �°^I,�r �v'a e..>.r.e,n re,•.Q„r 4"White Edge Line NOTEsr v-Le r o-wrwrw,p,,,,rt.t anarn r or.r ar p 1 4'White Lane Line s•, s�o..a Wvxp _ « /._ I,No-paeWln 2me m brl / p dge approach la optimal but If used,IT shall be a mininm 500 feet lore. EXAMPLES: 2.For craeehafch lnq length ILI see Table I. 1,The width of the offset IWI and Me required croeahatching width Is the full shoulder Width In M B foot shoulder In adwarx)e a7 a bri All metllme shall th ll be field measured to tletermine e location of necessary striping.Stop/Yield advance of the bridge, dge reduces}o 4.The croeshotching le co uc t required If delineators or barrier reflectors are aced along the strture. bars and centerlines shall he plaoe0 when the median width le greater than 30}t.The medico 1 feet an a 70 MPH roadway.The lerpth o1 The cross- bars la defined ue the area betwe two road,raya of a divided hlghooy teosu-ed from edge of 5.For guard fence details,refer elsewhere In the plane, hatching ehalltl bar en traveled way To edge of traveled way.The medial ex°ludee turn Imes,The median width might be L B 70 560 ft, different between Intersection.,InterchangesA 1/«t shoulder In advance of a bridge red«ee to and of opposite determine approaches of the acne Iuired.tim. 2 feet m a 40 MPH roadway.The I.tgtt of}M...- The narrow median width will be the coniral llna width to determine If pot-kltso me required. ROADWAYS WITH REDUCED SHOULDER h2 feet mould Par L,414012/60'106,67 ft,rounded to 110 ft. FOUR LANE DIVIDED ROADWAY INTERSECTIONS WIDTHS ACROSS BRIDGE OR CULVERT GENERAL NOTES 3 to to" - Texas OBQ0 77tl �islon ASQO/�Qll0/1 Traffic MATERIAL SPECIFICATIONS 2/' I.EdgelThe ge atrlpiou atoll he as Whop In e the pima or as Inches by the Engineer. PAVEMENT MARKERS(REFLELTO002E01 DMS-4200 36' TM edge.Ina should typm.may he pleoto a minipavement ev l Ig ar beerran the edge of EPDXY AND ADHESIVES TYPICAL STANDARD pavement.Thle dletmce soY vary due To pavement reveling or other amditlone. CVS-6100 Edgelinee are not rewired In curb and gutter sectime of roadway.- BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS OMS-6130 FORPAVEMENT MARKINGS POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 45 1PN 2.The traveled way Includes only that portion of The roadway used for vehicular TRAFFIC PAINT DM5-8200 travel and not the parking lanes,sidewalk,berms,and shoulder..The traveled 7 To 12'rays Well be measured fromthe Inelde of edgeline to Inside of edgeline of a HOT APPLIED THERMOPLASTIC OMS-8220 .I is-1.12' PM(1)—1 ry two Imo roadway. PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 IB'IV V V V V V V V V V V L FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR LESS THAN 40 MPH Oiepoi sm.eeoer TM n �a,Mal gym, r n, All pavement marking materials shall meet the ^�' required Departmental Material Specifications a-B5 2-lI"'"" coo„nI ,e Ir�W oLL as apeclfied by the pion., YIELD LINES 5-00 et MATT.1". e. 3-00 22A 1 6" REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS u- PAVEMENT MARKERS IREFLECTORIZEDI DMS-4200 ig 2 FOR VEHICLE POSITIONING GUIDANCE EPDXY AND ADHESIVES OMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS OMS-6130 Pg TRAFFIC PAINT OMS-B200 e / a SEE DETAIL•A' SEE DETAIL'B' Centerline'N. Symnetrloal arolnd aenterllne HOT APPLIED THERMOPLASTIC OMS- E1220 ✓ Type II-A-A PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-B240 g 0 i Continence two-ray left turn Ione /TYpe lI-A-A a o 0 0 0 0o p og p a o Ar o a All pavement marking materl als shall nest the 0 0 0 0 0 o required Departmental Material Specitiwtians 12k I °o' I�—40' �I---40�I�—w'�I I ,D'--I---,o--�I�—,o I as specified by the plane. E . ED> 11e CENTERLINE FOR ALL TWO LANE ROADWAYS a o o ° Type 1-C I BO' IMr �yy` a _ Type1-C CENTERLINE AND LANE LINES FOR TWO—WAY LEFT TURN LANE A A Ta0 = 0 a SEE DETAIL"C• n Type II-A-A �/ Y i 8 a a Reflectorized aSlrfuce p TYpe I-C or II-C-R 0 80 ° I a I • p Type I (Tap View) .4 B0' a o $k o I 1 o a o 0 0 0 ag Type 1-C or II-C-R Y `— y"a (= 0 0 0 0 ii Ei: Rale.pavement marker Type 1-C,clear r\ I ea' -I $_o CENTERLINE & LANE LINES face toward narnal traffic,snail Ctl>. FOR FOUR LANE TWO—WAY HIGHWAYS be pm°ed an Bo-foat center.. p ; --- A _ Type II-A-A(<41 I• • A Type II-A-AAIIIIIIIIk .2 eflectorized _ —I': ,•_ T LANE LINES FOR ONE—WAY ROADWAY (NON—FREEWAY FACILITIES) Sarface 4• 3_4 Ral eed movement markers Type fI-C-R.hall have clear face Type II (Top View) e Ell O ! 1^_4• — I tawortl normal trains ana retl face tow°rtl wrong-way traffic. 4• 1 '°I® I4 Mir — t 35°Imk- TYpe II-A-A 25°ml DETAIL "A" DETAIL "B" DETAIL "C" AdMe 1 Ve U D U U V U B U U U U U U D U U U U U U U U U U O U U J U U U J U U 'II GENERAL NOTES Roadway CENTER OR EDGELINE Iz.I I. All rolead pavement marker.placed In broken'Inge surface SECTION A shall be placed In Line with and midway between III D B D V 0 B I D II1��-��1���1�1�1 �1�1�1'. the stripes. D �j 30' N BROKEN LANE LINE z' Nould concrete p eU totunthe eirdaela`tdtnw.wlagirudi�ul4 RAISED PAVEMENT MARKERS joints.REFLECTORIZED PROFILE ,l PATTERN DETAIL Texas Deportment of Transportation USING REFLECTIVE PROFILE PAVEMENT MARKINGS TrAIIc Wall GUIDANCEIalon USING Amihk ii" gi�•,,�Ir,'i, I RAISED MARKERS ❑4 W I❑ A 01' II 3aolnheioht11I0 y/t"•Y. qR EIgh••'/,'�, 6REFLECTORIZED PROFILE V A quick field check for the thickness of base MARKINGS Ilse and profile marking le approximately ® ® , I. , .,m. 2 to 3' 2 to 3• .scat To a stock o1 5 ylartare to o max inn PM(2)—1 2 hetd,t°f t ao-t.r.. ,•EDGE LINE OR CENTERLINE OPTIONAL 6•EDGE LINE OR CENTERLINE 4•LANE LINE OPTIONAL 6•LANE LINE 01401 Apr 1517 w+a I•, at I'" In, NOTE ,-sz z-IG,alwe cnI I..W Prof!le marking.ehal I not be placed on roadway. 5-es 212 piss aux I SMUT a. with a pasted speed IImit of 45 MPH or less. A m 2-W n ok 22B I limos \ > I idle(Lane o-oPl o�: 1 � Varies Mee rote Jl a. vorlea .,�� Il /. a bhg _- — -- � �oonea e•.Hite Lone repo.soda a 4 ° A e o TA N 1 'IyDe 1-[ vnl re W 3, — broken Al 21•kite u` �1� �— TYOe 11•A•A s .(3 N —"ar ia• buy['. IrrD.l--. �� N a ry TAP*II-A-A YO-lure 6gb p ° 3-1- 1•yel low broken 1•yel low°O110 g"g n — o a y a a 3 /32 _§; C> k **N .1 r Mile Myp1 `T'Pee I ICC C' ap aDaCea at ill. Yellow Solid r Pica Z 72• r :IS SEE Kim a lil DETAIL A �z �C z t. (((III n O >,�k YINOR c 77 / \ ***TYolXOl IY ow.'to%T the length of atarape Ime /� a o asp T30-UT STREET 1v ___LLLJJJ___ (',j is ,. type,-c B.... °oi id PI till mln. k .s. TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP ° I <t Wks 1Austltary tone! DETAIL C ES I�1 I 12•mi- Q2 'it -- z tied S.venire Lone Line x1-Wnl re crosswalk _T� ,ll ( ll A p n 'I stop tine online° Y �i MP I` a oE= � SEE p[rAIL E I T W I-c :5,..- ' Final Plaeemnr of Srao Bar GENERAL NOTES G�G P ._ \ .... hrough es ng on tion 111:1;11Si DETAIL A MATERIAL SPECIFICATIONS arrow nlorNings shvtid be used to v,a,ltvDry Ives of wore!mtial length. Lae use arrow mar other /'yel l0.bDl id tees Qllttr arrow foe workings uDetails for 7I PAVEMENT MARKERS SI IREFLECTOI112ED1 045-4200 words ma arrows as yawn in the Standard Highway EPDXY AND ADHESIVES 0M5.6100 Sian Designs far Texas, BITUMINOUS ADHESIVE FOR PAVEMENT WAXERS OYS•61 JO ],When lone used word and arrow markings are used, TRAFFIC PAINT 016•s200 two sets of arrows should be used if the length of thew,is greater that leg feet.When a alnale //�� /'whlfe broken HOT APPLIED THERMOPLASTIC pMS.°220 lone use arrow or word aid arrow marking,s used 4 / ,fFr— nor a short turn Imo,it heshouldful De too re0 of mLLJ, / PERMANENT PREFABRICATED PAVEMENT Wq°IN65 DYS-82/0 near the uwxean end or me rul l-.lath r,m loro. All pavement morkifg materials shall meet the /.Other aro°a.alk Dpfterna oa°lawn in tfe•Te.oa IlpntWl m Mni/arm half is Cmiral gev iced•mar be TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE redound Departmental Material 5701110[0;ms uxa. OS specified by the Plans. 5.Poised pavement marker Type 1-C with undivided nighwarS rluan medlars and two war left turn T I Ives. bolaad pavement marker type II-C-R with Yoe II-A•1 Ilarken3 1•rellOw Olviaad niahwpya m0 rat Wed medians. soda ip' Type II-A-A Workers S.A two-way w-w Should be nSIT altar e-uSdownatrepnvement --\\===== / IMO �x0 yl I Flieraedgorimi aiinfihomokllnatalt.i=eir thin a �' TT _ unless neared elsewnnefee In the plans.tar repel red . 30-IS' I I�al—:\ —.— Full Late'Toth Texas a�rq an tllglll Of Tfd/1$pOFfOf/Qnl Typical 17 Min. Traffic OPerdNons ONlslon ut DETAIL A I . f PAVEMENT MARKINGS FOR I + m TWO-WAY LEFT TURN LANES ❑_1I•ITyol 0 I - nafa6 DIVIDED HIGHWAYS AND E — — RURAL LEFT TURN BAYS -°. i.t°1 ee Bore 5 PM(3)-)2 ©loot ser11 lase 3. 2.17-- at , I,..MOTIo..�t,00t XlIn.,e«, TYPICAL TRANSITION FOR TWLTL 5 TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS5.. �, oLL AND DIVIDED HIGHWAY t2 elt, 3301, I 3.1w> 2-lo 22L .L NOTES 3_L \%\j AI:Center of RR mast to center of rail: 12'minimum, 15. typical. Sidewalk or mated use pathway. 90. v See latest PED standard sheets Detectable warning "` 111% A2: Tip of gate to center of rail: 12.minima, 15'typical. for pe Oestri an facilities (x21 w•` B:Center of most(Cantilever,pate,or most flasher(of nearest active traffic control device to stop line:8' (NOTE:Stop line may be moved IIw ( ;�` \;` as needed,but should be Ot least B'back from gates, if pfesenil. Tuo Curb and \,` t\ _..q Cs Center of tletectable warning device to nearest rails fi'minimum 5 See RCD121 if>25' qq-� .�' gutier� E, a. 0---' —'a D:Center of Oate mast to center of cantilever mast:6' typical. 2. `,\ ` NOTE:CanTi lever may De locatetl in front ar behind gates. 4'Broken ,` ° < 90. E:Edge of median ar curb to nearest rat l: 10' typical. /17Are o (81e10.1 76'DIA, o \,` "` c 1 NOTE:Design meat an edge to De parallel with rail. l g e ®N P�;�` "` ° F. Etlge of planking panel tram eage of pavement or si0ew01 k:3'minimum. II �4"Yellow DJ NOTE:Fieltl panels neetl not be in line with gauge panels. -53 r= "\ \%\ ° d—� G.Length of panels along rail:8'typical. 22 IOPTi°n°II ( gg C \ " b N:Width of field panel:2' typical (check with railroad company,. ,byy 1 F-``;` ",` 1:Distance between rails: 4'-8.5". l'„' 4'Broken �-24"Wnite� t1 ` 24"White J.Tip of pate to tip of pate: 2'maxima for Quiet Zone SSM or 902 'gca 1White = l6'White ° "\ \,\ o of traveled way covered Dy gates for all diner locations. �. xo - -� k:Nearest edge of RR cabin from eage o!pavement: ]0' typical. Vg� NOTE:Cabinet not?:Wired tP be parallel to eage Of pavement. ED,SEE DETAIL A !8'•VI, °x�_ ;;\ ,` A1 L.Nearest edge of RR cabin from nearest rail.25'typical. w ..:o \ M:Center of RR most To edge of siaewal k:6'minima. i'h o 4"White o .��` 24'Wnite R p \,` \ N:Center of pate mast to Igeatlifig eage a(non-traversable median: � � Ix21 �r,\,\ "\ 100'minima to qualify os a Quiet Zane SSM. NOTE:fi0'will 11'YY suffice if mere is a street intersection wi Tnin The 100'ono w°� $ �p II—O�I� 5 all street intersections within 60'are closed. Oh ,\ \ �\ 30' _I R �� .{ ` Edge of 0:Width o!median: 8'-6'minima, 10' typical when usi nq metll on gates. g I f I� t \.� . pavement NOTE:Center of gate most minimum 4'-3.from face of curb. 5- I0' 60' I ���t"` $`� �� 6' H-1 6• � `t B 0 �� 0 tc P:Center of RR most to face of curbs 4'-3'minima. BP�� (o. I S r Center of RR mast to edge of pavement(with shoulder(:6'minimum • Center of RR most to edge of pavement Inc shoulder. 8'-3.minim., wg° ' m Tu II R R W10-I Ili NOTE: BNSF prefers 5'-3., 7.,and 9.-3.minimums,respectively. 36.DIA. 0:Gate length:28'or less typical,but railroatl company may allow re uP to 32'untler 9PGCi aI Cif C.119fanCes. v° 16 0 R:Stop line to first RR Crossing transverse line Ibike lane(:50. typical. 'I� DETAIL A 2—WAY, MULTIPLE LANES EACH DIRECTION �, 5:Stop line To GRADE CROSSING ADVANCE WARNING WIO-II sign and atliacent N�•g` • RR Crossing pavement markings. See TODIe I.See RCOI21 for Pine?signs. Y° ):: TABLE I LEGEND GENERAL NOTES Desirable 1.Medians and curbs must be non-traversable to qualify Approach Placement i Sign as a Quiet Zone Supplementary Safety Measure(SSW. 5peed(mphl (feet) O Non-traverSOOle curbs in Quiet Zones are 6"toll minimum 4'BrokenObject Marker and used on roadways where speed does not exceed 40 rtph. Yellow a 10' 60' 4-D ble Solid r 20 100 Double Yellow (w 25 100 a Traffic Flaw 2.Raised pavenlenT Ilgrke?s may De used to supplement striping. 30 100 See PM11 and PM 131 standard sheets. ° 35 100 ;I 1 Cantilever 3.Medians preferred whenever passible to prevent vehicles [� o ✓' 40 125 LJ�'—"� Gate Assembly from eri vinq around gates. 45 T5 LJ� 50 250 q Mast Flasher 4•LongiTutlinal eage striping nay be cantinuetl Thru cr°asinq �1 55 325 d Pair os neetlea Illumination may°I s°be consi°eretl far nignttime I. s 60 qpg visibility. W10-I . 1 65 475 5.See SMD standard sheets far sign mount;nq details. 36'0 IA. �. 0�2 LANES,2—WAY 70 75 550 650 6. aer isns n Stan da emNeigtn wm rking Ddesign sf.ar Texas I51-601 mdnuol Traffic b u 1 % Varies rai elroad company(witn �f g0/vlahns 1 NOTES r ,Texas Oepertaent of hansportetlon s=r, T Concrete Oracle crossing pavement pavement TI Tip of gate to edge of curb: fi•.I ° Rubber Gouge Field r. RAILROAD CROSSING u-- °:7 1'max for Quiet Zone SSM, Insert Panel panel 6• �� o , 90'/.of traveled way covered DETAILS e '1°°°tgaTes for all other `:`'�� J�i°^5 +_��g�Bose SIGNING, STRIPING, AND a ° U.Non-iroversob le curb . • DEVICE PLACEMENT xs length from bate: 100'min. far a Quiet Zane SSM, IllIMEMIZIMII�— 10'min far all other RCD(1)—)6 5 I p— CI 10' nun ?cal-I6.aR, on IrWi cu loos(oY,1raD1 n.ivp,i 6'Perfaratetl drain pipe me xe WIO I with ballast lay nestled( ©ixaat FEBRs1Rt 2a16 I mg../ l5.0(A.oi6.4.k. 1—WAY STREET WITH CURB CROSSING SURFACE CROSS SECTION M.,,ww n,_� �^• J oW II I 50 I 50 I)2� TABLE I GENERAL NOTES I.Railroad company to provide active traffic control devices, II o II _ _ II Approach Desirable CROSSBUCK IR15-I1,NUMBER OF TRACKS Plaque IR15-2P1 (if more than II Speed Placement 1 track),antl EMERGENCY NOTIFICATION II-Ill signs. I 5•,; (mph) Ifeetl f ©OR®f O f O Q ® O f 2.LOW GROUND CLEARANCE fW10-51 signs may be relocated further °V Q f O O N® 20 100 upstream of crossing to provide advance warning of alternate route. I (0(l' min I See Table I (5' NOTES 25 t00 5 S li' in 30 100 3.GRADE CROSSING AND INTERSECTION ADVANCE WARNING IW10-21 signs may Y p pothwo 35 100 be modified as needed to fit roadway geometry. I.A shored use palhWa 19 considered a separate y V; See Table 1 crossing when more than 25'from traveled way of 40 125 4. Table I placement distances ma vat adjacent roadway. y y per Sept.2C.OS of the TMUTCD. $8� (if no©or®Sign used) NOTES 45 175 «. 2.Detectable warning used at stop bar. 50 250 5.See ToOle 1 to determine placement of STOP AHEAD IW3-II ono •- YIELD AHEAD(W3-21 signs unless shown otherwise. I.Stop or yield sign may also be 55 325 .•a g installed to the left of the 3.Smaller sign sizes preferred than shown to the right ° crossbuck sign,rather than below it. on this sheet. 60 400 6.DO NOT STOP ON TRACKS 018-6I signs installed when potential far 65 475 vehicles stopping on tracks is significant as determined by °ii OF PASSIVE CROSSING 2'A 2"white retroreflective strip PATHWAY CROSSING 70 550 sealing engineer. Install so sign saes not block view of RR mast. `i. shall be installed on front and back O(Cfp59buCk sign post. an 75 650 7.See the Standard Highway Sign Design for Texas(SHSDI manual for g` sign and pavement marking details. YY NOTE -B SIGNS a:b © This design snows a 4-way stop scenario ----T IF NEEDED g°� El C only. Other signs may be substituted for .11 Vg` O'E scenarios. traffic signal or other also control 1= • •• scenarios. This note also applies to d¢ rCi T-Intersection design below. a� Ad-- •R R ,w,F>� F IAd = 0-5 r�F I ` 0f III 6"X36" °pp �Q �04 See Table I Intl ASS O— 6 �S O WIO-I O WIO-2L O WIO-2R O WIO-SP i O 2-WAY A Y If LEARAMCEI � 1 7 O 36"DIA. 36"X36" 36"X36" 30"x24" gS. IF NEEDED IF NEEDED $?; II �� II 'Ii II�� II Mind 7' median width Min 6' median width 'fib � RIS-I 5. II support sign to support sign :■: DO NOT agkk 5� 4B"X9" bhc ©f I f C)F __ ' STOP �RI-I �Q-a�9, gF7 i�l ON • 36"x36" 3 R15-2P .So F' •B• Q © TRACKS ( I RI-3P TRACKS 7"x1e" 'Qgga Side lights lif"A"<100'I ' e� ' Fi = ALL WAY 18"x6" el RI-I u 5 Ili!" O RB-8 ©W3-I 7 36"X36" 3 f I■, 24"X30" 30"X30" O O N`g © 8F See Table I OF '/l Ol;LA 5-I y WI0-1 o,.ayuv ° 2—WAY WITH MEDIAN 48"X9" bc.iii.„s, .,5,14o q/ ?� R R 36"D[A. "A" C 100' "A" _>100' G J e Y S� R no,en<ne s.r n 15 I TRAGX7 275X18" Po1,4}7 48 X9 Sion nay See Table I.Place pavement markings be placed and signs an opposite side of See Table 1.Place pavement markings and signs I f O� ' XO LAt[5 WIO-13P perpend."B" intersection from rail if spacing between rail and intersection if spacing from q F f\\®/J TRACKS RIS-2P OR LILRi3 30"X24" to travel from Table I would put markings Table I would put markings within intersection. \_ 27"XIB" tones.within intersection. o�� RI 2 10 II "" 12 [-Ix9" } GRADE CROSSING AND INTERSECTION ADVANCE WARNING — 48"X48"X48" IS "C" See Toole I. IWI O-2,WI O-3,WI0-41 signs should only be = :., A inttaliedersect if W10-1 sign i5 not between (F NEEDED KK Includes a NO TRAIN HORN Plaque(WIO-9P1 intersection and railroad crossing. If needed, ,F if crossing is in a Ouiet Zone.LOW GROUND see Table I. CLEARANCE Pla q F O5 F qua(W10-5P1 if neetletl is See Table I - mounted bet aw WIO-2/WIO-7/Wa-4 signs. GRADE CROSSING NEAR A PARALLEL STREET 4 I—WAY 13 30430" 1 IXN3 HON 30'X24" CLEARANCE 309X24" 0 ' 4 iQ See Table I let ■: .1® l0 —I 1 O Operatl°ns ' LI is I I I ) 4O5 .10 - ,Texas Department of Ttensportebon 5tavneaM I — --'' IMBUE �0 = — RAILROAD CROSS ING ..'. I i .�M= NOTE — e —.. Q g4F 1- �i� I DETAILS K Ra signs A. dilroad crossing pin markings and DtC" 1 f 01. SIGNING & STRIPING adjacent signs not included when distance14 >100' between near edge of intersection and near NOTE 4 rail is less than 100'. GRADE GROSSING f See Table I RCD(2)—16 AND INTERSECTION ADVANCE WARNING(W10-31 Separate active traffic ■Use Table I if sufficient signs installed on roadway parallel with control devices,railroad space exists. roil in this case. crossing pavement markings, niFi rC47lfi.age u"IrVO�I�u�IvTlauiicXal ice irVai and adjacent signs required ©HOOT EEARVIRT 7RI6 wlye„ T—INTERSECTION when tracks are mare thdn 2 ADJACENT CROSSINGS I6t03t :, O4 100'apart. OUT I mw. I WV IC. TRAFFIC CONTROL STANDARD DETAILS AND EXHIBITS BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: R•.ae l"9I 97 I e I 2a5 Ie91 , I. The Barricade and Construction Standard Sheets (BC sheets) are intended N t„ olons: FLUORESCENT ��devices, '• Rr�" �a 55 show typical examples for placement of temporary traffic control R•13 eDRDEn AND ST•AM•Y ALERT _EL' 4tleViC05, construction pavement markings, and typical work zone signs. m BACKGROUND The information contained in these sheets meet or exceed the requirements BLACK shown in the"Texas Manual on Uniform Traffic Control Devices" (TMUTCD). R•l.I- LEGEND ; f �/ --' /- 1.25-2. The development and design of the Traffic Control Plan (TCP)is the /�R••79• ORANGE oh''' responsibility of the Engineer. '`` \ FLUORESCENT ��' .t • `R•75' ` BACKGROUND , .'- 3. The Contractor may propose changes to the TCP that ore signed and sealed BLACK i'g by a licensed professional engineer for approval. The Engineer may develop, WHITE • BORDER a i. 8'i sign and seal Contractor proposed changes. eND SYMBOL = !`` 4. The Contractor is responsible for installing and maintaining the traffic BLACK 1.25- ` control devices as shown in the plans. The Contractor may not move or change N �. FYg the approximate location of any device without the approval of the Engineer. \. , TALK OR TEXT LATER eX 5. Geometric design of lone shifts and detours should, when possible, meet the WHITE '" ga applicable design criteria contained in manuals such as the American O © - •0 L( 7 45 Association of State Highway and Transportation Officials (AASHT0), E-t "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway P✓ 20• I 20• 2D• Design Manual"or engineering judgment. m� CD CD O v, 1.51. 12' i.B�6.-7y2.i- I• I4•6- i5- gash 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC O O O 6o- ray FINES DOUBLE, and other advance warning signs if the signing would be a Si3Y redundant and the work areas appear continuous to the motorists. If the m�v J.0•Radius, I.25'Baresr.O.TS'lndenT,Block on Yellpr adjacent project is completed first, the Contractor shall erect the CD O O i ugh necessary warning signs as shown on these sheets, the TCP sheets or as [STAY ALERT,Fonts D 8 • directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be J 3.0•Rod(us, 1.25•Border,0.75•Indent,Black on Orono, revised to show appropriater, [TALI(OR TEXT LATER,Fonts C speci(Ted len0tni •'�@ work zone distance. 6 NI.68"•167"1.68•I6T•1.68- ac 7. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes .31• , 1• - „31 .Sc justify the signing. 8. All signs shall be constructed in accordance with the details found in the gy "Standard Highway Sign Designs for Texas," latest edition. Sign details lli not shown in this manual shall be shown in the plans or the Engineer shall e'er provide a detail to the Contractor before the sign is manufactured. SIGN DETAIL (G20—I0T) . 2- 9. The temporary traffic control devices shown in the illustrations of the a xa BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown on BC121, the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail G20-1071 and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected in advance of the CSJ limits. However, Only pre-qualified products shall be used. The"Compliant Work Zone the TRAFFIC FINES DOUBLE sign will not be required on projects consisting Traffic Control Devices list" (CWZTCD) describes pre-qualifies products solely of mobile operation work, such as striping or milling edgeline rumble and their sources and may be found on-line at the web address given strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs below or by contacting: shall be erected at or near the CSJ limits. Texas Department of Transportation II. Except for devices required by Note 10, traffic control devices should Traffic Operations Division- TE be in place only while work is actually in progress or a definite need Phone (512) 416-3118 exists. 12. The Engineer has the final decision on the location of all traffic control devices. SHEET 1 OF 12 13. Inactive equipment and work vehicles, including workers' private vehicles THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT rram. Operations must be parked away from travel lanes. They should be as close to the http://www.txdbt.gov ,Texas Department of7hansportatlan Starne re right-of-way line as possible, or located behind a barrier or guardrail, or as approved by the Engineer. COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMSI BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST (MPLI GENERAL NOTESl[ I. Workers on foot who ore exposed to traffic or to construction equipment ROADWAY DESIGN MANUAL-SEE"MANUALS (ONLINE MANUALS)" AND REOU IREI€N T S within the right-of-way shall wear high-visibility safety apparel meeting STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSDI the requirements of ISEA "American Notional Standard for High-Visibility BC`')-,Y w Apparel,"or equivalent revisions, and labeled as ANSI 107-2004 standard TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES ITMUTCDI performance for Class 2 or 3 risk exposure. Class 3 garments should be !I. Pc-14,dun o.7.007 fir.,7.p071 o1,7.W7 fir.,7.0m TRAFFIC ENGINEERING STANDARD SHEETS considered for high traffic volume work areas or night time work. (p7.0!T Nov.er 7007 oxr ssnl b. I elwn:. 0 4 /-03 5.10''B14 I sK 9-07 7-13 onr rover n xa 95 TYPICAL LOCATION OF CROSSROAD SIGNS T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACINGI's'a RO/D WOPN ROAD CR04O WOPA SPACING d WXT X YILES WOK I ROAD WORK I d Nan Y Y8E5 SIZE 020-2 END Q N[li 1 WLFS O AHEAD Wet X 41l[]O gZ0-IbiR G20-IOR �{ 0 IRO/0 egRxl IfWRllonal CW20-10 6 \ \see Note /G20.1°T I Sign Convent ion°I Expresway/ Posted Sign 5•_ \11 I aM 41 1( x Number Speed Spec inq INTERSECTED 1 Block-City ( 1000'-I964k -Nry Convent Freeway Sign °w i i ROIgA17 1000'-1 SOD'-Hy I Block-CItY or Series ��� X .{. _ Feet bk!s CROSSROAD X X x 4 1 / CW20 . MPH (Sport./ L`. x x X CW21 30 120 i WORX 80 Limit �0- 20NE CW22 4B"x 4B" 48"x 4B" 35 I6CI ��� L cm•5mP ZONE BEGIN m IT CW25 „• I. I. I. TRAFFIC G20-ST NOAO WORK R20-57 40 240 R20-ST I(11[YILES u«g ROAD ROAD WOP% FIWS y DOUBLE 45 320 a WORK d I(11 y YILES DOUBLE G20-67 / ' \ R20-SafP „ CWI,CW2, 50 400 $'±� AHEAD • Wn x YILES GI CxD RZO-So1P�"p a + \ CW7, CWB, 36.x 36" 48"x 48. L SN CW20-10 G2a-2 IRDID sroRll CW9•[WI I, 55 500 G2a-lot ;Opiionol '� Note co,II 1a / ENO I CW14 60 6002 1 vW 41 ROAD WDRX ggw czo-z 65 7002 QMaY be counted on bock of"ROAD WORK AHEAO"ICW20-101 sign with approval of Engineer. CW3,CW4, 70 800 2 .1B K IS.rote 2 below, CW5,CW6, 48"x 48" 4B"x 48" "K I.TM typical miniman signing on a Crossroad approach should be a•ROAD WORK AHEAD'1CN20-IDlsign and a CSJ LIMITS AT T-INTERSECTION CW8-3, 75 9002 go«_ 1G20-tl END ROAD NDHK'sin'unless noted otherwise In plane. CW10,CWI2 BO 1000z 2.The Engineer may use iM reduced size]fi'x 36"R010 011K ANE/O ICN20-101 sign mouthed Dock fo back 1.The Engineer will determine the types and location of any additional traffic control devices, 7 �gu SI to ten rented size]6'x I5"•ENO P010 NORK'IG20-il sign on tar va llste crossroads lace Wte 4 under such as a flapper and occomponyinq eians,or other signs,that should be used when work is m a ` •Typical Construction Warning Sign Size and Spacinp'1.See the•Stantlard Highway Sign Designs for being performed at or near an Intersection. ` Texas"manu01 far sign details.TM EngircN may°nit ten advance worming dons on for volume s For typical sign spacings on divided htghenys,expressways and freeways, li e1 Grossroopc.The En0lnear rill tletennino blether o nano la for vollsn0.this lnlormotim shall be drown 2. If construction closes the road of a T-intersection the Contnxtor shotI place the"CONTRACTOR see Port 6 of the•Texas Natal on Uniform Traffic Control Devices• y In the pima. NAME-IG20-6T1 sign behind the Type 3 Bdrricatles far the road Closure!see BCI101 also,. ITWTCOI typical application diagram;or TCP Standard Sheets. G«d 7.Based on existing field conditions,the Engineer/Inspector may rewire additional signs such as FLAGGER The"ROAD WORK NEXT X MILES"left arrow1G20-1bTL1 and"ROAD WORK NEXT X MILES"right arrow osli ANE/0,L005E GRAVEL,or Other appropriate signs.When adds t i71 signs pre requi retl,these signs rill I620-1bTR,"signs shall be replaced by the detour signing cal led for In the plans. s Minimal distance from work°red to first Advance Warning sign nearest the OC GTIOn aid part of foe mnim"requi *non,iM Engineer/Inspector ri Il tletNmine the prthe work area and/or dieter.between each additional sign. $. location and space g of my sip not ah0 n on}M BC sheets,iroffie Control Plan sheets ar iM Work $ Zone stanoard Sheets. GENERAL NOTES w k g 4.TM•ROAD WORK W%r X MILES"IG2O-IaTlsign shall be require°a}nips'alum crosNptWs fo advise 66 motorists of Tne tenpin of consiructim In e1 inN Oi reclean trDn iM intersection.iM En01ne I.Special or larger size signs may be used as necessary. m will tletermine whether a roa.ay Is considered high volute. L 5.Additional traffic control devices may be shorn elsewhere in the plans for higher voluse Crossroads. Z.DIstonce between signs should°e increased as required to hove 1500 feet 1.?..y S.when work occurs In the Intersection°rep,appropriate traffic control devices,as snows elsewhere in otivance warning. the pions or os.termined by the Engineer/Inspector,shall be in place. 7.Distance between signs should be increasetl as required to hove 1/2 mile .Sa SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS or mare odvmce warning. .' WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS k >a 'Ela G20-9TPNW No'R 4.]6•x 36""ROAD the WORK AHEAD.ICN20-101slgns may De used on low volute SPEED zpxE STAY ALERT crossroads at t discretion of the Engineer.See Note 2 under"Typical ROAD LIMIT TRAFFIC pBEY Location of Crossroad Signs". BEG INpppp y/ppp P20-Si%M HWS +1 WANNINO E�Vw 1Hif C2G-5T Itti yWLES ,..,,, %I PASS AHEAD X X DOUBLE \,I SIONS S.only Dimond shaped warning sign sizes are iMicatetl. 'i-= )/f� '''roar Tatel STATE LAW CW20-ill ROAD L( u iss ® %iFR2-1 R20-So1P74%„�" TAUM TEXT 1A1fA sign listing Sign Appendix Highway �g. Yr 4LG29-6i I, CNI]-IP 0/20.10 6.See size lists In"TIAITCD•,Si A ndix or the•Standard HI ROAD OR WI.4R mrt O C20-10T*H R20-JT%Is SignDesigns for Toros"manual for complete list of°voinDle sign design WORK �� AHEAD r<o \ g^ AHEADX''''' X Y x % x % x 1A X sizes. { / CYOe]BarrIGaM ar 1 ]x N gWZp-l0 CWI J-IP rmmuliZing tleiE twel—,r—C ON I a { p LEGEND Type 3 Barricade Ca• oOO Chan/Bepiming of SPEED END OI NO-PASS ING R2•I LIMIT 'H. ZpWIgZ 207*% i 5ip line shouldN0 coordinate O X X occur between milmpl work spaces,the Engineer/Inspector should ional I SKI with sign * Warning Sign Size and "ROAD WORK AHEAO"ICW20-I0lsi9ns are placed in=hence of these work areas to remind drivers they are still C20-2%* Ix°tion NOTES 0 Spgcinp apart or the within the project limits-See the applicable TCP sheets for exact location and spacing of signs and TMUTCO for sign cmmmelizing devices. The Contractor snail determine the appropriate distance spacing requirements. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS to be placed an the G20-1 series signs and"BEGIN ROAD WORK NEXT X NILES"IG20-57Isign for each specific project. SHEET 2 OF 12 WOPK k A iFif G20-SaP ZONE STAY ALERT This distance.roll replace the"%"and shall be rounded I 3F❑ BEGIN 5PEE0 oaEY to the nearest whole mile with the approval of the Engineer. -*• ble X..*G20-5T R0/ WORK TRAFFIC WARNING No decimals shall I be used. OpeTre 21. ROAD ROAD ROAD IE11 XIMES LIMIT 4F3FR20-51 FINESiv) siEte ,Maas Department of 7ranaportatfan er°A CLOSED en., WORN WORK X X DOUBLE STATE LAN 0 The'BEGIN WORK ZONE"IG20-9TP)and"END WORK ZONE"IG20-2bT1 GOVI-41. AHEAD �z MILE %iHR20-SaiP IAUt OR iExl UlDi shall be used as shown on the sample layout when advance I�ICNI-6 TearyperiCtoe or �X a-10 0206T �umt FFR2.1 G20-I OT P20-31 signs are required outside the CSJ Limits. They inform the 1 clWnellzHg CWI7-1P CWIO-1E X'* M14 %W' motorist of entering or leaving a port of the work zone devices lying outside the CSJ Limits where traffic fines may double BARRICADE AND CONSTRUCT ION \ \ \ �1�_ X X� If workers are present. PROJECT L IMI T M % it X i4 X 4 { x 4 { { 4 4 4 *K NOQUIree CSJ Limit signing"See Note 10 on BCI11. TRAFFIC /A>&,,''-- FINES DOUBLE signs will not be required on projects I (} consistlog s ly of mobile operations work. mom aBC(2)-14 Ilzing 4�CSJ Limit Area far placement of"ROAD WORK AHEAD"(CW20-a Trefn C�nhaammee and other.i or devices a.col led Tor on the Traffic k-I{,� two 7tAp1Jm,TX00ilmv TOOT 1n+Tw0o7 } Devices 1 SPEED Control Pion" ma on I .Iw'r.. �/�1 % R2-1 ®legal Hoverter zmZ SPACE �� I ... 1 I LIMIT O B Contractor will install a regulatory speed limit sign at M. P010 eORK �X X O the end of the work zne. 7-Oi 8-14 vu1 WWI I SKIT O 4 cza-z x ac i TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory,established in accordance with the'Procedures for Establishing Speed Zones,' Is and approved by the Texas Transportation Commission, or by City Ordinance when within Incorporated City Limits, tg s'w Reduced speeds should only be posted in the vicinity �e airp morn for 01 i Direction only. GSJ of work activity and not throughout the entire project. Signing shown far Sea 0c121 for LIMITS one direction only. CSJ 'g additional advance Regulatory work zone speed signs (R2-1) shall be removed SeeBC12,for /LIMITS signing. or covered during periods when they are not needed. S;�;atldltsigni advance Y// ng, Y I. I i- b I. I. I. Jr I. I. I. 1 I .g°'„' See General 1\ >< Note 4 IT50'-I500"1 S Npre General „g N C IISa'-1500'1 > <See General Nate 4 < '< n n ^ ^ Mg SPEED WORK LIMIT Q WORK ZONE G2p-SaP / ❑ G205 oP I L` 0 ZONE SPEED LIMITSPEEDSPEED R2-1 SPEED IIMIi 6O Q WORK WORK LIMIT eiiCw3-SLIMIT R2-77 0 I ZONE um, ZONE um,S6 0 X2-16 0 R=-I6D SPEED SPEED �„ O R2 1 "a� nl-5 LIMIT LIMIT C� v r 0 "-I-I (_-(J 0 R2-I InGUIDANCE FOR USE: ;So LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES aR€ This type of work zone speed limit should be included on the design of I.Regulatory work zone speed limits should be used only for sections of construction i€; the traffic control plans when restricted geometries with a lower design projects where speed control is of major importance. speed ore present in the work Zone and modification of the geometries to 2.Regulatory work zone speed limit signs shall be placed on supports at a T foot minimum r a a nigher design speed is not feasible. c _ mounting height. 3.Speed zone signs are illustrated for one direction of travel and ore normally posted Long/Intermediate Term Work Zone Speed Limit signs,when approved as described above,should be posted and visible to the motorist when work activity is present, for each direction of travel. Work activity may also be defined as a change in the roadway that requires a reduced speed for motorists to safely negotiate the work area, including: 4.Frequency of work zone speed limit signs should be: al rough road or damaged pavement surface 40 mph and greater 0.2 to 2 miles bl substantial alteration of roadway geometries(diversions) 35 mph ontl less 0.2 to I mile cl construction detours tll grade 5. Regulatory speed limit signs shall have block legend and border on a white reflective el width background ISee"Reflective Sheeting"on BC(4)1, fl other conditions readily apparent to the driver 6.Fabrication,erection and maintenance of the"ADVANCE SPEED LIMIT'ICW3-5)sign, As long os any of these conditions exist,the work zone speed limit signs "WORK ZONE"IG20-5oPl plaque and the"SPEED LIMIT"IR2-Ilsigns shall not be paid for should remain in place. directly,but shall be considered subsidiary to Item 502. 7.Turning signs from view, laying signs over or down will not be allowed,unless as SHORT TERM WORK ZONE SPEED LIMITS otherwise noted under"REMOVING OR COVERING'on BC141. This type of work Zone speed limit may be included on the design of the traffic control plans when workers or equipment are not behind concrete B.techniques that may help reduce traffic speeds include but ore not limited to: SHEET 3 OF IZ barrier,when work activity is within 10 feet of the traveled way or actually A.Law enforcement. Tr7 to in the travelled way. B.Flogger stationed next to sign. " Operations C.Portable changeable message sign IPCMSI, ,Texas Department o/Transpeane n alrlslon StantleN Short Term Work Zone Speed Limit signs should be posted and visible to the D.Low-p monitor(drone)radar transmitter. motorists only when work activity is present.When work activity is not E.Speed trailers or signs. present, signs shall be removed or covered. 9.Speeds shown on details above are for illustration only. BARRICADE AND CONSTRUCTION 15ee Removing or Covering on BCI41), Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED LIMIT IO.For more specific guidance concerning the type of work,work zone conditions and factors impacting allowable regulatory construction speed zone reduction see TXOOT form x1204 in the TxDOT a-form system. BC(3)-1A x-14.opn a.7401 Iv,TOM loe%NOT lc.1x001 lO tsoet Noavmoer ease and a ''"" 010 DLL 9-07 B-14'I nia T-il MR [T.a. L vt l GENERAL NOTES FOR WORE ZONE SIGNS TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS 1. Contractor moll install and maintain signs in a etralgnt and alum condition and/or as directed by the Engineer. 2. Wooden sign posts shall De paint.white. 5. Barricades shall NOT be used as sign supports. 4. All signs shall bar Installed in accordance rite the pions or as directed by the Engineer. Signs shall be used to regulate,worn,and 2'min. ROAD aide the trove ling obi h either through the rook zone. z' s. ins contractor may furnish airner rna sign.sign shown in the plans or in the•star oo a Highway sign Designs for Texas"IsxsDl.The 55 ROADK WORE miniu m ROAD .� WORK - Engineer/Inspector may rewire the Contractar to tarnish artier cork zone signs that are mown in the t11U700 our may have been omitted WORK AHEAD Fran - WORK - AHEAD from the plans.Any vcriation in the plan.Shall be documented by written ogreemenr between the Engineer otd the Conte actor's AHEADcarb Responsible Person.All champ.must be documented in writing before being implemented. This can include documenting the changes in ii I 6, .� AHEAD I the Inspector's TxOOT diary and having barn the Inspector and Contractor Initial and date the agreed upon changes. lili; y 'min ® 6. The Contractor shall furnish sign supports listed in the'Compliant Nark Zone Traffic Control Device List'ICN2TC01.The Contractor ;«p 6 tl *. shall install the sign support in accordance with the manufacturer's recawendatlons.If there is a question recording Installation ob procedures,the Contractor snail furnish the Engineer a copy of the manufacturer's installation recommendations sac the Engineer con verify the correct proceaNee are being followed. '0,-6,' 1i9..O0'mm min.., pp 6•or` 7.0 mono. u 7.0'min, min. 7. The Contractor Is responsible for installing signs on approved supports and replacing signs with damped or crocked subetratea and/or s 9.0' x g,0'max 1 y 6,0 m damaged or mQrmd reflective meeting as directed by the Engineer/Inspector. greater B. damaged cation marking.troy b!srorn Only an ins bbck he the Seen substrate.The sax loam nai�1 of IeltOra and/ar company logos Wed -g for Idenrincorion snail De 1 ircn. . u•V + 9, ins Contractor mall replace damaged wood posts.New or damped wood sign posts shall not be spliced. �sv7.77/r, ._.._ > J n> pURATION of WORE(oc defined Dr the•Taros Matirol an Uniform Traffic Control Devices.Pert q7 Pawed s a,-.\ Paved s /.•` .%r * 1. The types of sign supports,sign mounting height,the size of signs,one the type of sign substrates can vary based on the type of shoulder '� moulder v , work being performed.T.Engineer is responsible for selecting the appropriate size sign for the type of work being performed.The 2. Controctor is responsible for ensuring tine sign support,sign mounting height and substrate meet,manufacturer's recowendatios in gg�$s )F When placing skid Supports an unlevel grouts,the leg post lengths must be adjusted.tie sign bppears straight ono plum, regard to cramWrthlneSS and duration of work requirements. S5 Obj.ts mall NOT De placed coder skids as o means of level end, a Long-term stationary-work tnat occupies a location more than D days. b. Intermediate-term stationary-work that occupies a location more than one.y1 fight period up to B days,or nighttime work lasting .g_ )f)E When plaques are placed on dual-leg supports,they should bar attached to the upright nearest the travel lane, more than one hour. c. Snort-term stationary-doytiae work that occupies a IOcation for more loan 1 Maur in a single daylight period. .Saw Supplemental plaques Iddvisory or distance,should nat cover the surface of the parent sign. d. Short,duration-work that occupies a location up to 1 hour. c'4` Mobile-work that moves continuously or intermittently(stopping for up to approximately 15 minutes.1 SIGN MOUNTING HEIGHT ~.Y 5ucpprt ATTACHMENT FOR SIGN SUPPORTS Attafinent td wooden supports 1. the bottom of Long-term/Intermediate-term signs Shall be at least 7 feet,but not more thin 9 feet,above the paved surface,except snarl not will De by Dolts and nuts as morn for wpplemelttal plagues mounted Delon other signs. 'ii i 2. The bottom of Short-tefMSroft Darof ion signs seal be o minimum of I foot above the pavement surface but no more than 2 feet Move „g ;i,�jY N vrorraae or screws.use TxpOT's or the ground, aDOve slat 0OnufOCturef'b fec0Wended 5. Long-terMlntermadlate-term Signs may be used in lieu of Short-term/Short Duration signing. of /'y procedures for attaching sign 4. Short-term/Snort Duration signs 6.11 be used only airing daylight and mall be removed of the end of the workday or raised to 'wGll,, fr 11 e k substrates to other types of appropriate Long-term/Intenreaiate sign height. wS y r r sign supports 5. Regulatory signs shall be mounted at least 7 feet,but not more than 9 feet,above the paved surface regardless of work duration. &_� ��l�{m�lmu� shallrrot �O/�D I. The FConiroc or shall furnish the sign Sizes shown on BC 121 unless otherwise Shown in the plans or as directed by the Engineer. 6 �•�l�Vlf%,:y protrude SIGN SUYSiRATE� o 00O sign r-MnDOraM; OR 1. The Contractor shall saute the Sign substrate is installed in aa:ardanc0 with the manufacturer's recam endarions for the type of sign s�� j ll�L f.�., w a W Nails shall NOT support that is being used.Toe CW2TCD I lets each substrete tlwt can be used on the different types and mcaels of sign supports. .So _ Q��QQ be al(Owed. 2. 'Mesh"type materials ore NOT on wimpved sign substrate,regardless of the tichtnees of the weave. - WdkEFlle 5. All wooden individual sign panels(c.i.fBO from 2 or more pieces mall have one or axe plywood cleat,1/2^thick by 6•ride. G Each Sign fastened to the bock of the Sign and extending fully across the sign.The cleat shall be attached to the back of one slam using woo ua5 A4a _ I \ shal I be attached screws that do not penetrate the face or the Sign panel.The Screws shall be placed on both sides of the splice ad spaced at 67 Sian supports shall \ "- canters.The Engineer moY approve other methods of splicing the sign face. extend more tnan • directly t0 the sign gEFLEC7IVE SHEETING W$ � In war the bock a/the Sign 1. All signs -Na' support. Multiple moll De reororef lecoi v0 and construct.of sheeting meeting the color and retro-reflectivity requirements at OMS-BSOG '- w_ substrate. signs shall not be for rigid signs or DM5-B5t0 for roll-up signs.The web address for DOS specificationsie show on BC111. 9«g« ELEV joined Or s I iced b 2. 'Mite sheeting'meeting the requirements of DMS-8500 Type A,shall be used for signs with a Mite backgroad. FRONT metal ION ) p y 9. Orange sheeting,meeting the requirements of OMS-8500 Type Brk or Type Cr,,shall be used for rigid sign,with orange backgrounds. o Yo road,metal or any means. WOOL SIGN LET7ER5 Fiber Reinforced Plastic Supports Shal I not be I. Al I sign letters ad nwbers shall be clear,cd open rounded type uppercase alphabet letters as opprov.by the Federal Highway Splicing embedded perforated square metal tubing In order to extend post extended Or repaired Administration IFHWAt ono as published In the'Standard Highway Sign Design for Texas'manual.Signs,letters and masts mall be of height will only be allowed when the splice is wade using for bolts,two first class workmanship in accordance with Deportment Standards and Specifications, dov e and two below the spice point.Splice must be located entirely behind SIDE ELEVATION by splicing Or REMOVING IS COVERING the sign substrate.not near the base of the Support.Splice insert lengths wood other means. i, kiln Sign messages may be Confusing or do rot apply.the Signs shall be removed or Completely covered. should be at least 5 times nominal poet size,centered on the splice and 2. Long-term st of ionory or intermediate stoolotory signs installed an sm'ore metal tuainp may De turned a•y iron irolT is 90 deprrea wen of at least the sae gouge material. tha sign massage is ant opplicoble. This technique may nor bar used Ior signs instal lad in the m0dian of divided highways a n0ar any in...actions where tha sign may be seen from approaching traffic. 5. Signs installed on wooden skids Shall not be turned at 90 degree angles to tine roadway.These signs should be retrovad or completely STOP/SLOW PADDLES CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS covered when not required. WITHIN THE PROJECT LIMITS 4. Whan signs ore covered,the notarial used shall 00 opaque,such as heavy mil block plastic,or other materials which will cover the I.STOP/SLOW paddles are the primary method to control traffic entire sign foe and maintain their opaque properties under automobile headlights at night,without damaging the sign sheeting. by flaggers.The STOP/SLOW paddle size should be 24•x 24• 5. Burlap shall NOT be used to cover signs. as detai led below. I. Permanent Signs ore used to give notice of traffic Ion or regulations,call 6. Duct tope or other odesive material Shall NOT be affixes to a sign fore. 2.When used at night,the STOP/SLOW paddle shall be attention to conditions that ore potentially 000020us to traffic operations, 7. Signs and atchor StUtS mall be removed and hales baconl led upon completion of work. retroreflectorized. show route designations,destinations.directions,distance.,services,points SIGN SUPPORT'VOMITS 5.STOP/SLOW paddles may be attached to a staff with a minima of interest,and other veOgraetical,recreational,or cultural Information. 1. Where sign supports require the We of weighs to keep from turning over, length of 6'to the bottom of the Sign. Drivers procelOing through a work zone need the sae,if not better route the use of sandbags with dry.conesionle Ss sad should be used. SHEET 4 OF 12 4.Any lights Incorporated Into the STOP or SLOW paddle foes guidance as normally installed on a raadMoy without construction. 2. The 9andba0a rill be tied nut to keep the sad from sell ling and to mall only be oe s0ecefical ly described in Section 6E.05 2. When permanent regulatory or warning signs conflict with work zoo conditions, maintain a constant weight. • Traffic Hard Signal iha Devices in the INDIC°. remove or cover.permanent sign until the permanent Sign message motchea D. Rock,concrete.Iron,steel or other solid objects shall not be permitted Operations the roadway condition, sign support weights. Olvlslbn for use as rt w is. ,Tares Deportment dl77xneporteNon Standard }, When existing permanent signs are moved and relocated due to construction 4. Sandbags should weigh a minima.,of 55 Ibs and a maxim.of 50 lbs. purposes,they mall be visible to motorists at all times. 5. Sodbogs shall be node of a durable material that tears upon vehicular I I 4. If existing signs ore to be relocated on their original supports,they shall be impact.Ribber Isueh as fire inner tubes'shall NOT De used. fj°" 11O^ ///9/�I Bpsinstalled on cramwrtny bases as mown an the SOD Stadotl sheets.The signs 6. H bber ballasts designed for chamelizi g devices should not be used for BARRICADE AND CONSTRUCTION 007 7 r ( _ ',i♦-C� rrrttt m�-711� snarlI meet the rewired mounting neigts show on the BC Sheets or the WO too pal last an portals sign supports.Sign aupporta 00TltD tl and mote of red l/\`�\ O p /Irtil �lyl�'nl 111\ . eel o7ards.existing work should De pals for antler me apprppr ia+a nag item for with rubber bases may be Wed when Mr l on me METED list. TEMPORARY SIGN NOTES 24^ rl)' - ? B^C 24^ n\`\\IJ\I IVi1l 11J.1W,'II `W'B If 1perw n0 existing signs. 7. SadDags shall only De placed along or laid over tine base supports o/the r using)/ii_ la 5. If peatract alga afar t0 be hworthy and supports using}the BC sheets ois, traffic control device and shall not be SUSpentled above groand level or the Contractor shall use croshwariny supports as shown an the BC meets or the hung with rope,wire,chains or other fasteners.Sandbags shall be placed C'2TCD.The signs shall meet the required mounting heights show on the along the length of the skids to weigh down the sign support. BC(4)-)4 R•2 BC 511eets or Me SMO Standards during construction.This cork should be paid B. Sandbags shall NOT be placed coder ins skid and shall not De used to Ieve1 I I 1 5 for under one he SMO Sots Item for onstruct exist,work s. sign supper}s gibed own slopes.\ pay relocating existing On emu. be-14.agn a legal louteballes.Tat�ia.1401 Is \ y /4• 6. Any Sign or traffic control device that is struck or damped by the Contractor FLAGS ON SIGNS CM I( ,a .nuxm �I ��I1 or his/nor conetrwtion equipment anal be reploed as soon os posS ibis by ins 1. Floes may be used to drat attention to warning signs.When used the flog ©lagaT NmveISIO sods �-24^ 24"-'l Contractor to ensure proper guidance for ins mm}orl9ts,This will De subsidiary shoe,be I6 inches.quore or larger and shall be orange or fluorescent mrl 13 oat eon.amen:ww e=wamme'r to Item 502, red-orage in color. Flogs shall not be shaved to cover any portion of 9-D7 B-14wno awn I tee!MO. lemon S Brce.r-ani tr Lxp•ma S Mawr-Im,ex the 6 igt foe. 7-D7 oLL 9W 1 • 14a.inue II Sion 0 Sign 12 ma.ft.of 1.-11:-.1,,sa .„,Post „wr Poet ' ,,,Vol face 4n! . 21 sq.ft.of .od , 2.6 sign face .n. ,(1005• lil 2x6 N. 4 , .5..:-, • 4.14"''''s 0111111C C.T4C1t, 4 oG g• , .4 61, 1 .4 f§i yr block _L ,.. 01 sok il« \,//,/post L 48• 1 2' Bose i:',1 Letorcthrer,ofekirflorS.2 be. ed minim. 34"m.In additional stabi I i ty. nt,..,noii., ter tr:the.CLTC,D Post See RCM Tco 4 ...o ,r-"'; iim requforirsi ri, for sigo 29• 2.4 brace Anchor Stub po".t, I se..i Is. i 1/4.larger :IF iii 2.6 height A.i!,,s requirement 114,„.../ 3/11•bolts w/nuts t.n slot po,.-.. ..• ...........,,''' than alga ...• ''')' Iii Iii j._ iMEDia=i1XM ........,,,,, or 3/13•x 3 1/2. 1_ screws 36. ,.., 4.4 block 04 block OPTION 1 !Direct Emoorent/ OPTION 2 !Anchor Stub/ OPTION 3 !Anchor StLil and Reinforcing Sleeve),F..' Front S I or S. PERFORATED SQUARE METAL TUBING WIT4121L .D, SKID MOUNTED WOOD SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY -PORTABLE SKID MOUNTED SIGN SUPPORTS 0 GROUND MOUNTED SIGN SUPPORTS .4-..! Refer to the COTCO Old tne manufacturer's instol motion vocedure for each type sign support. the tmmirrum sign scuore footage 51101 I oanere to tne manufacturer•s repo...tic. oi 16 sq.ft.or less of ony rigia sign substrate listed in section J.2.d of AIII"' Dilo.117y-p) WEDGE ANCHORS Both steel cnd plastic Wedge Anchor Systems os shown lib %:,. the MT.,except 6/.•PIToo. on the SAID Standard Sheets may.used as terporcry thin.1 I plant ic 0 1/2.plywood Is allowed. sfociCne.SuPPOrTheytrncys for.eslegntsintocorntocrle0,:goruareinfIrt,iyof ssaig,n, sicn only MORE DETAILS OF APPROVED LONG/INTERMEDIATE 12 per su.ort1 joinin2 OTHER DESIGNS tg AND SHORT TERM SUPPORTS CAN BE FOUND ON THE :IfTot;77. CKTCL1 LIST. SEE 21C1I/F.1YEBSITE LOCATION. ..O.,!. 1 3/4"x 1 3/4,II foot ' 1%m., 1 3/4•x 1 3/9•x 126• GENERAL NOTES Nominal Nun,. Maxim. Minim. Drilied i.Nails moy be Wed in the assembly of....n sign E'.0-.' ;'.« 1.1e to haiel 12 gO..P.Tt Post of S.feet of Soil .1e1s1 MOW.,but 3/13. bolts.th nuts or 3/8.x 3 1/2• .1-6 1 3/9.galw.ro.d telescopes into sleeve Size Posts Sign Face E1111.frelt Required log screws rust be used on every joint for final connection. with 5/16•holes 4 x 4 1 12 36- NO square tubing 1 3/0•.1 3/4"4!52.thole I 4 x 4 2 21 36. NO 2.No more than 2 sign posts shall.Pl..within 0 to hotel 12 go.swore perforated Utpriight oust i t.i.diogonol brace I 4 x 6 1 21 4.6 2 36 36. TES 36. YES TcwItriocii.7::!.evcept for specific=aerials noted on the -ta 3.When PrOject is completed,all eion supports a. , provide T heignt T WOOD POST SYSTEM FOR GROUND foundotions shall be remov.from the project site. above pavement . This will be consi.red subsidiary to Item 502. 1 3/4•x 1 3/4•x 32.lhole MOUNTED SIGN SUPPORTS 48 I. ...,.. .. to hole1 12 go.stkore perforated '17 i .• . tLoing erase broce ik. .See BC14/for definition of'Work CO-atiork• f i i 1 fp)r ..„ 3/8.X 4,2 0, ,rd sign,posts LUST.one pie..Splicing.11 T.al owed.Posts shall be painted white. L • 5 DOLT ITYP.1 ;‘,1--4 01........... _.,_._,,, .L --4.-' 1 - zl,tttOnTTICJ'serfl'rforrh:oCPecorro:enrCI:':.7t12:rt. pin ot mole 0 3/8•A 3.gr. Om...ma 4 need.to 5 bolt match sideslope • .. .36. 1 3/9•v 1 3/4.z 129" 1 SHEET 5 OF 12 Male to hole, 2.5 Traffk k . •OP' 0 2/1 6• 1 12 go.square 1111 .! *. Welds:to start on 4: i- perforated °Iriftlfg' ,Texas Department of Transportation;MI in opposite 1 three ions. Inoue .1d,do not 4 bock fil I.41dle. ... 1 12.. Wright 2 t P. ___..., , tubing uprioht T.x 2..Se. Wale to hale1 12ga.perforated .41111111.W c..001701011„n17,I deft BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT woid----.4"weld starts here , 1 tubing skid nsetrar,t6 ...- weia L 5. .1 2 i Mole to hole/ 12 ga.square Ae' SINGLE LEG BASE 32 1 d!d' perforat. EIC(51-14 Side Vi. _____„., I. 60. j heti.sleeve .Ided to skid ma. ec-11.40n ow TOOT ita.TwOOTIo!TOOT ItuT001 ©TOOT Name.,2002 wort um Joe I Morren MOISM. ....;.::. SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 9-01 8-14 am t.m ..;e. -. ItJ WHEN NOT IN USE,REMOVE THE PEMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES BEHIND BARRIER OR GUARDRAIL WITH SIGH PANEL TURNED PARALLEL TO TRAFFIC (The Engineer may approve other messages not specifically covered here.) PORTABLE CHANGEABLE MESSAGE SIGNS ,. The Engineer/Inspector shall approve all messages abed on portable Phase 2: Possible Component Lists 56 • changeable message signs IPasl. Phase 1: Condition Lists 2. Messages on PCMS should contain no more than B words lapout four to eight characters per*oral,not including simple words such as TO, Action to Take/Effect on Travel Location Warning ark Advance "E. •FOR,••AT,"etc. Rood/Lone/Ramp Closure List Other Condition List a 0. Messages should consist of a single phase,or two phases rhos List List List Notice List i'"_ I alternate.Three-phase messages are not allowed.Each phase of the FREEWAY FRONTAGE ROADWORK ROAD MERGE FORM AT SPEED TUE-FRI mtaelf.self.shoals convey o single rnoupnt,ad moat behnaerstood by CLOSED ROAD XXX FT REPAIRS RIGHT X LINES FM XXX% LIMIT XX AM- z'na wore 4. Use the re•Exit•to refer to ong exit ton on a free*oy;i.e., X MILE CLOSED XXX%FT RIGHT XX MPH %PM 'EXIT C •Da not use tto term'RAMP.' use t 5. Always use the route or Interstate designation IIH,US,SH,Fool ROAD SHOULDER FLAGGER LANE DETOUR USE BEFORE MAXIMUM APRx%XX- along with the hoverer Men referring to a roadway. CLOSED CLOSED XXXX FT NARROWS NEXT XXX. RAILROAD SPEED E!q 6. Wrenn in use the Potters o/a stationary PCMS message pone)should be AT SH X. XXX FT XXX%FT X EXITS RD EXIT CROSSING XX MPH X PM-X AM S$ 'man T feet 000ve the rood..where possible. E`: 7. The message term-WEEKEND"should be used only if the work is to ROAD RIGHT LN RIGHT LN TWO-WAY USE USE EXIT NEXT MINIMUM BEGINS start on satmeay morning as ere by sul,acy evening at mi might. [LSD AT CLOSED NARROWS TRAFFIC EXIT XXX I-XX x SPEED MONDAY ?!.1 g Actual says can horns of wprk shoals ere tll spl Dyed m the P[MS In work NORTH MILES X%MPH Is to begin on Fri.evening and/or continue into Mandoy morning. FM xxxx XXX FT XXX%FT XX MILE d Ra a. the Engineer/Inspector anon seiecf w»of too options.nice ore woi l- 9 Dole far diaploying a t*o-pwse messox on p P[M5.Each Muse may be RIGHT X RIGHT X MERGING CONST STAY ON USE PAST ADVISORY BEG INS displayed for either four seconds each a-for three secants eacn. LANES LANES TRAFFIC TRAFFIC US XXX I-XX E US XXX SPEED MAX XX a m 9. Do not-flash'messages or words included in a Message.T.message CLOSED OPEN xxxx FT XXX FT SOUTH TO I-XX N EX IT XX MPH Wg m should be steady burn or continuous Mile displayed. l0.Do hat present redundant information on a two-Mace message;i.e., CENTER DAYTIME LOOSE UNEVEN TRUCKS WATCH XXX X X XX R1GHT MAY X-% keeping two lines of the message the sore and changing Thal third line. LANE LANE GRAVEL LANES USE FOR TO LANE XX PM- ,I.Da not use the word•Danger,n e. 12.Do not display the message'LANESS SAu SHIFT LEFT•or'LANES SHIFT RIGHT' CLOSED CLOSURES XXXX FT XXXX FT US XXX N TRUCKS X%XX%X% EXIT XX AM on a PCMS. Drivers do not understand the message. 13.Do not di apt ny messages that scrol I norixontol ly or vertically across NIGHT I-XX SOUTH DETOUR ROUGH WATCH EXPECT US XXX USE NEXT ac rna si LANE Ex IT X MILE ROAD FOR DELAYS TO CAUTION FRI-SUN c'° 14.ir thee f folelowofing tableM•lists moreviatea*ores and two-word phrases roar CLOSURES CLOSED XXX%FT TRUCKS FM%XXX ` ace acceptable for use ono PCMS.Both trda in a phrase must be g$K ai spldyetl toarhxr.wards pr pnrase9 ncr on this list Mould nor be VARIOUS EXIT XXX ROADWORK ROADWORK EXPECT PREPARE DRIVE %%AM aDbraviated,unless shorn in the TMUTCD. LANES CLOSED PAST NEXT DELAYS TO SAFELY TO m- E 15.PCM5 character height should be at least IB inches for flan ler mounted units.They should be visible flan at least 1/2 1.51 mile and the test CLOSED X MILE SH XXXX FRI-SUN STOP XX PM a o should legible from of least 600 feet at night ma BOO feet in DRIVE NEXT €t daylight.t. Truck mounted units must have a character height of 10 inches EXIT RIGHT LN BUMP US XXX REDUCE END WITH TUE and must be legible Fran at lent 400 feet. CLOSED TO BE XXX%FT EXIT SPEED SHOULDER 16.Each line of text.Dine be center.on the message board rather thou CLOSED X MILES XXX FT USE CARE AUG XX 1272,9 left or right just... 17.If disabled,the PCMS should default to on Illegible display that will T' MALL DR x LANES TRAFFIC LANES USE WATCH TONIGHT Pt alarm motorists and will only be us.to alert corkers that tea PCMS has malfunctioned.A porters noon as a series of horizontal solid DRIVEWAY CLOSED SIGNAL SHIFT K OTHER FOR K%A1.1M- W, `6 not is appropriate. CLOSED TUE-FRI XXXX FT ROUTES WORKERS XX X X XXX% STAY BLVD 4F LANES SHIFT In Phose I east be uaatl with STAT IN LINE in Phose 2. IN * RR.Sea Application Guidelines Note 6, WOAD 011 PHRASE ABBREVIATION NDRO OA PNRASE ABBREVIATION ION CLOSED LANE o s o Access Woad SUS RD Major MAJ Al termite ALT Miles MI Avenue AVE Miles Per Hour Best Route BEST RTE Minor MOW pppL[CAT ION GUIDELINES WORDING ALTERNATIVES MtA Boulevard Katt Monday LION 1.Only 1 or 2 phases are to be used on a PCMS. I.The words RIGHT,LEFT end ILL con be inter...a ace appropriate. Bridge BROG Normal NORM 2.The lot prase tar both)should be selected from the 2.Roadway designations IH,US,SH,FM and LP cm be interchanged as Calvet CANT Norm N 'Road/Lone/Rob Closure list•and the'Other Condition Lict•. appropriate. Center CTR Northbound !route,N J.A 2nd phase cm be selected from the"Action to Take/Effect S.EAST•WEST,NORTH and SOUTH for abbreviations E,W,N and 51 con Construction DowAHD Parking PKING on Travel,Location,General Winning,or Advance Notice be Interchanged as appropriate. Ahea Road RO Phase Lists'. 4.Highway names and numbers replaced as appropriate. CROSSING XING Right Lone R1 LN 4.A Location Phase is necessary only if a distance or location 5.ROAD,HIGHWAY and FREEWAY con ere Interchanged as needed. Detour Route DETWR RTE Sotur. SAT is not included in the first phase selected. 6.AHEAD may be used Inst.of distances if necessary. Do Not WI Service Rood 'SERV NO 5.If two PCMS are used in Sequence,they nit.separated by 7.FT and MI,MILE od MILES interchanged as appropriate. East E Shoulder SKIP a minimum of 1000 ft.Each PCMS shall be limited to two phases, B.AT,BEFORE as PAST interchanged as needed. E t.. boatel C slippery SLIP and should be understandable by themselves. 9.Dish:oes or AHEAD cm be eliminated from the(message if a Emergency E. South 5 6.For oavonce notice,when the current date Is within seven days location prose Is used. EmeraenCV Vehicle EMER VEH SOuthbound Iroutel S of the actual work dote,cole.or days should be replaced with Entrance,Enter ENT Speed 5PD days of ttn week.Advaae notification should typically be for Eaprese Lma EtP LN Street St no more than one week prior to the work. Ewes.. Eon Sunday SUN SHEET 6 OF 12 xxxx Feet xxxx FT Telephone PRONE Traffic Fog Ahead FOG AHD tmlporary tEMP PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR aperat7on3 Freeway FAWr,Fehr Thu00010 !HUBS ,Texas Department of Transportation SfevnCo° Freeway Blocked Four BLKO To Downtown TO MTN CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (41 Friday FRI Traffic TRAF PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE Hazardous Driving HA$DRIVING Trpvemh evrb TRYLNS THE Hazardous 1t io1 Hl1�ZNAT Tues. oe Minutes TIME N[N OFUTRAFFIC.SI WHEN FEXPOSED MTO TWO NWAY PTRAFFIC,OTHE FOUR DRUMSBARRICADE AND CONSTRUCT ION Vehicle HWY Uooer Level UPR LEVEL Highway vehicles Isl vEH,YENS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE Hourlal HPS Waning WARN MESSAGE SIGN (PCMS) Infarnotion ISO Wean., KO FULL MATRIX PCMS SIGNS If Is 1T5 Weight L,mit PT LIMIT Junction HT est 1.When Full Matrix PCMS signs are used,the character height ono legibility/visibility recn Iremenrs stall be maintained as listed in Note 15 under'PORTABLE w �` ,9 Left LF1 WeB1DOmtl Iroufel W CHANGEABLE MESSAGE SIGNS'above. BC(6)-14 Left Loa LFT LN Net Pme@ent WET PVMT 2.Nnen symbol signs,such as the 'Flogger Symbal•ICW20-71 ore represented graphically on the Full Matrix MSS sign and,with Ha approval Of the Engineer,it Lone Closetl LN CLOSED Will Npt WONT 5ho11 maintain the legibility/visibility requirement listed Wave. rlu ac-;4.dmn has i¢On a,TaDOTiou Ts00T 1.ls001 Lower Level L.LEVEL J.When symbol 3ign3 pre represented graphically on the Full Mattis PM.they.11 only stool..the use of the static sigh represent.,and snail not substitute ®1sWOT Novena-2002 seaI( no I x,uM Maintenanc@ MAIO for,or replace that sign. Roadway 4.A full matrix PCMS may be used to s1WMlate a flashing arrowboard provided It meets the visibility,flash rate and dimming requirements m BC 171,for the 9-07 B-14 nisi own I INn ha. designation•1H-fluster,US-honer,SH-number,FM-number sons size arrow. 7 IS u I.Barrier Reflectors Moll be pre-qual if;ed,and conform to the color ontl Barrier Reflector on reflectivity requirements of DNS-6600.A list of pregolifietl Barrier 16'tall plastic bracket arrow Boards may be loeotetl behind channel lZlnO dear lads In place for a annul der Reflectoon rs cm De touts of the Material Producer List web address toper or meta i ng EIIH 141 chann lc.dways,m s,diversionor er traffic.°should be able t°display the following symeolst OC:s LOW PROFILE CONCRETE BARRIER (LPCBI • ram` •••• • 1� CONCRETE TRAFFIC BARRIER ICTED rr • • • ,...1., see O L W IVIAI •: • � • • c 3.Where traffic is m one side of the CTB,two 121 Barrier Reflectors Zp Moll be mounted In approximately the midsection of each section of CTB. • • OR • 5, M alternate mounting location is uniformly spored at one end of each ••• CTB.This will allow for attachment of a barrier grapple without • • g°, dooming the reflector.The Barrier Reflector mount.on the side of Install a minima of •• • • the CTB M smelted shall be located directly below the reflector mlted on top of J Barrier Reflectors • • • • • the barrier,as shuno;n the detail above. a5 per on ufacturer's •• • wg,�e Ft A.Where C711 separates two- ALTERNATING DIAMOND CAUTION •• •• ray traffic,three barrier re/lectors Mall be recammdotians. 4 CORNER CAUTION • • ~ u min tap Moll on each section of CTB.The reflector unit on t Moll have • two yellow reflective faces IBI-Directi°^allwhile the reflectors on each rY m>t side of the barrier Mall have one yellow reflective face,°s snow in DELINEATION OF END TREATMENTS>,��, me detoii above. • • • 5.W^en CTB eptrates traffic traveling in the sane direction,n°barrier • • • reflectors rill de require°an top of the CiB. • • • • • • w r.. 6.Barrier Deflector unit$shah be yellw or mite in color to match END TREATMENTS FOR • • • u the edpelire being bupplmented. • • • • • • gk T.Maxima apocinp of Barrier Pailactors to Luis Idol felt. CTB'S USED • • • • • • B.Psvement oprkers or temporary flex(ble-reflective roadway marker ions IN WORK ZONES DOUBLE ARROW small Hof de used oa CTB dal ineotion. LEFT 6 RIGHT CHEVRON ARROW r 9.Attach ent at Barrier Reflectors to CTB shall be per manofochurer'S End treatments sot m CTB'$in work LEFT L RIGHT recomMoations, zones shelf et raMworthy standards lb t IO.I/issing tr°paged Barrier Reflectors Mall de replaced os directed a9 defined in the Notional Cooperative by ih!Engineer. Nig..Research Report 35D.Refer to 5. The'CAUTION'display consists of four corner lops flashing simultaneously.or the Alternating 1LSHgle slope barriers shall be delineated as shown on the above detail. the CWZTCD flat for approved end Oioand Caution mode as Mown, wg° treatments and manufacturers. 6. Tre straight line caution display is NOT ALLOWED. �~ flooding The Flashing Arrow Board shall be capm diming le of minimum 50 percent diing frill rated lamp voltage. ~>, The fling rate of the loops shall not be less than 25 nor re than 40 flashes per minute. B. Minimum Imp'°n time-sho11 de approximately 50 percher for the flashing of,.and equal �'$ BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS ;qw Intervals of 25 percent for each sequential phase of the flashing chevron. E 9. The sequential arrow display is NOT ALLOWED. w ID.The flashing arrow display is the TxDOT standard however,the Sequential Chevron us.C display may de ushing daylight operations. ;.L...';',. ha WARNING LIGHTS II.The Flashing Arrow Board shall be unted on a vehicle,trailer or other suitable support. 12.A Flashing Arrow Board SHALL NOT BE USED to laterally shift traffic. >° I.Warning lights shall meet the requirements b/the i1lUTC0. 13.A full matrix PCMS may be used to simulate a Flashing Arrow Board provided it meets visibility,(1/) 2.Warning lights shall NOT be Installed on barricades. flash rote and diming requirements an}hi9 sheet for the soon size arrow. 3.Type A-Low Intensity Flashing Winning Lights me commonly used with Bruns.They are intend to worn of or mark a potentially hazardous14•Ninimm mounting height of trailer mounted Arrow Boards should be 7 feet from roadway area.Their use shall be as indicated on this Meet nd/er other Meets of the plans by the designation'FL'.The Type A Warning lights shall to Dorian of panel. not be used with signs manufactured with Type Bor CrL Sheeting meeting the requirements of Deporime^tau Material Specification 0I15-8300. V I 4.Typo-C and Type D 160 degree Steady Burn Lights ore intended to be used In a aeries for delineation to supplement other traffic control REQUIREMENTS devices.Their use shall be as indicated on this sheet and/or other sheets of the plane by the designation'$B'. 5.the Engineer/Inspector m the alms shall specify the location and type of warning lights to De installed an the traffic control devices. MIN INAA MININW NWBER MINI NUN 6.When required by the Engineer,the Contractor shall furnish a copy of the warning lights certification.The warning light morufocturer will TYPE SIZE OF PANEL LAWS VISIBILI IY ATTENTION I certify the warning lights meet the requirements°f the latent ITE Pwcncee Specifications for Flashing po Steady-Burn Warning Lights. OISIANCE WHEN NOT IN USE,REMOVE T.When used to delineate curves,i pep, shall be Arrow Bo with THE ARROW BOARD RFROMEMO THE Type-C D.type O Steady Burn Lights Mould only be plied on the Candice a/the curve,not the inside. B 30 x 60 11 1/4 mile_ Mall be equipped ri ih RIGHT-OF-WAY OR PLACE THE B.The location of waning lights and warning reflectors on Wass Mall be a5 shown elsewhere in the alma, C 4B x BB IS I mile auraatic dimming devices. BOARD BEH INO CONCRETE Type C Warning Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS TRAFFIC BARRIER DR GUARDRAL. approved substitute mounted on a I.Type A dashing warning lights me intended to ram driver.that they ore approanhing or NO in I potentially hazardous area.°run nd an jacent to the travel way. 2•Type A tandem flashing warning lights ore not intended for delineation and shall not be used in a aeries. FLASHING ARROW BOARDS 3.A series of sequential flashing warning lights placed on charoltzing devices to form°merg ing taper moor be used for delineation.If used, the successive flashing of the sequential warning lights dould occur from the beginning of the toper to the end of the merging taper to order to identify the desired vehicle path.The rate of(loehing fen each light shell be 65 flashes per minute•plus or minus 10 flashes. 4.Type C and D steady-burn warning lights are intended to be used in o series to delineate the ea.of}re e travel lone on detours,on lone charges,on lone closures,and on other similar conditions. SHEET 7 OF 12 5.Type A,Type C and type D warning signs shah I be IIIDtol led at acations or' detailed an Otto Meets in the plans. j• Traffic fi,Wmnirg fairs shall rot de Instal led an°man that hde°Sigh,chevron m vertical panel. /w Operat(°ns T.The maxim.spacing for warning lights on trans Mould be identical to the chOnnel icing device spacing. TRUCK-MOUNTED ATTENUATORS ,Texas Department of Transportation OWb __ __ o WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURNT WARNING LIGHTS 1.Truck-mounted ottenwtors(TWA)used on TxDOT facilities Est meet the requirements outlined in the Notional BARRICADE AND CONSTRUCTION I.A warning reflector or approved substitute may be mgmted on a plastic drum as a substitute fora Type C,steady burn w°rn;rg light at the C perot;ve Highway Research Report No.350 INCH.3501 discretion of the Contractor unless otherwise noted in the plans. or the Manual for Assessing Safety Nmdwere MASH1.2.The twa CWZTCOning eflector Mall 80 yellow in corer and shall be eanufecreced using a sign Substrate approved ion use with plastic drums listed 2.Refer to the CWZTCD fan the requirements of Level 2 orARROW PANEL, REFLECTORS, Level 7 TMAs. 3.The warning reflector Moll have a minimum retroreflective surface area lane-sidel of 30 Square inches. 3.Refer to the CWZTCD for a list o/::°=d TIAAs. WARNING LIGHTS & ATTENUATOR Warning reflector hay be round 4.Round reflectors Mall be fully reflecimize°,Including the men Mere attached to the true 4.TMA9 ore fequired m freways unless atherri se notetl or aquare.WSt have°ye,. 5.Square aebstra}ea last have a minimum of 30 square inches of reflectertzed sheeting.They do notere have to 00 refleetorize°where It in the Alms. reflective surface area of at least ottoona5 fo}he Brun. 5.A TWA should be Load anytime that it cm De positioned BC(7)-14 30 sgare inches 6.The side of ire warning reflector facing opproachtng traffic Mall have Meeting meeting the color mtl retrorefl activity regirm•nts for SO}o 100 feet in evade of the area of crew exposure DAIS B10o-type B or Type C. l}hqut adversely°(leering the work pert°nlvhce. ba-14.tlm a Tonal a.TAOOTiw.TAOOT lu.TsOOT 7.Men used near tra-way traffic,both sides of the warning reflector shahI be reflector;ietl. 6./he only eason a iMA Mould rot be regni red ors Shen�wtrk rl5n B.The warning reflector Mould De mounted an the side o/the handle nearest area s spread don the dedway and the work crew Is ®Ts..N .2 men a I lower 9.The maxima span; nor warning s approaching traffic. extended distance from the TMA, alias o LL n9 ng reflectors should be identical to the channelizing device spacing requirements. 9-07 0-14 OUT Luke I w 7-I3 e n W. .-LW GENERAL NOTES I.For long term stationary work zones on freewys.trans shall be used as Handle IB"min the primary channeliz;rig device. dams fop alaultl not I 9/l6"01 a.Ityp/ 2,For intermediate tens stationery work zones on freeways,dms should be allow col le<tian for mounting used as the primary chamelizinq device but may be replaced in tangent of rater or i l signs and b6 sections by Vertical panels,or 42.two-piece canes,In tangent sections of war pi ag o !Online Itvnts 7F°1L1-1 one-piece cones lay De used with me approval of the Engineer but only if personnel ore present an to project et all times to maintain me 4• 4( cos >•G Y cone:in proper position and locoti0n. iS J.FOr short term stationary Work Ernes on freeways,tlrufe are the prelerretl 9'min m-u i Chanel izing device but may be replaced in tapers,transitions and tangent B'max Each Man shall have ��� sections by vertical panels.1Ma-piece cones or one-place cones as 'try, r minimaln of 2 MrnO! et— approved DY ire Engineer. and 2 mite sir lass iB'.24'Sign 12".29' 4,Drum and all related items shall comply with the requirements of the using TYpa 1 retrr- IMax imam sign Diiignsianl Vertical s Penal current version a(the'Texas Manual on Wilma Traffic Control Devices. ............ ..._...... reflective sheeting [revaon[WI•B,Dopamine Traffic Lane mount with tltogol I tMM7C01 and the'Compliant Nark Lone Traffic Control Devices liar" 2"agar with me top stripe Divider,Driveway elm DT..seep Right sloping down rowMtls ICNLTCDI. Ityp•i being orange. R4 series M owner signs Ob approvetl travel ray [ 5.Drum,bases,orb relatetl moteritls analI exhibit 4o4d e5T.40nstip and by Engineer uEu shall be Tree from objxfionoble monks M defects that would adversely •E E.v affect trait rpstMarce a barvice4D ill ry. ,n v 6.The Contractor moll have a moxiwm of 29 Kars/l replace any plastic Plywood, Aluminum or Metal sign cg arum itliCe m must far n approved ear the Engi neerylmpaetM.The replace- ment devi<.mart be m rppravetl device. substrates shall NOT be used on plastic drums v,7_ GENERAL DESIGN REQUIREMENTS Pre-qualified plastic arum stall meet the raper following requirements: to allow uciar I.Plastic drum shall be a two-piece design;the'hotly'of the drum shall for stocking a 8` x the top portion and the'base«shall be the bottom minima of 5 SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED 2,The body orb boss.11 lock together In such a mover that the body drmM' ON PLASTIC DRUMS t separates from the base When impacted by a vehicle traveling at a speed I — Base I76' of 20 MPH M greater but prevents accidental separation due to normal , + tl;a,max: randlimg andior air turbulence created by passing vehicles. „rc J,Piratic drums shall be constructed of Iipltweiymt flexible,end single pia marerlais.ru Ca Schoror snot NDT use nerol drum M 1,signs used on plastic drum.11 be manufactured Wing iif6 single piece plastic Mum as ohanel ilatim devices M sign supports. This detail is nor intended substrates listed an 1e CWZTCO. c Drum shall Dru shall present a profile that is a minimum of IB inches in width far fabrication. Sea rote 3 BS6 at Me 36 inch height when viewed from any direction.the height of and the CMLTCD last far 2.Chevrons and ether work zone signs with on orange background gy v, YW unit(body installed on teasel shall be a minimum of 36;notes and CWI-6L 24, providers 0l approved shall be manufocrured with Typo Brl w Type CrLMmge a maximum of 42 babes, r 'I Detectable Pedestrian shall be meeting re dolor and retroref lest vary requirements 5.The top of the Man sell have a built-in handle for easy pickup and T T Barricoles of oM5-B300,'Sipco Face Material,.unless otherwise g6: shall be designee t0 drain water and not collect debris.The handle ...... sped/led in the plans. stall hove ta a aloof Of two ni gwidelylight, ,yard B/IG flee of awker hales 10 6:` allow attachment or o warning IigM,Morning reflector emir M approved ].vertical Panels shall be mawrraturee with Mango and unite compliant sign. 12" sheeting meeting me requ;aunts of DMS-BS00 type A ego 6,Tne ge an M of the Man body sell nave a circumferential s of four alternating than I\oni Continuous aaorh Diagonal stripes on Vertical Panels shall slope down toward Mange and Mire ter than act ice ai in width.lam stripes not lass}man 36« 11 for hand it al l ing the Intended traveled lone. `On 4 inches nor Beater than B inches in width.Any exceed le inches i ' _ I\ space between any two atliamt stripes sham I not a+ceetl 2 inches in , 9.afar sign messages(text on aynmal iG:may De used as • 6 Bader. //' e' '♦ apprDVeO Dy to Egineer.sign dinensian5 sham I rot exceetl 7.Bases Shall have o max imam width of Sfi ircnee,a maxima height of 9 36' IB ance5 in Width 24 inches In KiC7'except IGr the" __ inches,.a minimum of.footholds of auffic;ant size to allow base ► ,I series signs d;sDusaetl in Kre B below. to ba held down while separating re Mun bray from to brae. _ B.Piratic drum shall be constructed of ultra-violet 11.1I lzed,orange, 45•'�.s� S.Signs shall be instal led using a 1/2 inch bolt(nominal, o s o hium-body ey polyethylene a me MOPE/M lost Oweigvea notarial.lbs. and nut,two washers,and one locking raster for each 9.Drum body sell have a moxlmm umbel lasted weight of II lbs. I/r I connection' 10.Drun and base sham I be marked with maufocturer's now and motlel tuner. I 4«Dranpe \ I Detectable Edge 6.Mount irg bolts and nuts algal I De fully engaged and RETROREFLECTIVE SHEETING /9"White \ '�I ndegaely tore..SOUS should flat extend more trim 1/2 ;nct beyond nuts. Stn. 1.The stripes used an drum shall be requirements f e Meeting:eating ion • 7.Chevrons may be placed on drum an the outside of awes, color and ter Meflectiv icy n Foceexmnes al Departmental re materials . . on merging topers M on shifting tapers.Wren used in these Specification be supplied eSi-Sign unless Material a,"Type A in vile 2'Max, locations they may be placed on every Mum M spaced not aheestea shall be abePl led ullesa otherwise dspecified in the plena. more than on every third drum A minima of three 131 2.The aces such shall up n Vehicular for use m the shell nghsha r0 the arum should De used of each location called for in the plans. surface such that,upon exhibit. no impver,the croaking shall remain of amarrd iddiace and other tear ro t loss due to crocking,or loss of retrdre/Iectivi ty otter roan that Iona sue}a abrasion of The steer irg B.RB-B,R9-10,RB-II rha R9-1Ip Sidewlk Closes sigma Mich arrfoce. DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES me 24 inches wloe may be mounted on plastic drum,with approval of the Engineer. 1.The Direction indicator Barricade may be used In topers, I.When existing perasirion facilities one disrupted,closed.or BALLAST transltionaa and other areas roars specific directional relocated Ina TIC zone,ins temporary facilities shall be detectable ono Include occessibllity features consistent with guldanee to drivers Is necessary. I.1n4allasted bases shell be large enough to hold up to 50 lbs.of sob. 2.If used,the Dlr./ion Indicator Barricade should be used the features present In the existing pedestrian facility. SHEET 8 OF 12 2.Where pedesrrims with visual disabilities norncoiy use the Traffic This base,Men fill.with ter ballast material,should weigh between In series to direct the driver through the transition and into closed sidewalk.o device that is Detectable by a person '' Oeemtloos 35 Ibs Iminieuld Intl 50 Ibs(maximm/.The:almost may be sand in one the Intended travel lone. with a visual disability traveling with the old O/a log cane DlYlslrn fO;Mee saldbage separate from the ball,Sand i 0 sand-filled plastic ]•The direction Indicator Barricade shall consist of me-O irKtion anal!De pieced across ire full Blain of ere closed Sidewalk. ,Texas Declartmento(rrensportetfon $lender: Dose,or other ballasting devices orb approved by theEngineer.Stocking LMpe Arrow ICWI•GI sin In tie sloe shown with a block arrow 3,Detectable peaesirian barricades sim11M to the one pictured oh a background Of Type Baler TYpe CtLOrange retroref!active sMetinO soave.lonpf tudiml etamelfxlno devices,some concrete Of sandbags will be OHO..lowed,however height Of sandbags above pavementabove a roil with Type A retrorefleceive sheeting in alrernaeing e' bMriera,and wood chain link fencing with acontinuous smfoce may Kt exceed 12 inces, white and orange stripes siodine dawnwond at an angle of borrieable edging am chain link fly delineate oi 2.Bases with built-in ballast shall Bergh between 40 Ibs.and 50 lbs. 45'degrees in the direction road users are to pass. sheeting types detecfpath. MBARRICADE AND CONSTRUCTION on Buil1•in ballast cm be constructed of an integral crw0 rubber base M ,Hall De as per 0M5 B]p0. 4.Tape,rope.M plastic chain strung between devices are not o solid rubber haN. 0.Dable arrows m the Direction Indicator BMrlcaae rail not be detectable.do cot Godly with the design standards in the used for ballast on 3.Recycled truck tire stOeral Is toy CHANNEL[Z[NG DEVICES Da Mum approved allowed. -Americans with Disabilities Act Accessibility Guidelines fM this type of Dal lase on the[VICO list. 5.Approver!monufocrurere one shown on the CWLTCD Lier. for Buildings and Facilities IIDAAGI"and should nor be used 4.The ballast stall not be navy objects,water,M alY material that [Wiest shall De as approved by the manufacturers instructions. as r control for ObMb}rim movements. would become hazMtlquS to motorists,pedestrians,or workers Men to 5.Warning l Imis shall not be attached to detectible pedestrian BC(81—14 drun is struck by a vehicle. barricades i 5,.en used In regions susceptible to freezing,drumsshall hove drainage 6.Detectable pedestrian barricades may use B'nominal Klee In the bottoms so that:toter will not col leer Intl freeze becoming bMricooe roils as shown on BC1101 Movided that Tne top rim Dc-14.ego a T001 ImleXITIM,ImOOT 1m1401 a hOzard Mon struck by a vehicle. rail Moviras aasenoth emtinuaus rail suirmle for hand ©Tx007 Havener 2wZ wmm coral l x:Mst trailing with n epilnters,burrs.or scarp edges. �a LIZ G.Adllost sell not De placed on top of Mum. sin [axon T.lanesives may De used to secure tone 0(Mans to pavement. 9 0J 7 1J l WOW. 9-01 8-19 a� ID1 1 8'to 12' 8'to 12" Fr t 12" B"t I 12. I.To chevron shall be a vertical rectangle with a �� ~'1 I �I -I minimum size of 12 by 18 inches. + 2.tnevrans are InfalWetl ro give entice of a Morp GENERAL NOTES 5 anndnpe of al ldditio a;to the is and an Of travel 1.Work Zone channelizing devices illustrated on this sheet may be installed a provide additional emphasis and guidance/w close proximity to Iwo//;c and are suitable for use on hi low `6 1' I /• °,: vehicle operators with regard to changes in speed romwoya.The Engineer/Inspector shall ensure that spacing rand 29' �- 15 M'n• rori2mtal alignment of the woodsy. placement is uniform and in accordance with the-Texas Manuel an Uniform n0e Traffic Control Devices"ITWTCDI. � � 45� /" to 7 min. !.Chevrons,when uses,shall De erected an the our- may hove a driveable,fixed w 'p 95' 4•note i aloe o/o sharp curve or turn,or an me for sitle 2.Channel zing devices Mown m this sheet i}« t! of an intersection.They anon De in line with portable base.The requirement for self-righting channel izirnq devices oust 2.i 1' yy 4• ;111:11 and at right angles to approaching traffic. be sped(!.In the General Notes or other plan sheets. VP-IL VP-IR b Spxing should be such toot the mptwlst ale%a 3.Channel!zing devices on self-righting supports should be used in work zone «� s L nos mate in View,until the mange in allgMenr a;ft' where aharoel i2irg tl9vices ace/rCT:: quMtly impOCtetl by errant veniC lea eliminates Its noed. aehicle related wintl pWt9 makingofiprment of the chanell2inqtlevigea -1' WIxApW BQStRWOwOy Rigid 9.TO D!@iftttlVe,inetheVrm6rou10 D@vi6lble tliCult}D maintain,LDCatlan$0/these OeViCls final!D!data!letl else- 16' for at IeaSf 500 feet. wh in ine plans.These devices shall cm/orm to the iWTCD co ine rdY delneSive _ �5e Snrf�e - E5ui 'Clin t work Zane Tratf is ControlDev ion(rm to ICMZ TCDI.e f v - \ / 5.Ctevrans anoDe orangerilha blacknorratlac- 4.Inantrdotar elwtll malnr0in aevicee in o Clean conditian antl reDl ace '� 'T Tat-"' u�XX five legend.SMetlnq for I.Chevron Mall be clamped,nonreflective,(odes or broken devices and bases as required by c gS IB' -a1 Se 11-ri ghtirg ` retraeflactire Type So.or Type Ca,conforming iD the Erg ineer/Inspector.The Contractor Mall be required to maintain proper dE Support 12'minimm Depafnentol Material Specification OMS-8300, device spacing and alignment. �,R L emved+ent �1 unless noted otherwise.The legend MwI I meet the 5.Portable bases SMII be fmricotea from virgin and/or recycled rubber.The u 9 depth requirements of D45-B700. porim le bases shall weigh o minimm of SD lbs. ug�� FIXED Fiver/Base w/Approved Aaneslve 6.For Long Term Stationany use on tubers or 6.Pwenstnt surfaces shall be prepared in a 3vrner that ensures proper bonding (Rigid w sell-righting) phtingl IDrtveable Bose,or Flexible transitions on freeways and thane.Modems between the oQmsives•the fixed moor boas aro the pavement surface. Support can be usttl Oh may De used to SWplement Atrosives shall be prepared and 0m1i.ttcwding to}no..fmturer's ':RI self-righting Chevrons DRIVEABLE plastic auras bur not to repltte pl OdtiC On.. rttlTlrentlat ions, T.The installation end removal 0 channel izlnq devices Moll not cause detrimental of/acts to the final pavement surfaces,including pavement :iyV I.Vertical Panels IVP'sl are normally used to channel in surface diecoloratlon or suriape integrity.Driveable hoses shall not De >,E� traffic a divide opposing Imes of traffic. CHEVRONS permitted on finol pavement surfaces.The Engineer/Inspector Mall approve E I8•t�121" 2.VP's may be usetl In anytime or nighttime situations, all application and removal procures o1 fixed bases. C 4 �I' They may.used at me edge of shoo Neer drop-offs and 55 T otherdaytime wand such us lane transitions mere positive u' I tl%t;ee and nighttime delineation is reduirea ethe si gg Engineer/Inspector Sall refer to the Roadvy Design w y+ 4• Manual AOpenaix 8'Treatment of Pavement Drop-offs to _6 24. Work Ions'for additional guidelines on the use of rote 1 VP's lw drop-offs. 5� 4• 36' 3.Vret ahoultl O@ msntetl bank to bank i1 usetl at the edge 1111111111111111 Minim l Suggested maximum pp ofursadment totwo-.aytwo Imeradws.S}ripesPvatatl Formula Desirable Spacing f ymn. pretvDe eflectiveorange andrellttti VeMitearro S,1t roperLengths Cnpnnellzino EB 1' should always slope downward towed the travel Ime. 3f1frevipes ego4.VP's use0 m expr[SSMye mtl(rlewoya N Other nigh * 10' II' 1$' Ono Dn n «,-� speed rooawoy],may have more than 210 square inure] Offset Offset Offset Toper Tangent a.' of retroreflective area facing traffic. 30 W52 150' 165' 180' 30' 60' o�g 5.Self-righting supports ore available with portable base. JS L.60 205' 225' 245' 35' 70' VI!33775 See'Compliant work Zone Traffic Control Devices List' 40 205' 225' 245' 35' 70' war 6.Sheeting for the VP's Moll ba retrorefleclive Type 1 45 450' 495' 540' 45' 90' -- I I unless not to otherwise. Material Specification OMS-8700, 50 500' 550' 600' 50' 100' E~ IWig;tl or self-rigntingl unless noted oMerri se. 55 550' 605' 660' S5' 110' a ._Ti T.Where the height of ref lttt;ve material an the vertical L•WS Panel is 36!omen or greater,a panel stripe of LONGITUDINAL CHANNELIZING DEVICES ILCDI 60 600' 660' 720' 60' 120' PORTABLE 6 inches 9hal I De used. _ I.LCDs we crasnrortny,ligniwolgh},Oefanrble devices that ane ni I vtstel e,nave 65 650' 715' 780' 65' 130' gin Y good target value and cm be 70 700' 770' 840' 70' 140' Cannttltt together.They ace rot xsigntt tD cantain an redirect a"hit le an impact. VERTICAL PANELS IVPS) z.Lcgs may be usetl Instead of a line of gales a aama, 75 750' B25' 900' 75' 150' 3.LCDs Moll be placed;n=corer.to application and installation requirements specific to the Device.and 80 800' 880' 960. 80. 160' used only Men shown on the CW2TCD list. 4.LCDs should not be used to provide..hive protection for obsfocles,pedestrians or workers. **Toper lengths nave been rountlee off. 5.LCOs Mall be eupplellted with retroreflective.lineation rem,.for temporary barriers L•Lmpin of Taper IFT.n N•Nintn of Offset Ifi.l M On BG IT w tle I when planed roughly Parallel to the travel Imes. S•Postea speed WPMWPM1.Opposing Traffic Lane Dividers IOil01 ore 6.LCDs used as bricos placed perpendicular to traffic should hove at least one raw of reflective delineation devices.signed to convert a Meeting meeting the requirements for barricme rails as shown on BC1101 placed neon the tap of the SUGGESTED MAXIMUM SPACING OF normal one-ray roadway Section to ter-ray LC0 along the lull length of ine device. operation.DTLD's are used an temporary CHANNELIZING DEVICES AND , lz' CW6-4 OP 1135 sign'nes.The upwwaand downward arrodirection o MINIMUM DESIRABLE TAPER LENGTHS the Ign's face indicate the airtttim of WATER BALLASTED SYSTEMS USED AS BARRIERS / L traffic on either side of the divider,TnePanels base is secures to the ppvenent wi to anmounietl I.Water ballasted systems used as barriers shall not be usetl solely to channel ize road users,but also to protect thebock to Dock ac nesive or rubber weight t0 minimize movement work space per the appropriate NC/1RP 350 crashwor}niness requirements bps.an roadway speed and barrier application.El oosetl by a vehicle impactor wind wet- 2.water ballasted systems us.to chamellze vMiculw traffic M men all be suppleted with retroreflecttve eel lneotlm SHEET 9OF 12 2.ine OTLD may De used in ganef nofian ri lh 42' or channel!zing devices to Improve doytine/nighttime visibility.They may also be.OPlemeted with ppvement makings.cones or VPs. ].Water ballasted 9ysrems used 0a barters 9tnnl I De plmeD in apcadonoe t0 application antl instal lOtian repo iremM/5]6 Portable, specific to the device,and used only Shen sown on the CWZICD list. Operations Fixed a 7.Spacing between the 01L0 Shall not exceed 500 4.Water bon lasted systems used as barriers anould not De used for a merging toper except in tar sow]Iless than 45 LICH ,Texas Department of Transportation Dlv/a/vn Driveable a Base feet.42'cones or VPs plat.between urban areas. When used m a taper to o low apett urban area,the taper Moll De clan inenttt and the taper length ..- 1 Standard lir may De used, ine OiLD's Moultl not e.g.100 font spoCinp, should be designed to optimize rood user operations consi.ring the available geometric conditions. w may be 5.Mien water ballast.,systems used as barriers have blunt ends exposed to traffic,they Mould be attenuotetl mounted /.The ono Mall be wage with a block nab- as per manufacturer recamenmtlm6 or flared to a point outside the glean zone. m era„], rentt}ive legend.sneering for the ono shell BARRICADE AND CONSTRUCTION O _ be retirtire active type Boor Type ion DIAS-8300,ng CHANNELIZING DEVICES ID Depanimental Material Specification DMS-8300, unless noted otherwise.the legend Mall meet If used to channel ize pedestrians,longitudinal channel zing.vices or water ballasted the ssllnoted otb of se.T. systems must have a continuous deretfmle bottom for uses of long canes and the top of the unit shall not be less than 32 inches in height. HOLLOW OR WATER BALLASTED SYSTEMS USED AS rtol be. BC(9)-14 I/.aqn N.imv��o,ls i�mml iTOMII:.,ivAOl W.W OPPOSING TRAFFIC LANE DIVIDERS MILD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS ®T.SOT r own„ l wl„ 04 7-13 9-07 8-19 don mutt n Wm laf 1 I TYPE 3 BARRICADES Each roadway o1 a n s = =��— elvsded in the shall be _ I.Where positive redirectioml I.Refer to the Caalfant Work Zone Traffic Control 0avicas List ICR2TC01 barricaded in the Sam sonar. Ail' CLOSEp 020-6T '� _- ca:ability is provided,.runs for details of the Type 3 Barricades and a list of all materials w - - may be amittea used In the construction of Type 3 Barricades. N4-I DL [�Imlr 4!p �s- 2.Pldetic[anstructian fencing 5 5 2.Type 7 Barricades atoll De used pt each end of construction \� zNMI may be used with drum for projects closed di al toss!ia. I�` _� safety as required in the plans. " ].Bans iboth right one across o tore py sidedd have stripes that slope Jay., - 3.Vertical Panels on flexible support wdbweward in the direction towers which traffic mist turn In detouring. -- , `.i► I nay be substituted for drum when the When bath ward and tart turns are from provided.me chevron striping may ‘,A.i\� ^L%% ;5,Ar. __—'=/ Typical shoulder shorn is leas than 4 feet. m Where downward in both provided at a from the d striping of the Darr slope. ��� ��!', ` Plastic Drum 4 shoo the shauldK less is greater4fe WMfG ha ferns ore prays,ded at p Closed road slriDinq Mould 81 ape than 12 feet,ateodrums a lights s«"_ demmard in bdtn,directions tprand the canter df raabway. 7t ems,— s 111111111 —� PERSPECTIVE VIEW say •De ant tied if arum are used. o 4.Striping of foils,for the right side of the eOroadw,hauls slope 5.Drum most extend the length somMrd to tha neat.For the left nice of the roadway,striping �,,., ./ w l/30 feet / _These drums shouts slope Identification mmortl to tha rl sht. ' J are not required of the culvert widening. 5.barrader markings no may be Shawn only an s c back of the -,- r-•'� y / on one-way roadway ink barricade rails.The noxious,ha1g11 of letters ad/or camaany logos ' used for iaenri+icatian dolt e.1'. Detour LEGEND w 6.Bvrleades snail oat be placed parallel to traffic unless an adequate PERSPECTIVE VIEW ,ion clear zone Is prsvi de.. Roadway r A ®� aim ,wdrntnp IIgMc snail IbT th instal lea on ban to trees. ® Plastic drum {Z B.Where barricades canes gs with the use of eeiphts to keep loan turnsnq over, i b 1 gg€ the use a/sanabaps with try,cdnesianless sand is rectmentleo.The The tree rat l5 on Type 3 bdrrica0es —® IIIIIIIIIIII _ ® Plastic,drum rain stetdy burn I ipnt 'k% sandbags will De tied shut to keep the Sand tram spit l imp and to �nner of yet 10w worming reflector $$E� mointoin el constant weight.Sand baps shall not be staked In o stall be re/l eciis i zoo orange ash IB' j 1 _ m that covers any portion of a barricade roils reflective sheeting. reflective Mite stripes on one aide b p SB Steady burn warning Iipnr g°. Rock,concrete,iron,steel or other solid objects will NOT be facing one-way traffic and both sides @ or ayeldy burn n wainp reflector mg n permitted.Sandbags should weigh a minimum of 35 Ibs and a maximum of for two-way traffic. Q 50 Ids.Sandbags shall be node of a durable material that tears upon Barricade striping should slaty '�h�h vM iculor impact.Rubber(such de fife inner tuDesl small not be used downward in tha direction of detour, 5 ' for sandbags.Sandbags Moll only De aloe.along or upon the base T Increase nuaer of piratic Mum an tha • supports as the device and shall not be suspended above grand level O aide of ppproabhi np!waif is If the crown �> Si mug With rope,wire,Chains or owner fasteners. 1.Signs should de mounted an indepehaent supports at a 1 foot _ width makes it necessary.Iminimm of 2 • 9.Sheellrg for bar!icades Mall be ratrpreflKtive Type A conforming vaunting height in center of roadway.The signs should be a B.�'•length Type 7 Barricades pod maxim.,of 4 drubs, Departmental Material Specification guy-8700 unless otherwise noted. minims,'of 10 feet behind Type 3 Barricades. a Y aY $; 2.Advance signing shall be as specified elsewhere in the plans. PLAN VIEW 'b Barricades shall NOT PLAN VIEW 8ie be used as a sign support. TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS E h5h g• T efillectiv PROJECIHIS EVICETSAFTERHALL NOT BE 2OE4.ON bi nanioal1_ '^` I Reflective of - CONES 45° / Y/ 1Wearies 3"-4' wS o 6 6' 1 inches. 'T4"min.orange TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 1 1 4,to 4 T 2'min. 2• >. I4"min.white I 4" u° 4'min.,B'mix. i -a" 2"min. T Q: ,Ron I4•min.orange x. € min. x• in. I'm 3"min. a. 42. EDGELINE /f`///////I mn4'min.whiteI m, min" 2"to 6" CHANNEL IZER -0 42' min. _�'_//_/////d►n,a 2B. mln. in. _7"min. o td l' I min. Stiffener ir I....... 26" 28. min. min. Flat rail Stiffener may be Inside or 1.ini3 device is intended only for use in place of o vertical panel to cmmnelize traffic by indicating the edge of nu travel lane.It is 2 sti+fevers shall oe lde o/support,out no more than allowed an one barricade.r not intended to De used in transitions or tapers. TYPICAL PANEL DETAIL Two-Piece cones One-Piece cones Tubular Marker This device shall net be used to separate Imes of traffic apposing or otherwise,or worn of objects. ].This device is based an a 42 Inch,fro-piece cone with an alternate FOR SKID OR POST TYPE BARRICADES striping pattern:far 4 inch retrareflective banes,with an approximate 2 than pap between Dads.the cola of the bad should Altermte ® 26"Canes shall have a minimum weight of 9 1/2 IDS. correspond to the color of the doped ins,yellow for left sapling, Alternate white for right etlpel foal far Micn the device t6 substituted or for 42"2-piece cones shall have a minimum weight of Mtcn it supplements.The reftectori Zed Ponds Mall De retrareflectivc 30 has. including base. Type A conforming to Departmental laterite Speciticettan DMS-B3D0, 4111 Approx. Drums,vertical panels or 42'.Woes Ipprox. unles3 otherwise hates sp I at 5p'max,mm spacing L 50' J ® 4.The Dase reign a minima of 3D "IC T 1 I 1.Traffic cones ad tubular markers Mall be predominantly oronpe,and SHEET 10 OF 12 Min.2 drums Mtn.2 drum meet the height cd weight requirements shown above. *• Traffic o r 1 Type] or I Type 3 2.one-piece cones have the Way and base of the cone molded in one consolidated Operations CD ',orrice.rice. Init, two-piece cones have o cone shaped body and a separate mbar base, ,Texas Department of Transportation StevnE',.d Dprt ica0e STOCKPILE or ballast,that is added to Keep the device upripni and in rise. \ I AYS.Two-piece cores may have a handle or loop extending up to IV above the minissm �s CID netpnt snow,in order to aid In retrieving the device. ❑ 4.Cones or fibular markers used at night Mall hove white or Mite and coronae BARRICADE AND CONSTRUCTION ❑ ❑ ❑ O ref'Knee Dales as Shawn obey°. the reflective SKIMS Sh e!all have a swath,sealed Oil one-way roads Desirable Mier Surface ad meet the tea irementa a/Departmental Material Specification 1 Z I NG DEV ICES downstream,drum stockpile lscatsan DMS-8300 Type A. or barricade may be i9 aufSide Cnanelszing devices parallel to traffic 5.2B'canes aid tubular workers are generally suitable for start duration and wetted here c Zone. Mould be used Men stockpile is short-term stationary work as defined an BC141. These should not be used within 30'from trove)lane, for intermediate-term or long-term stationary work unless personnel is on an-stte BC i 0 i 4 to maintain them in their proper upright positi . <I 6.4Z•two-piece cones,vertical panels or drum ore suitable for al I work zone run M-14.den ear Ta007 Ia,Tailw,l immaT Ia.iwD01 — — — — __. aaINla1s. I( „0I1 g, 7.Bibles or tubular Barkers used an eodh project should be o/the sane size (OTxDOT Novemrr SOW ton Old Shope. NEVI MOM 9.OT B-14 ern roan I west Y.TRAFFIC CONTROL FOR MATERIAL STOCKPILES 7-13 11a41 • WORK ZONE PAVEMENT MARKINGS Temporary Flexible-Reflective DEPARTMENTAL MATERIAL SPECIFICATIONS Roadway Marker TobS PAVEMENT MARKERS IREFLE[TORIZE01 DM gl GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTON5S-4 pus-4300 00 1,The Contractor shall be responsible for maintaining work Zone d I.Pavement markings that are no longer applicable,Could create confusion EPDXY 4N0 ADHESIVES OMS-6100 an 5 existing pavement markings,can accordance with the standard or direct a motorist toward or into the closed portion of the roadway TOP VIEW FRONT VIEW SIDE VIEW w specifications anal special provisions,on all roadways open to traffic shall be removed or obliterated before the robdwo BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS pM5-6130 y is opened to traffic. n S riinin ins C54 limits unless otnerrise stated in Medians. /f, ,- 7 PERMANENT PREFABFICATED PAVEMENT MdRK INGS pM5-8290 w 2.the above Shall not apply to detours in place far less rho three /', 2 2.Color,patterns aUn fm dimensions snail be in conformance with the days,Mere flogmarkings andyar ne the enameliilha devices are used 2' TEMPORARY REMOVABLE.PREFABRI CATEO OM$-8291 `Ra 'te=os Mlonuol on Uniform Traffic Control Devices'1TMU1[DI, in lieu o/markings to outline ins detour route. PAVEMENT MARKINGS ].4Mtitlmol supplemental pavement working details may be fouro In tea 3.Pavement markings moll De renpved to ins fullest a=tent posal Wle, TEMPORARY FLEXIBLE,REFLECTIVE pM5-8292 _g alms or spec if i[o}Tans. so as na}to leave a tliscernpp le Tanking.This shall bB by my me1Md ~-4.�v.-1 t ROADWAY MARKER TABS approved by Tx00T Sproii Tot/lion Item 677 for'El iminatinp Existing Cohesive pad accordance4.Pavement markings shall be instal led in accordance With the TWTCO Payment Markings and Yorkers'. more of Sheetinghan A list of prequel if lea reflective raised pavement markers. u � and as xenon an the plans. Is usual ly re t non-reflective traff lc buttons,raodwoy marker tabs and.Other 4,The removal of pavement markings may require resurfacing or Seal 1/9'and less than I'. i u; 5.Moen snort tr,..z ings we required on the alms,Short term coati pavement markings Can be found at the Material Producer List marki coating portions a/the rood,a5 described in Item 6T7. web address shown an BC I, nqs Small canform with}he IYUTCO,the alms and tletai lS as ` Sham an}M Stanaor0 Plan Sheet WZ ISTPMI, 5.Subject}o the approval of the Engineer,any method that proves to be aucceasrul on o particular type pavement may be used. cpp 6.When stahaara payenenr marxinga are mat in place and me rooalray STAPLES OR NAILS SHALL NOT BE USED TO SECURE m� is opened to traffic,DO NOT PASS signs shalI be erected to mark N.BleA7 claming AUy be uses but will not be rewired unless aped Nicol ly TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER g•Sw the beginning of the sections where passing is prohibited and shown in the Plans. TABS TO THE PAVEMENT SURFACE « PASS WITH CARE Sipes at the beginning of section$wrier.poising w$m Is permi flea. 7.Over-painting of me markings SHALL NOT BE permitted. 7.All work Zone pavement markings shall be installed in accordance B.Removal of raised.pavement markers shall be as dirroted.by the with Item 662,'Work Zone Pavement Markings.' Engineer. `u w I.Temporary flexible-reflective roadway norxer tots used as guldemorks i 9.Removal of existing pavement markings and markers will be paid far shell meet the requirements of OYS-B242. oS RAISED PAVEMENT MARKERS directly in accardaue with Item 677,'ELIMINATING plans. PAVEMENT 2.Tabs detailed on this see are to be inspected WPR INGS AND MIRKEPS,'unless otherwise stated in tehae p alm sheet s. n peeled and accrore0 by ins $f I,flat setl pavement markers are to ale placed according to rem patterND Engineer or designates representative.Saul ing and testin is not i an BC112, 10.BlaCk-wt marking tope may be used.to cover conflicting existing normally required,however at the option of the Engineer,either A" gw markimgs for periods less than fro reeks when approved.by ins Engineer, or'B'below may be modes.to assure quality before placenen}on the w 2.All faiaetl pavement markers used for work zone markings Shall meet roadway. .1. / the requirements of Item 672,'RAISED PAVEMENT MARKERS'and Departmental A.Select five I51 more loos at random iron each lot Snipmnf Malarial 5proilicafim 045-4200 or 0M5-4300. or suanit to the ConSiruction Division,Materials and Poreeenf g� Section to determine specification compliance. .g�=w PREFABRICATED PAVEMENT MARKINGS H.select five 151 tans and cear th e e rollowirg rest.Affix five w$o I.Remavaple prefabricated pavement markings stroll meet ins requirements151 tabs at 24 inch intervals on on asphaltic pavement in a of DYS-s241. strpi qht line.Using o medium size passenger vehicle cc pickup, rut over the miners with the front and rear tires at a speed p a 1 2.Non-removable prefabricated pavement markings Boil bock)stroll meet of JS to 40 miles per Mar,four lb times in each direction.ND ?lt the requirements o/DUO-AXON more than one IDout of 1M five 15,reflective surfaces stall be lost or displaced.as a result of this test. J.Sept I design variances may be noted between tab manufacturers. -- MAINTAINING WORK ZONE PAVEMENT MARKINGS _ I.the Contractor will be responsibie for maintaining work zone pavement N.See Standard.Sneer NZ ISTPNI for too placement an new povMonts.See o s o markings within the work limits. Standard.Sheet TCP17-II for tab plocerent on seal coot work, 2.Wok Zone pavement markings Noll be Inspected in accordance with the frequency one reporting requirements of work Zone traffic control device inspections as required.by Form 599- 3.The markings should provide o visible reference far a minim RAISED PAVEMENT MARKERS USED AS GUIDEMARKS ma a disrmce of 300 feet dining normal daylight hours and.160 feet when 1.Raised pavement markers used as guiderark3 shall De from the approved I luninated by automobile law-bean neodl fights at matt,unless Slott product list,and meet the requirements of 01.45-42o0. distance is restricted by rood.%geometric.. 2.AI I temporary i>:nrf letim raised pavement rtark.rs provided an a 4.Markings failing to meet this criteria within the first 30 days after project stroll De a/1M Some manuPocrurem. placement Shall be reploc.at the expense of the Contractor as per Specification Item 662. 3-Adhesive for guidemarks shall be bituminous material Mt applied or butyl rubber pad for all surfaces,or thermoplastic for concrete surfaces. Guidearks shall be designated m: YELLOW-Itwo caber ref Iect i ve Outfaces rite yellow body,. MUTE-lone silver reflective Surface with white body,. SHEET II OF 12 151.7 aera fmyona ir Texas Department of Transportation OWNfon stameare BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-14 ke-IA.00m We 7maAn In.7aTIo..TAUNT leis TelOT ©TUDOT Fmruory I9es eon i( .1.0 Knnme MO 017 I-Ot i-II cam taWn I WO MIL 02 B-I4 is STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS PAVEMENT MARKING PATTERNS Type II-A-A Type Y buttons �5 DOUBLE ,"",�:,°,r G to 12••Lo v o o ❑ o D A A 0 A A ❑ D ou 10 to 12" 10 to 12. Type I I-A-A / F ❑ o O D ❑ O o O O o 0 o O O i' wi i aoPoTYv1P1P-A-A l oo0 NO-PASSING Q i r, �~Yellow FYellow Type II-A-A ooaoo°°°aooao o� vo voodoo TyPe Y buttons LINE I n to 12" IMIIS r Yellow a�i RAISED PAVEMENT MARKERS-PATTERN A REFLECT017IZED PAVEMENT MARKINGS-PATTERN A i e I-C. I-4 II-A-e yp O TYPa W or Y buttons SOLID EDGE LINE ,;.E�cIeIE o o o E�❑ o 0 0 0 0 0 0 0 0 0 Val a OR SINGLE kulaE.E a Type II-A-A a LINES 60" 3 ° d I cvo0Z r o0ave.0oco00o000 00 NO-PASSING LINE d� GQ ooa f P� qvD Dqv $q•• white or Yellow ocI Yellow \� J a to B. Type Y buttons 6 to B. TYPe II-A-A cy RAISED PAVEMENT MARKERS-PATTERN R Type 1-C 6o. 3- Type W buttons .:° REFLECTIX7IZED PAVEMENT MARKINGS-PATTERN® WIDE •Ism 5 }ha En 1_2-LOiO O O❑ O O D ❑ O O 0 ❑ O 'go w Pattern A is the OITAR ROT born,n1wever Pattern R may be asps if oporp.ea go vineer. LINE IOeaERs T 0 0 0 0 ❑ O o 0 0 0 0 0 o O Prefabricates markings mar be ApbAtir0led r0r ref lectori Zetl pavement markings. lit •' w S n IT NEtltl14 LINE OR12Em CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS MEL1=1LLmLIMEa9EDTO ..R,IN[, DISCOURAGE LTN,E[M.G../ White TYPe I-C Type I-C or II-A-A� a 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 CENTER I"'.9Eo ❑ ❑ o o ❑ o ❑ ❑I 0 0 0 0 a 0 sv[kEls 5 I 5�1 0 a OTYve wObL,tton5�' Trpe I-C or I I-C-R a LINE To. —30'-� °gis Whi to�y ciao 000 000 000� vvo 000 �Yellow Type I Y eYbuttons'. �'- OR - 01 Y 000000000000000000000000000000000000000000 LANE xnE❑NiiEo 0 4II -I❑ f- 8000000000000000000000000000000000000000000 LINE Iwa.lNm: �.-10' .--307--.� White or Yellow ��y TYPe Ybuttonsf Type 1-C or II-A-A N8o Yellow — Type I Aa D 000 oD 000 aaa BROKEN (when requiretll �D c white— �000a000D0p00 bat0b0a�0000000000000000000000 D~Trpe I-c or II-G-p LINES o0S 00 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ REFLECTORIZEO PAVEMENT MARK INCS a RAISED PAVEMENT MARKERS 3-I 9 ' ' Pre!oar i toted markings may be substituted for ref lector i zed pavement markings. Type I-C AUXILIARY WR0ERL Type I-C or II-C-R _ OR EDGE & LANE LINES FOR DIVIDED HIGHWAY LANEDROP 6„ .a LINE R.IKo I♦ U EM Ru.w,ERs r 3'1 9' ,,��AoDOD DOD OD/.� Type I-C aD fit, 00 Whi to/" - �� 000 0 o do o�ypea ol-A-A 0 0 o v TypR T O oton0 0 0 0 0 0 0 0 0 0 0 0 o REMOVABLE MARKINGS 5• _6.�.--1 WITH RAISED _ 0 0 0av a00 00 0 ova o00 PAVEMENT MARKERS - -4'-- 30'-'1 -Yen low If raised pavement markers are used the Raised Pavement Markers Whited a` to smorkerenshp1MObABLE markings, Trpe I C top or the tope of the approvilmte REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS and length of tope used for broken lines or at 2D foot spacing far 111 . y Prefabricated markings may be substituted for reflectoriced pavement markings. solid lines.This allows an easier 20'_1' removal of raised pavement markers Centerline only-not to be used on edge lines LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS Ira tope. SHEET 12 OF 12 *. Traffic `j 1 Trpe 1-C 0 Opera gs ._ 000 000 'Texas Department 0f Tranapart01100 SEen eb ono 000 �OP00 - ' ''White''''' a - Yel low ODD a a TYPe Y buttons �TYE.II-A-A BARRICADE AND CONSTRUCTION — — — — A A A A A°o o a o a a a a°o a. 0.0 0°o A"....A O o a o a a a o 0 o Raieed Pd ement ma here Deed 0e etandprd PAVEMENT MARKING PATTERNS 0 0 00 o Dovement markings 50011 be from the OPDroved ono ooa DOP D°o products list and meet the requirements of �j '-Whiter o o Item 672"RAISED PAVEMENT MARKERS." BC 12 Type I-C REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS r l Ln bc-1/.201 Do 1401 I0,T.001lo•TOg0T 1u0401 Prefabricated markings may be substituted for ref lector cad pavement markings. ©TOOT feprOOA 199A 0[TI I xl,M.m TWO-WAY LEFT TURN LANE 97 9a1aYl`� MATTE I[„[ETO.. -9e 0.01 run 02 a-1a o .J Page 658 2011 Edition- Revision 1 Table 6H-2. Meaning of Symbols on Typical Application Diagrams • n • • ••••• Arrow board Shadow vehicle • • ,r-- (07 -- Arrow board support or trailer O 0 0 (shown facing down) N Sign(shown facing left) IIChangeable message sign or support trailer e Surveyor Channelizing device Temporary barrier limm, Crash cushion t-O Temporary barrier with warning light IDirection of temporary traffic detour Traffic or pedestrian signal ..► Direction of traffic Flagger V\ Truck-mounted attenuator ir1110 Type 3 barricade High-level warning device (Flag tree) Warning light Longitudinal channelizing device .,J j//� Work space Luminaire \\\\\ Pavement markings that should be Work vehicle removed for a long-term project _'a n'' il Sect.6H.01 December 2011 2011 Edition- Revision 1 Page 659 Table 6H-3. Suggested Advance Warning Sign Spacing Road Posted Speed Sign Spacing"X" Classification (MPH) (Feet) 25 100 30 120 35 160 40 240 45 320 Conventional 50 400 Highway 55* 500 60* 600 65* 700 70* 800 75* 900 80* 1000 Expressway See or All Speeds Typical Freeway Applications** * Distance between signs should be increased to have 1500 feet advance warning.(See Section 6C.04.07) ** Distance between signs should be increased to have 1/2 mile or more advance warning(See Section 6C.04.05) Table 6H-4. Merging Taper Lengths and Spacing of Channelizing Devices *Minimum Desirable Taper Suggested maximum Lengths Spacing of Channelizing Devices Posted Speed On a Formula 10'Offset 11'Offset 12'Offset On a taper tangent 30 150' 165' 180' 30' 60' 2 35 L=WS 205' 225' 245' 35' 70' 40 60 265' 295' 320' 40' 80' 45 450' 495' 540' 45' 90' 50 500' 550' 600' 50' 100' 55 550' 605' 660' 55' 110' 60 600' 660' 720' 60' 120' L=WS 65 650' 715' 780' 65' 130' 70 700' 770' 840' 70' 140' 75 750' 825' 900' 75' 150' 80 800' 880' 960' 80' 160' * Taper lenghts have been rounded off. L=Length of Taper(Feet) W=Width of Offset(Feet) S=Posted Speed(MPH) December 2011 Sect.6H.01 Page 684 2011 Edition- Revision 1 Notes for Figure 6H-13—Typical Application 13 Temporary Road Closure Support: 1. Conditions represented are a planned closure not exceeding 20 minutes during the daytime. Standard: 2. A flagger or uniformed law enforcement officer shall be used for this application. The flagger, if used for this application,shall follow the procedures provided in Sections 6E.07 and 6E.08. Guidance: 3. The uniformed law enforcement officer, if used for this application, should follow the procedures provided in Sections 6E.07 and 6E.08. Standard: 4. A BE PREPARED TO STOP sign shall be located before the Flagger symbol sign. Support: 5. Additional requirements for the location of flagger stations are contained in section 6E.08. { Sect.6H.01 December 2011 2011 Edition- Revision 1 Page 685 Figure 6H-13. Temporary Road Closure (TA-13) OV3H`d\� M)1 iOM t 'f' Ov02! X j, t Note:See Tables 6H-2 and 6H-3 for the meaning of the .r symbols and/or letter dOIS 01 codes used in this figure. 038Vd38d 38 x • T T X See note 2 ---- 1 •—, Buffer space (optional) i j Buffer space (optional) ote 2III X • i X BE PREPARED / t i TO STOP ROAD .I. r WORK �� AHEAD Typical Application 13 December 2011 Sect.6H.01 Page 688 2011 Edition- Revision 1 Notes for Figure 6H-15—Typical Application 15 Work in the Center of a Road with Low Traffic Volumes Guidance: 1. The lanes on either side of the center work space should have a minimum width of 10 feet as measured from the near edge of the channelizing devices to the edge of the pavement or the outside edge of the paved shoulder. Option: 2. Flashing warning lights and/or flags may be used to call attention to the advance warning signs. 3. If the closure continues overnight, warning lights may be used on the channelizing devices. 4. A lane width of 9 feet may be used for short-term stationary work on low-volume, low-speed roadways when motor vehicle traffic does not include longer and wider heavy commercial vehicles. 5. A work vehicle displaying high-intensity rotating,flashing, oscillating, or strobe lights may be used instead of the channelizing devices forming the tapers or the high-level warning devices. 6. Vehicle hazard warning signals may be used to supplement high-intensity rotating,flashing, oscillating, or strobe lights. Standard: 7. Vehicle hazard warning signals shall not be used instead of the vehicle's high-intensity rotating, flashing,oscillating,or strobe lights. Sect.6H.01 December 2011 2011 Edition- Revision 1 Page 689 Figure 6H-15. Work in the Center of a Road with Low Traffic Volumes (TA-15) • friV3HOM d\ END ---M 8 ROAD WORK ad0a T 4 t Note:See Tables 6H-2,6H-3 X and 6H-4 for the meaning of the symbols and/or letter codes used in this figure. T vi A 1/2 L 1 (optional) . 4- , (optional) • II a. 1/2L , • 10 feet MIN.to edge of pavement or outside edge of paved shoulder X 4 t ROAD \ )180M QV08 n DO T WORK J. AHEAD Typical Application 15 December 2011 Sect.6H.01 Page 714 2011 Edition- Revision 1 Notes for Figure 6H-28—Typical Application 28 Sidewalk Detour or Diversion Standard: 1. When crosswalks or other pedestrian facilities are closed or relocated,temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Guidance: 2. Where high speeds are anticipated, a temporary traffic barrier and, if necessary, a crash cushion should be used to separate the temporary sidewalks from vehicular traffic. 3. Audible information devices should be considered where midblock closings and changed crosswalk areas cause inadequate communication to be provided to pedestrians who have visual disabilities. Option: 4. Street lighting may be considered. 5. Only the TTC devices related to pedestrians are shown. Other devices,such as lane closure signing or ROAD NARROWS signs, may be used to control vehicular traffic. 6. Deleted 7. Type C Steady-Burn or Type D 360-degree Steady-Burn warning lights may be used on channelizing devices separating the temporary sidewalks from vehicular traffic flow. 8. Signs, such as KEEP RIGHT(LEFT),may be placed along a temporary sidewalk to guide or direct pedestrians. 3 � { } Sect.6H 01 December 2011 2011 Edition - Revision 1 Page 715 Figure 6H-28. Sidewalk Detour or Diversion (TA-28) 4 3a3H SSOHO 03SOl IS A 36 inches MIN. 1/ f--- 4SIDEWALK jCLOSED _ i ii I SIDEWALK CLOSED CROSS HERE 4 C i ROAD i ROAD i WORK WORK AHEAD AHEAD 4 t (optional) / t I SIDEWALK DETOUR SIDEWALK DIVERSION Typical Application 28 Note: See Tables 6H-2 and 6H-3 for the meaning of the symbols and/or letter codes used in this figure. December 2011 Sect.6H.01 ♦ . LEGEND ®Type 3 Barricade ■■ Chonnelizino Devices 65 I . • 1 ROAD I''__ Truck Mounted WORK �I]Nlavy Nark Vehicle ® 1}tlnuatar 1TY11 '� Ni I AHEAD I u hailer Mo,lnied Portable C50 g able ROAD 010 Flaenlnq Arrow Boors Abssope Slpn IP[451 6y S p 4 WORK 4870%148' I Q END i Sian Traffic flat i`« 1 AHEAD END IFlape• , /OADWDRK see roROADWOflK ee not!21� SupSup est'aVo'Ieun Yinimm ,� Patna Formula T Meirmle Sooaetm ug ROAD N N (See note 21♦ „a tarhpltwinol•O WORK T I I Sa.,d Doer I.ergin° C 7[ea� 5p01 latter Sooce - w2D-ID AHEAD I „p iLa A id Il• 12' ono ona pt.,%e 'e- � : 48'%48' o C Offs. Timm tonal.. IF lops- h$ « 1 30 z 150' 165' 180' 30' 60' 120' 90' gg$ See Wore l I I h� I �'o° 35 L•6 205' 225' 245' 35' TO' 160' 120' t{8Q • o ..ii..o I I 40 265' 295' 320' 40' 60' 240' 155' -wti 1 • I ■♦ N h 50 450' 495' 540' 45'SO' 240' eT - I 500' 550' 600' S0' 100' 400' 195 ga' I I 55 L•w5 550' 605' 660' 55' 110' 500' 295' SSe o I I ■ $ •• ck 60 600' 660' 720' 60' 120' 600' 350' 3 1 65 650' 715' TOO' 65' 130' 700' 410' ^t� I '1O' — 110 4 70 700 rD e40 70 140' Boo ns '`� �i b art n.>.�n A.0 Work vehicles y Inactive' 75 750' B25' 900' 75' 150' 900' S40' � 3 or other loulpnent ■ work vehicle Al.? '". necessary for ins I $ (See Note 71 *Conventional Roods Only Qg wOrk grt-r1an, Toper t w n I I r•T.'� such as trucks,I I **L•Len to of^lacer lFTe1 N•Nl rounded tneof Offset WTI 5•P°sfed Speed l3WHl • o %7t moveable crones, ■ ® p II! Channel izing dew i cos ■ .+� ��'. etc.,shall remain in I 'p^ 8 areas separated from I I ::: GENERALNOS -O 1 ■ ® .., —r E. 2.All traffic control aevicea illustrated ore REWIRED,except these pi; L (See notes 4 6 51 - — m I ■ ' � Q I aXbT/O wit.the iri p,9le arla0l may pe pet TTla MMn ataTM in iM ■ plans,ar for routiM mointen°nce rk,even appravetl by the Enpfreer. +C 1 • ! s 1 3.Stockpiled material shoals be placed o minims.of 30 feet from -0 I Maneet trove led way. Fo n • _ I 4.Shadow vehicle with TVA and high intensity rotating,flashing, k IS notes 4 6 53 I oscillating an strum Buries.A SMMw Vehicle with a NIA should M a o • urea anytime it cm m msitioMd 30 to 100 feet in oovonce of ■ I the or eo or new ecooshre without adversely affecting the e I perrormm[e or awlity of the work.If workers are M lornplr present I e w° • but rood an.vk conditions repair!the 1r0111c control to teat.in 8 •„ I I Plop.,Type 3 Ban de ricas or other channel izing devices my M • 4Oactutea fan the Shmrir vehicle ono Mt. I n • I 5.Additional Shud W m be riw Vehicles with Ts y positioned off the pav • • surface,Mkt to those Mown In order to protect a wirier work spot,. �_ 1 -�, 6.See ICP15-I1 for shoulder work m divided hlahwaya,.wpreaawaya ch. ♦ . "o g I Inactive. $ I ♦ . ,Q,- u` I 7,Inactive way vehicles or other spat pent liquid be er. nev the ROAD I e I B.CN21-S right-of-way WORK-sl my lin.out not parked M the boned shoulder. ph may ae Uwed in plane nt matE1120-10 i .g WORK 8 I $ t I ROAD NOR%AHEAD nips for a oUlder work m cmvrntlool roaa.aye. AHEAD END ROAD u $ 1 ROAD WORK WORK I ♦ n. c20-2 I AHEAD I C420.10 48-%24- 48'%48- 15ee note 21♦ END I ROAD 0 I Q (Flaps- CN20-10 _rn_ Q see note 11 I Q 4B'%4B' ROAD WORK WORK 1 (Flops p20.2 I AHEAD �.' Traffic See note ll Visc I I ISe x 24• Texas Department of Transportation t..d„ 15ee note 21 , StendaN I B20zl DB• li laps TRAFFIC CONTROL PLAN See no-te,1 CONVENTIONAL ROAD SHOULDER WORK TCP (2-)a) TCP (2-ib) TCP (2-lc) WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER TCP(.-1)-18 rcpz-I-le.rip. a. Iv. Ica can Conventional Roods ©ror., oe[emer leas AO I .0.,, 04 Conventional Roads Conventional Roads TB44Ra-"" LCaU LEGEND CW20-4 ♦ ♦ ®Type 3 Barricade ■■ Channel izing Devices Warning Sign Sequence 4B X 4B Truck Mounietl n Opposite Direction ONE LANE ROAD Some as Below END ROAD WORK Heavy Work Vehicle ® Attenugtor ITMA, ROAD WORK 4B.X XXX FTTrailer Mounted Portable changeable 4B"X 4B" AHEAD Flashing Arrow Boars M Message Sign IPCMSI ofi ® ems I^ G20-2 ISee note 21A RE } i Sign a Traffic Flaw RI-2 �/ V 4B"x 24" PREPARED CW20-10 5� @"%4Z•'X42" TO STOP 4B.X 48•' Q Flog ao Flogger AAAA Temporary } SeeiFl note II MlnlmaXn S « TO Yi Itl line Desirm le Suggest.uaxinun Minimum g ONCOMING Isae Note z1� Pwrod FWmila Taper Lenoine cnPOCIng Of so�°;�q Lo al r„alnal ss chit } speed ,�µ Devices „., Buffer Soave Distance `� TRAFFIC _ X 10' 11' 12' On a on a Olsionce B RI-2 oP CW20-7 / off set(it f set of f set Toper Tangent 4B" 36" 4 4e"%4B" ` 30 2 150' 165' 180 30' 60' 120' 90' 200' a.c ISee note 91 0 g XXX s t3/ 35 1.WS 205' 225' 245' 35' 70' 160' 120' 250' 40 60 265' 295' 320' 40' BO' 240' 155' 305' 8v • FEET • / END 45 450' 495' 540' 45' 90' 320' 195' 360' w Devices at 20' [W16-2P c spacing on the Toper p c ROAD WORK 50 500' 550' 600' 50' 100' 400' 240' 425' u7. �� n � G20-2 55 L4W5 550' 605' 660' S5" 110' 500' 295' 495' t. Exceptemerge / 4B"x 24'. 60 600' 660' 720' 60' 120' 600' 350' 570' �777 emergencies, 65 650" 715' 780' 65' 130' TDO' 410' 645" flogger stations eg m f., shall be / 70 700' 770' B40' 70' 14D' 800' 475' 730' it night ��.X at illuminated 75 750' 825' 900' 75' 150' 900' 540' 820 F �•,,; W .Conventional Roads Only .:�� f'1": g TempoY dry ■ ■ ..Toper lengths hove been rounded off. 2iiL' °�' 24"Stop Line ■ L=Length of ToperlFT,WnVidin of Offset IFT1 S=Posted SpeedlMPHI S� ° Isee No re zl♦ f 1Do-ADprox. TYPICAL USAGE ' � ■ ° Devices at Shadow Panicle with lA, I.�-� 20'spat trim MOBILE SHORT SHORT TERM INTERMEDIATE LONL TERM r u TMA ono high intensity - OuRATION STATIONARY TERM STATIONARY STATIONARY r . rotating,fl or gir, I � 1 Si. osci luting or strobe I ■'TIa, g lights.'See notes 6 4 71 :•y GENERAL NOTES ■��� j�'zl- I.Flags ottoched to signs where shown,ore REQUIRED. a rem ■ .,z 2.All traffic control devices illustrated are REQUIRED,except those denoted with the triangle symbol $v L. be°milted when stated elsewhere in the plans,or for routine maintenance work,when approved 5'a' • V Shadow Vehiicle !•r by the Engineer, .RI 2 th TMA d ■ 3.The CW3-4 BE PREPARED TO STOP"sign may be installed otter the CW20-4"ONE LANE _ • + high intensifyROAD XXX FT"sign,but proper sign spacing shall be maintained. Devices at 20' 1 42"x 42'x 42"' rotating. f-1 4.Flappers should use two-way radios or other methods of communication to control traffic. a spacing on the Taper flashing. Mg ll 5.Length of work space should be based on the ability of(loggers to camunicate. ° .5...$ TO gscillatino or ■ 6.A Shadow Vehicle with a TWA should be used anytime it can be positioned 30 to 100 feet u w • (SeDbe lights. in=Nonce of the area of crew exposure without adversely affecting the per(ormonce or cuality of E% ONCOMING RI-2oP (See notes 6 4 TI Temporgr • TRAFFIC 4B"x 36" ■ the work. If workers are no longer present but road or work conditions require the traffic control y ISee note 91 w-, to remain in place,Type 3 Barricades or other ohannelizinq devices may be substituted for the Shadow - -- riel°Line y ■ x panicle and TWA. (See Note 21� My C W20-T 1.Vehicle Shadow Vehicles with iMAs may be positioned o((the paves surface,next to those shown o r o w Devices at 4B X 4B in order to protect a wider work space. ♦ C on tneaiao r a' XXX CW16%2P TCP f2-2a1 Z n -�_ FEET z4" 1e"� B.She RI-2"YIELD-sign traffic control may be used on projects with approaches that hove adequate sight \�/ Except i �(• distance.For sprojects in urban areas,work space should be no longer than one half city block. \Vv/ flogger stations y work should be no to than 400 feet. W7-2 flogger stations ■•■ In rural area roadways with Tess than 2000 ANT, space riper 48"X 4B" snail be w 9.The R1-2,"YIELD 70 ONCOMING TRAFFIC"sign shall be placed on a support at a 7 foot minimum i Ruminated or- . pREPAREOmounting height. w at night TO STOP cw3-% TCP 12-201 Temper ar 48" 48" 10.ChRaeliiinq devices on the center line may be omitted when q pilot car is leading traffic and -a- ONE LANE 24'•SropyL iI i (See Hate 21♦ approved by the Engineer. ROAD ' ISee Note 21� 11,If the work space is located near a horizontal or vertical curve,the buffer disccoces should be AHEAD I w increased in order to maintain stopping sight distance to the flogger and a queue of stopped vehicles. /� cW20-40 Isae table above, ef1X ` w 4B•x qa" ri /L i ONE LANE 12•Floogers should a 24"STDPiSLOW;maybes to control traffic.Flags should be limited to lr V /V\ ROAD emergency situtarions. XXX FT 0020-4 END -L '� 4B"X 4B" ROAD WORK Trams ♦ ♦ *. rations G20-2 ♦ ♦ ,Texas Department of Transportation 5 i,gs a 4B-x z4" ROAD WORK END 17 ROAD TRAFFIC CONTROL PLAN AHEAD CNPO_10 ROAD WORK WORK 48"X 48" 4T-2 AHEAD [W20-10 ONE-LANE TWO-WAY 'Flogs- 24" 48"X 48 TRAFFIC CONTROL See See note 4B•'"e I1 (Flogs- TRAFFIC 11 TCP (2-2a) TCP (2-2b) 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-18 ONE LANE TWO-WAY ONE LANE TWO-WAY ©18001 tcp2 a er ITS an en Ile, +®I■I eta M' CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS B95 -03aYlstda (Less than 2000 ADT See Note 9) SB 2 BT z-18 pal aaWTT z I e`"° o LL LLf123 • END I • . END LEGEND ROAD ROAD WORK;Ili"z 24 ROAD '- ROAD WORK G20'z ®r 4B x 24" ype 3 Borr icede •• Channel I l ng Devices rs WORK WORK x _c7 T,_ Tfuck Mounted p CW20-ID AHEAD V I Q Heavy Work Vehicle ® At'tenklor ITMAI .- CW2 x 0 ,F�I^ CW20-10 AHEAD p u IFlogs- �/ `U' (Flops- PASS qB T ® FlashinpMArrowaBoard �•�� MarketlsPTVe4A a.� - Y N see note II See note" " I WITH If applicable y Sion a Traffic Flow «' DO x PASS If applicable DO T CARE Rq-2 Q Flap Flapper 2`€ NOT zq' x 30 NOT I _�! WITH W. ui nirnum Supaestetl up.lmun Sian -' R4-I PASS �' CARE R4-z 24•IX Jo„ PASS q"Double Speetl F[Kmuld Toper�Lnpina Chpnnelazonp Spocirp Lagitutlirtol g z4"%30" 24•X 30" Yellow cIn Buffer X, w'* pev ices .X_ Burrer Spxe >< "lamb it 11' It' On a On a ...'‘nee 'B' a++eerofaarorr•.t toper imaenr ` I >< 30 2 150' 165' 180" 30' 60' 120' 90" 35 og 1 T • (� m 90 L•60 i265' 295' 320' 40' BO' 290' 155' YW` CW1-qR % 45 450' 495' 540' 45' 90' 320' 195' 55 qB'x qe" • CW1 4R 50 500' 550' 600' SO' 100' 400' 240' goy I+ 4B"X 4B 11.116. W1-6aT - 55 1,W5 550' 605' 660' 55' 110' 500' 295' w$r [W13 IP -• yy 76'%3fi' g p 60 600' 660' 720• 60' 120' VW 350' i2q"%24` A/� _ 65 650' 715' 750' 65' 130' TOO" 410' u : Cw13-IP MPH MPH Cw1-qR 70 700' 770' B40' 70' 140' BOO' 475' [W1-6aT 24•x 24• 75 750' 825' 900' 75' I50' 900' S40' 'u3 i T 36"X 36" 48`z qB- J 4"Solid y rn! t Wnite F:* X X *Conventional Roads Only cgs a Eogeline- MPH CWI3'1P **Toper lengths have been W11NGtldled aff. of OffsetlFTl 5•Posted Speed IMPHI `w 4 �x� 24•X 24' np h a1 Toper IFTI W+ ''z N TYPICAL USAGE gg w • S o Type 11-A-A '"• A[y MOBILE SHORT SNOPT 7EPu INTERMEDIATE LONG TERM r � L -� Raised Z u DORATIgN STATIONARY tERM VE.710NART STA770NARY r Pavement o ; y 5 CW1-AR Markers on al g ✓ TCP 12-,ONLY Shadow Vehicle with QV%48' 1"2" Sew MIA and high,nten9ity •T,* XX 40'C-C. rotatlnq,floss inp, GENERAL NOTES wgp osci s. inp strobe 1 F'•'2 MPH 5 1 7 J-IP 9'Double ry F ♦ c S I.Flops attached to signs where shots,ore REWIRED. « lights. ISee notes 7 6 81 'IV Yellow line ♦� n- 2.All traffic control devices illustrated are REWIRED,except inose denoted a o ' r�Z' yy�, with the triangle ay.,may be omitted when stated elseMMre in the plats, ..?R 5 .'� f A Transverse Channel tuna : ;; ntenall DBn in ould i tiannd ofASS,-A p one ser spt maits a T•• • I •� xrrrtgn worarric44:! -4L•i "X 4B" ltional Slntlow yenlC les with iMAS be 29 %24" next to those shown in order to protect a solder work space. cal-fiat • X X TCP (2-3o) 36"x 36. \\\ ISee note 21A 1 MPM CWI3-IP DO 9.Cat/l ict irq pavement markings shall be removed for Iona-term projects. T 24"X 24" ••�x NOT For snorter durations Mere traffic is directed over a yellow centerline, i channel icing devices Mich separate two-way traffic mould be spaced on PASS R4-I tapers at 20'or 15'If posted speeds are 35 man or slower,and for tangent PASS " D O CV/1 .24.X JD" sections,at 1/2151 rnere 5 Is the speed in mph. This tighter device spacing WITH NOT 36"X 36" a- is intended for the area of the conflicting workings,not the entire work zone. R4-z < ^ ° i J- PASS (Soo sore 21� o CARE V `v' Rq-I •24"X 30" - 24"x JO' v -14.' Traffic If applicable PASS - Traffic off n . WITH g S i ROAD ,Yeses Department at Transportation SfarWeN WORK END R92 TRAFFIC CONTROL PLAN 1 R9-x 7p• CARE AHEAD ROADWORK ROAD If applicable 'I4 n CW2o-10 9B°-(24 I WORK a 4B"X 4B" TRAFFIC SHIFTS ON (Flags- AHEAD END J' See note II TWO—LANE ROADS CW2o-iD G2-2 TCP (2-3a) 4B•x 4B• 2B•x 24.ROADWORK IF ago- TCP (2-3b) 2-LANE ROADWAY WITH PAVED SHOULDERS see note 11 2-LANE ROADWAY WITH PAVED SHOULDERS TCP(2-3)—18 ONE LANE CLOSED tep' tlpn I:' ONE LANE CLOSED ©T=wi p2-31-1l.eCnaer 19s5 �„•.�`��„1•'I x,a.N, a: ADEQUATE FIELD OF VIEW INADEQUATE FIELD OF VIEW 9-95 3-a3m""Ice 1-97 2-I2 met MOM I WM Ma 1.98 2-1a 163I 111 - 4IP LEGEND m==,7YOe 3 Barr i code SI• Channel i z ing De v i ces ROAD CM)Heavy Work Vehicle 25:( TArt=uroTITMA1 P 1 . WORK AHEAD wR• i OOARDK i'I 11\ °14), I'.1 C2D-2E ND CC42V81/2"2"00-X-150T4 L8 "'.LAOEFNSTEE 4m -Ir -1- G4E210"-x2E N2D4" iiisop3sz.0 ji0 01F o),r mu i FTSmaT ilWgmana1g 5 T0.G.rwo'',m e'O mr''14f=7'f62r1';s5:4 int 0O etc nf11'.s0'e0t'r d'7 l'i irl3lo"0<4aifn:°,'-rc1-tl 0i3 i,:1T:4rrFT 7i6:r4gl0 0e;uan"=gf"t ,sF.51.7,4 7271 7.ro07.in'w.o.'.a.. = • • 1ROAD WORK ▪« AHEAD ROADWORK CLD 1 " 12.77ei 79 J/I ODD Er 90 265 295. 320' 40' 80' 240' 155' C•16-3aP , 45 450' 495' 590' 95' 90' 320' 195' 1 1 30"4 12. (See note 4i m 1• 50 500' 550' 600' 50' I OD' 400' 290' W55 550' 605' 660' 55' 110' 500' 29 . 5'6 6g '1111 ••11 I L.WS 60 600' 660' 720' 60' 120' 600' 350' 7.14.• 5,, i I 4. •.pi 65 650' 715' 780' 65. 130' 700' 410' .°P Pi b ,,; 70 700' 770' 840' 70' 140' BOO' 475' , 0- an. :::::73:7:e7,271h7s::14OelYn7oinde-d'off. :.t !'''' • I 1 i • •i=r=p ,47 CW1-6, !I. 14.,Eq •V, L.Length of Taper(FTI WsWidth of OffsetIFT,S.Posted SpeedIMPRi i.LS •..,,'7 p I ii: **Ili TYPICAL USAGE l7.•vaeCI4i1' •'''''''' ,i K ,,,3. • 1... 01.11-4R SHORT TERm iNfERmEDIATE LONG TERks M..' D=ITON STATioNARY TERM STATIONeR2 STATIDNAR2 k'i r1:.Y i i CW13-IP GENERAL NOTES 1See notes 5 I 6/ En • . . , ,4 HP" 24"x 24" I.Flogs attached tp signs where sham,ore REQUIRED. 2.All traffic control devices illustrated are REQUIRED,except those denoted hto .... , Z with the triangle symeol moy be omitted when stated elsewhere in the plans, m• or for routine ma encric inte work,when approved by the Engineer. 1 4.; bt.' ,.ii 3.The doensfream toper is optional.When used,it should be 100 feet minimum ;lq .• m iength per lane. •L'OI. ...t _r ', Shadow Vehicle with ... • 4.For short term opplications,when post mounted signs are not used,the distance legend may De shown on the sign foce rather than on a CW16-30 supplemental !f.T.'2 ...3 TMA and nigh intensitY .1 P 1 OLlue. 5.A Shadow Vehicle•ith a ILIA should be used anytime it con be positioned rot at ing, f lashing, 0 oscillating or strobe MIMI CW1-60 2 30 to 100 feet in advance of the area of crew exposure without adversely affecting O. 114 m iights.(See notes 5 I 6, • ' the performance or quality of the work.If workers are no longer present but rood 36.X 36. 0 • or wo conditions require the traffic control to remain in place,Type 3 • • BorriCkades or other channelizing devices may be substituted for the Shadow -L , Venicie ond TMA. 1 m RI LANE CLOSGHTED • It 1 i-'111111 • C 6.Additional Shadow Vehicles with TMAs may be positioned in each closed lane,on the shoulder or off the paved surface,next to those shown in order to protect a wider work space. CW20-528 10.- in TCP 12-AcH 48.X 48. 7.If this TCP is used for a left lone closure.CW20-52L"LEFT LANE CLOSED"signs • W1-4L -m- XXXF • shall be used and channelizing devices shall Co placed on the centerline to protect the work space from opposing traffic with the arrow board placed in the 1 1 m 3g1Yr2. 1See note 4) U cloise141onb;near t en he 0 of the Tcp2 merging taper. CW13-IP ,For shorter durations where traffic,directed over a yellow centerline, - 41....2 ,,, channelizing devices which separate two-way traffic should be spaced on tapers at 20.or 15'if posted speeds ore 35 mph or slower,and for tangent sections,at 1,2151 where S is the speed in mph. This tighter devices spacing is intended for a- RIGHT the area of conflicting mark1ngs.not the entire work zone. . LANE CLOSED ROADWORK •6 END 6 6, -m- CW20-5TR lir. Traffic C20-2 2 .c/17 0. 4> ROAD WORK S , AHEAD ROADWORK Pi '0'10'414 ‘i Air Texas Department of Transportation 7: E . r G20-2 g ClXXXFT sg!6; ..3?,,„ we- CW20-I0 48.x 24. m (See TRAFFIC CONTROL PLAN 48.X 48. note 4/ ,, LANE CLOSURES ON MULTILANE • • CONVENTIONAL ROADS ROAD TCP (2-4a) TCP (2-4b) , WORK TCP(2-4)-18 AHEAD cp20_,, 48.X 48. ros, tcp2-4.111.0in R. 11P1i I. k. ONE LANE CLOSED TWO LANES CLOSED iFlogs- See note II ODT2801 Decenaer MI5 sen wan me 1 popsy 2.0 2-is mh sewn I wutim U.145.1 Concrete Berner LEGEND Type 3 Barricade 5 \/— a a ®•••Cnannelizing Devices ou 7 ^ ^ Trailer .Mountetl ii [/, rV� Flosninq Arrow Boars y5y i i Sign i'^ • \\\\Safety glare fence U."3 . . 01— work Area 1 :k NOTES: F8 wg 1.Length of Safety Clore Fence rill be specified elsewhere in the plans. 2.The cumulative nominal length of the/mauler units shall equal the BARRIER DELINEATION WITH MODULAR GLARE SCREENS i length of the inaiviauoi sections of te/porary concrete traffic ill barrier on Minn they are ie71.1led!b the(mint bet*een b ar rie ri� sections wi I!noT be 1pamao by onY ono uni T. ,.,? D.Pone!/blades will be designed such rapt reflective sheeting conforming a h¢ wipe Departmental Material sn':;motion WS-B300,Sign Faee Material!, �5� TYPa B Or C Yellee,mi nilRAn si ZB d/2 inCDB9 by 12 inone9 Gon b0 OtipCnea i To the edge of Tnepole)/bl ode.The meeting!hall de atdOcnep To ate w g)5 panel/blase per section a/eatcrete barrier mat to exceed a Spdeinq a/ S a 30 feet.Brier reflectors are nor necessary Wien panel/places are g _ Barrier with reflective sleeting o!described. *6.. 1.Payment fbr male aeviyes will be Vttler stat<wiae Special Specification 'Modular Glofe Screen!/Of Headlight Barief.' �i 5.This detail is only intended to snow types of locations there Glare Screens*bold be apprpriate. Required signing ond other devices anal) ^g^ be as Sheen elsewhere in the plan!. e$a T•I Refer to BCand/pr TCP a �i°^ 1,1 sheets Ior approach ••�_ ^^ equ i cements. V, E. Centerline DEPARTMENTAL MATERIAL SPECIFICATIONS •� SIGN FACE MATERIALS DMS-8300 DELINEATORS AND OBJECT MARKERS DMS-8600 ��� l 41 MODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DMS-8610 w o >. d 0— 0—x 0 L 6,--DK—0 0—1I 500'Max. -See Notes 2 5 3 x Oe s s s s —. S S Only pre-qualified products stall be used.A copy o/the Campmltnt Mark Zone g we tic Controdress!!Devices List.I[a2TC01 ❑ describes pre-qualified products ma melt sources ono may be found at the following web address! hap!/www.NdoLguvaxdoLlIbranipubllaslonslconsbucgonktm Opposing VP o Opposing Disposing VP or Lane l2•Cone Late Lane l2'Cone Divider Typical Divider Divider Typical VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS (OTLD) -* TrafficOperations SEPARATING TWO-WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS ,Texas Department of Transportation SanQla NOTES: I. nnlen Two-lone,two way traffic contra!must be maintained on one roadway of a normally divides highway,opposing TRAFFIC CONTROL PLAN traffic snail be separated with either temporary traffic barriers,chanelizing devices,or a Temporary raises T YP 1 CAL DETAILS lslone tmdu m gnout the length o/ e Two way operation. The wove Typical Application is intended to snow me appropriate application of alamelizing devices when they are used for this purpose. This is not a traffic control pion. If this detail is tO be used far other types 0/roods or opplicatims,those locations should be Stated el9eWlere in the plans. Q2. Space devices according to the Tangent Spacing shorn on the Device Spacing table on MI91 but not exceeding 100'. WZ I T D)-)3 ]. EverY fifth device sltW ltl be on OTLD except Wtln Hooted closer Tb acCpllmOdete on intersection. An OTLD mould red-Il.don ow Tx0OT Ica TeOOT I se,Wm Ion,Txtel be Tne/list device on earl!side Of intersecting streets or rood. OUDOT Feoruay 1998 cv/WI .^s I xlWn A. LOCo}ion9 Mete StY lace dpumt babe!with oQe9iye9 on Self-f ighiing devices will be fequifea in Order to nip intOin 4.90 PRIMO. I I v[ p LL them in their prOPer pasiiion snbul0 be nO1e0 elsewhere in me pl ors. 1-d1 out hurt, n xo. 1-11 10 WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS 20":6" TYPO Y-2 DO DOUBLE TABS 4•to 12"}'� m m� 0 NOT J DO rm m m m PASS�� 1�,NOT R4-I ` NO-PASSING re• _ R4-1 1 ....ewe. a r LINE TAPE 4'to 12-L— G 5 : r� �� 11 11 b SOLID 20':6'--{ Ye I Ow d.5':6'h---^I — wei. 1 1 1 1 1 111 111 ' LINES 20':6" Type r-2 W Yellow C> Type 7-2 8�i SINGLE TABS m'' m �' NO-PASSING LINE F PASS TAPE F PASS TABS .! or CHANNEL IZAT[ON 4 WITH w�WITH TOPE IIIIIIIIIIIII� CARE -ia LINE CARE R4-2 —R4-2 1E Yellow orWhite CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS `g 2ES s BROKEN TABS � 40.:I' Type Y-2 or W g mm Blinn N`mmm a w fir.- 1':3- *hi to a Type*LINES ," — — ��— — — III III III III III III 111 HI TAPE Fpi (FOR CENTER LINE wga OR LANE LINE/ 4D•:I I.—.1 4.5,6' Yellow or White `}tom/ r' F—i2'x6"-1 H 7'x7' TYPO W — — ,1�1 111 111 /,1II� III III III III NTltte I 1/ 1 4 ��? WIDE DOTTED TABS m m m m14.r1. m m m m� 0 c 0 /TYpe w ll p m m m m7 m 11 m m'' • a MI 1 II M S 0 i i et 1 u o O Y N Y A n 1 u I i i !�h LINES I2" s I Sb ,FOR LANE DROP LINES, TAPEI. / / i Wide Dotted Lina9 � Wide Dotted Lines gg• ® I.L Wide Gore Markings Wide Gore Markings li-12'x6" ��7'el" Wni to Type W ��� TAPE TABS ash zo'•6 TYpeW LANE LINES FOR DIVIDED HIGHWAY Di. TABS m :14•:I" ® a a .go WIDE GORE — — — — — III III III 111 III Ill HI Ill 14" �12' White t a TYPO w> '�€ MARKINGS - �- 6 T G TAPE Oil?, xH— 20.t6• 4.5'a6.1 1 Wnite Yellow YPe Y-2 �_ — — — w w w w w w m m wni to/— / m Type w `GO NOTES: TAPE TABS Ya I Snort term pavement PAPEITgs may be prefabricated markings!stick dawn tope/or Temporary /lexibie- LANE & CENTER LINES FOR MOLT iLANE UNDIVIDED HIGHWAYS reflective roadway marker taps unless atnerwise specified elsewhere in plans. 2.Short term pavement markings analI NOT be uses to simulate edge lines. 3.Dimensions indicated on this sheet are typical and approximate.Variations In size and height may Accu'be- tween markers Or devices node by manufacturers,by as ouch as I/4 inch,unless atnerwise noted. we — — III 111 f119 Ile III HI ill 4.Temporary flexible-reflective roadway marker tabs will require Tormal maintenance replacement Men used on White III 1 /V' Type W roadways with an ADr per lane of up to 7500 vehicles with no more than 10%truck mix.When roadways exceed _ V these values,additional maintenance replacement of devices should be planned. ee — ee — 111 III III III III III III III 5.Na segment of roadway open to traffic shall remain without permanent pavement markings far a period greater — — — —�7 Yellow — 111 III lee Tie III TYpeIII Y-2 III 111 than 14 calendar days.The Contractor will be responsible for maintaining short term pavement .kings til -Y permanent pavement markings are in ploce.When the Contractor is responsible for place ent of permanent 0 �1 1 I I I 1 1 1 I I 1 1 1 1 1 pavement markings,no segment of roadway shall remain without permanent pavement morkinAs fora period ee - - — greater than 14 calendar days unless weather conditions prohibit placement.Permanent pavement markings shall / ,111 111 /11I 111 III III 111 III be placed as soon as weather permits. ife Type W 6.Far two lane,two-way roadways,DO NOT PASS signs shall be erected tO mark the beginning of Sections where TAPE TWO-WAY LEFT TURN LANE TABS passing is prohibited oriel PASS WITH CARE signs shall be erected to mark the beginning of sections Mere passing Is permitted.Signs shall be in accordance with the'Texas Manual on Uniform Traffic Control Devices' (TMUTCDI and may be used to indicate the Iimits of fro-passing zones for up to 14 calendar days.Permanent ��1 V-RmovAble Traffic pavement markings'Mould then be placed. Roiled 1/raised Pavmlint markers are used to be applied TA TOOBTE Pavement Short Term efxx-t term making!,the flafkefe Shall De Opplietl to the top ® Povemeni OperaTlons 7.For AS volume.D lone,two-way PASS WIT of 4000 AN or leas,erected no-passing linen may be omitted when approved Marker W Marking!loPe' of nu'enOe at ire approximate mid marker of tha tape.This OWHipn by the Engineer.DO NOT PASS aria PASS WITH CARE signs shall be erected Ilse rare 61. L Y9L allows an eaemar removal of raised markers and tape. ,Texas Department of ThenspOrtaflan Standard B.For exit gores where a lane is being dropped place wide gore markings or rerroreflective channelizing PREFABRICATED PAVEMENT MARKINGS devices to gull.motorist through the exit. if cnonnelizing devices are to be used it should be WORK ZONE SHORT TERM rates elsewhere in the plans. one piece can Payment es are not allowed for this purpose. I.Temporary Removable Prefabricated Pavent Markings shall meet the requirements of DMS-B241. TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS (TABS) 2.Non-rmavanle PrafrArl2ated Pavement Makings snarl BOOT The requirements of eithaf DM5-B240 PAVEMENT MARK INGS Perrtonent Preab.icoted Pavement Narki rigs'ar WS•82,7'Temfparary Cosiructian-rade 1.Temporary flexible-reflective roadway marker tabs detailed on this'Meet will be designated Type Y-2,two Prefabricated Povanent Marki mks.' grber reflective surfaces with yellow baayll TYpe T(one caber reflective nrface with yam low body/I and RAISED PAVEMENT MARKERS Type w lone white or silver reflective surface with white po0yl.Additional detail may be found on Belli/. 2.Tops shall meet requirements o1 Departmental Material Specification DMS-8242. I.All raises pavement mockers used far work Sane markings shall TOOT ire requirements of WZ I S T PM)-1 3 Item 672,"RAISED PAVEMENT MARKERS"and DMS-4200. 7.WMen wy,ems snarl be visible for a minimum distance o/Zoo feet tluring normal daylight Hours and when DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) W MATERIAL PRODUCER LISTS (MPL) n. wzeeTm-l3-wpm are TAM ItalzOOTlph TxmoT lanlailT illuninatetl by auipfmobi le for-beam head light at night,unleaa sight distance fa resit icied by roadway ©1900T April 1992 foe an' ens I ap w, geemerries. I.DUSs refefencea above con be found along with embedded links to their mom. JI A.No two consecutive tabs nor Your robe per 1000 feet Of line shall be missing Or fail to meet the visual respective MPL9 at the following wep9i rem 7 G1 p 0w.rt I wxn.x 04 performance requirements of Nate 3. httpy/www.txdoLgov/business/contractors_consul(ants/material_speaticallons/default.atm 7-I3 .r. 0-6 I I I DEPARTMENTAL MATERIAL SPECIFICATIONS V UNEVEN PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 LANES TEMPORARY(REMOVABLE/PREFABRICATED PAVEMENT MARKINGS OMS-8241 5 CW8-11 x SIGN FACE MATERIALS OMS-8300 ox I I I COLOR USAGE SHEETING MATERIAL 5Re .See Table 1 F. ORANGE BACKGROUND TYPE BFe OR TYPE CFe SHEETING BLACK LEGEND L BORDERS ACRYLIC NON-REFLECTIVE SHEETING 2'6 I GENERAL NOTES g AreO where Edge Area where Eog! I.If spoiling Or moles occur,ROUGH ROAD(CW8-81 signs steuld be placed in Cantli ri on exists / Condition exists advance of the condition and be repeated every two miles where the ° condition persists. � W See 2.UNEVEN LANES(CW8-111 signs snail be installed in advance of the Table I condition ore repeated every mile.Signs installed along the uneven gg g / lone condition may be supplemented tiro the NEXT XX MILES ICFT-3., 5 1 / plaque or Advisory Speed ICW13-IPI place. I3.NO CENTER LINE ICW8-121 signs and temporary pavement markings as per the °w WZISTPMI standard snail be installed if yellow Centerlines separating two i?O«_ I I I t way traffic ore obscured or abliteratea.Repeat NO CENTER LINE signs wg u remain two miles where the center line markings are not in place.The signs and markings shall rein in place until permanent pavement markings are `�` installed. x •'distdnde x •x•distance �, ee Note 41 (See Note 41 4.Signs shall De spaced at the distances recommended as per BC standards. 2 tug .See Table 1 I I 5.Additional signs may be required as directed by the Engineer.Signs shall y remain in plane until Iinal Sur/ae ms applied.Sign!Small be Caneicered i'L h i .i subsidiary to Item 502'BARR I[ADE,SIGNS ANO TRAFFIC HANOL ING.' "lb` B.Signs sno1l be faoridated and m TET.:d on supports oe mown on me BC siandands and/er listme on ttx'CMpliant Wark Zane Traffic Control Devices' ? 4 UNEVEN Q 44 LANES list" -5 I LANES I I T.Snort term markings snail not be used to simulate edge lines. # CW8-11 8.A11 signs snail De constructed in aGcondaa!wi to the cetdi9 falxl0 in €i UNEVEN LANES UNEVEN LANES ins'Staeard Highway sign Designs gar Trsas, latest Tn• CW8-11 "g° TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLE 1 !!1 Edoe Condition Edge Height IDI M Warning Devices S 1:-. NO T CENTER ,\(�/, Less roan or equal to 7,[--1, v III'Imaximm-ploningl Sign:CW8-11 E. LINE O I'/T'Irypical-overlay) a r° X 1 T D Distance.0.may be a mdximm of 1 1/4'for planing CWB-12 I operations ono 2-Ior overlay operptions i1 uneven lanes with edge condition 1 are open to traffic a/ter work operations cease. •X•distance (See Note 41 © )3 Area missirp[enter I �! 0AreawhereagerLine markp! COnditidneists Leas than or equal to 3' Sipn:CW8-II a See Table 1 0'to 3/1'� /n'I Distance.0.may be o maximum of 3'if uneven lone! �L� with edge condition 2 ar 3 are open t°traffic after I 12• I work operations cease. Uneven!ones should not be 11" Open t0 traffic when'D.i!greater than 3.. Notched Wedge Joint =ffliI _• Tema Operatloms tll 'x'distance TRAFFIC CONTROL DURING PLANING. ,TexasDepartmentofTYanspertatlan stavea'ra (See Note 41 OVERLAY AND LEVELING OPERATIONS X (Se distanceARE SaTORN ELSENnERE IN THE PLANS. (See Note 47 i SIGNING FOR UNEVEN UNEVEN LANES 1 4. LANES MINIMUM WARNING SIGN slzE UNEVEN LANES �j .` CENUTER curd-11 CW8-11 Conventional roans 36'z 76' Freeways/expressways, Vy�('v1L' 13 LINE divided roadways 4B•x 48' �T C1118-I2 FILE. 'NI-13.dp1 ow 7001 Iu,ixam lc.la=Iu,,DOT NO CENTER LINE UNEVEN LANES ©TxWT April 1992 Call SIR AS I NM.' aLL TWO LANE CONVENTIONAL ROAD DIVIDED ROADWAY s:9 2.o T113maw OW mum. I wxn.I 12 LEGEND ®Type 7 Barricade ROAD i Sian 5 RII-; n work Area ;: a/CLOSED qe. 70 5 .� ` Minimum Palsied Sign 0. «......a • Swell Spacing 0= Work Area K Ilieton�e ROAD 0 CLOSED ..~g soo Fi DwzD-]C 30 120' 48"x 4B" 35 I60' See Note B 240' ui I i M4-12T 40 ®var x t2' 45 320' S° See Note 7 ROAD 6g g ROAD DETOUR M4-9y • CLOSED all-� 50 400• g M4-B CLOSED CW20-7B_ l0" 24" 4B• 70• 55 500' N 24-x 12• DETOUR 100'n sae t;o:B �aamn M4-IOL 6D 600 c.� 4B'x IB• N]-4 _I WEST I I i 65 700' g°: 24 x 12 70 800• wO X X • • • 75 900' ▪ MI6 �� a 200'Approx. — If Conventional Roods Only w�i 24•7 x 24• TEXAS I i ROAD CLOSED RII-7o R7I F e d I w1.s Im AS 60'•x 70' '• 24 .24 GENERAL NOTES «� u �nx uxrx o..See Note B J e 200'Approx. '; 1 i BM M4-I Di. I.This sheet is intended to provide details for temporary work Zone rood closures. For permanent road closure details see the ,L See Note 61B'x IB' DOOM standards. S$h l I� 2.Barricades used snail meet the requirements snows on Barricade and • a a C' C> Construction Standard BCI101 and liatea on the Compliant Work Zone V Traffic Control Devices list ICWZTCDI. w ^ 7.5imkpiled materials shall not be places on the traffic side of rV, r---} I parricaaes. +S c , / % 4.Barricades at the rood closure should extend from pavement edge to r« I DETOUR M4"B ® pavement edge. 24 x 12 5.Detour signing shown is Intended to Illustrate the type of signing }p• Oy �/�/ y toot Is appropriate far Intel ell routes ar un-n"eered route.a9 -X i^ X X MIST I IODeled. It does not indicate the full extent of detour signing R7-2 required. Detour routes should be signed as Shawn elsewhere in • .__. I TEXAS 24.x 24. 24•x 24- DETOUR the plane. ` c Q AHEAD '`^g« 3 u6-t w CW20-20 6. If the rood is open for o significant distance beyond the o "° 21•x IS' I 48•x 48• Intersection or there are significant originraestindtion points beyond the intersection,me signs and barricade.at this y location should be located at the cage of the traveled way. I7.Tne Street Name IM4-12T1 sign is to be placed move the we. ®I I MI-B DETOUR M4-9S1 elan. 24•x 12 X X r(Tv I LOSE 8.For wool areas CLOSED intersection and the actual closure location,the ROAD CLOSED 24 -x 24 - AHEAD XX MILES AHEAD fall Sign may be replaced with o ROAD CLOSED $ TEXAS �820�708 TO THRU TRAFFIC IR11-41 sign. If oaequote space does not exist between the intersection and the closure a single ROAD u5-I CLOSED AHEAD(CW20-701 sign spaced os per the table move may 2t•:is- replace the ROAD CLOSED IDDO FT IC1920-781 and ROAD CLOSED i 500 FT ICW20-7C1 signs. 9.Signs and barricades shown shall be subsidiary to Item 502. Locations where these details will be required Shall be as snows elsewhere in the plans. DETOUR 1500FT cw2o-2A Traffic 48•x 48• OperZens ,Texas Department of TYansportegon Stan a 2 WORK ZONE ROAD CLOSURE ROAD CLOSURE BEYOND THE INTERSECTION ROAD CLOSURE AT THE INTERSECTION DETAILS Signing for o Numbered Route with an Off-Site Detour Signing for on On-numbered Route wits on Off-Site Detour WZ(RCD)-i 3 MIS 4irce-I3.ayn ow rx00i Ic..lxaalloh ixol lcurxWl cil.r Amugus1. JOBI 1995 odor xn` , xloMlr a'. 1-9T I.S.T.17 onr I courtr I vwn w. 03000 SPECIAL PROVISIONS 03000 SPECIAL PROVISIONS Item 1 —On Site Observation/Inspection/Flagging UPRR requires contractor to provide monitoring of tracks and on-site observation and/or inspection through UPRR approved inspector named below during all construction and installation work. Contractor is to directly coordinate services with the named inspector. RailPros Contact: rp.utility@railpros.com railpros.com Contractor will contract directly with RailPros for these services. The fees incurred by the contractor for this service will be reimbursed by the City as an expense item. BID TABULATION THE CITY OF ROUND ROCK Bid Extended By:Matt Bushak,PE Transportation Department Print Name Initials 3400 Sunrise Road Bid Opening Date: 1/7/2020 Round Rock, Texas. 78665 Bid Opening Location:3400 Sunrise Road Liquidated Damages:$500/Calendar Days No.of Responses:_ 4 PROJECT NAME:2019 SMP Arterials-University Blvd,Old Settlers Blvd Project Manager: JC Montelongo Sunrise Rd,Red Bud Lane Project Consultant: N/A PROJECT DURATION: 150 Calendar Days BIDDER'S NAME: Lone Star Paving Austin Materials Alpha Paving CONTRACTOR'S BUSINESS LOCATION: Austin,TY Austin,TN Austin,TX GUARANTEE: BB-Bid Bond CC-Cashier Check CTC Certified Check Bid Bond Bid Bond Bid Bond STATEMENT OF SAFETY EXPERIENCE:Y- es N-No Yes Yes Yes ADDENDUM(S)ACKNOWLEDGED? Y- es N-No Yes Yes Yes APPROX. UNIT UNIT UNIT ITEM f ITEM DESCRIPTION QTY. UNIT PRICE COST Price COST PRICE COST 1 Pavement Repair(12"depth) 3977 Ton $114.00 $453,378.00 $131.25 $521,981.25 $138.00 $548,826.00 2 Remove and Replace Curb and Gutter 2590 LF $59.00 $152,810.00 $55.00 $142,450.00 $65.00 $168,350.00 3 Remove and Replace Reinforced Concrete Sidewalk 5150 SF $15.25 $78,537.50 $11.50 $59,225.00 $15.00 $77,250.00 4 Remove and Replace Reinforced Concrete Driveway 880 SF $25.50 $22,440.00 $15.00 $13,200.00 $17.00 $14,960.00 5 Reinforced Concrete Sidewalk Ramp 1 EA $21.537.50 $2,537.50 $1,750.00 $1,750.00 $2.000.00 $2,000.00 6 Surface Milling(2"depth) 100730 SY $2.30 $231,679.00 $2.79 $281,036.70 $2.25 $226,642.50 7 Edge Milling(0"-2") 1308 SY $16.35 $21,385.80 $4.66 $6,095.28 $1.75 $2,289.00 8 Surface Milling(3"depth) 63527 SY $2.30 $146,112.10 $3.03 $192,486.81 $3.30 $209,639.10 9 Type D HMAC Surface Course 29118 Ton $86.40 $2,515,795.20 $81.80 $2,381,852.40 $104.00 $3,028,272.00 10 Valve Can Adjustment 39 EA $101.50 $3,958.50 $85.00 $3,315.00 $75.00 $2,925.00 11 Manhole Adjustment 49 EA $280.00 $13,720.00 $176.00 $8,624.00 $250.00 $12,250.00 12 Refl Pav Mrk Ty I(W)4"(SLD)(100MIL) 28328 LF $0.50 $14,164.00 $0.36 $10,198.08 $1.00 $28,328.00 13 Refl Pav Mrk TY I(W)4"(BRK)(100MIL) 12527 LF $0.50 $6,263.50 $0.36 $4,509.72 $1.00 $12,527.00 14 Refl Pave Mrkr TY I-C 1085 EA $4.50 $4,882.50 $4.26 $4,622.10 $5.00 $5,425.00 15 Refl Pav Mrk TY I(Y)4"(SLD)(100MIL) 67341 LF $0.50 $33,670.50 $0.36 $24,242.76 $1.00 $67,341.00 16 Refl Pav Mrk TY I(Y)4"(BRK)(100MIL) 10783 LF $0.50 $5,391.50 $0.36 $3,881.88 $1.00 $10,783.00 17 Refl Pav Mrkr TY II-A-A 1852 EA $4.50 $8,334.00 $4.26 $7,889.52 $5.00 $9,260.00 18 Refl Pav Mrk TY I(W)8"(SLD)(100MIL) 8936 LF $0.75 $6,702.00 $0.72 $6,433.92 $2.00 $17,872.00 19 Refl Pav Mrk TY I(W)8"(BRK)(100MIL) 80 LF $3.75 $300.00 $0.72 $57.60 $5.00 $400.00 20 Refl Pav Mrk TY I(W)12"(SLD)(100MIL) 3368 LF $3.75 $12,630.00 $2.12 $7,140.16 $5.00 $16,840.00 21 Refl Pav Mrk TY I(Y)12"(SLD)(100MIL) 1183 LF $4.00 $4,732.00 $2.12 $2,507.96 $5.00 $5,915.00 22 Refl Pav Mrk TY I(W)24'(SLD)(100MIL) 992 LF $10.00 $9,920.00 $4.80 $4,761.60 $7.001 $6,944.00 23 Refl Pav Mrk TY I(W)(Arrow)(100NIIL) 174 EA $135.00 $23,490.00 $85.00 $14,790.00 $100.00 $17,400.00 24 Refl Pav Mrk YT I(W)(WORD"ONLY")(100MIL) 42 EA $161.00 $6,762.00 $125.00 $5,250.00 $100.00 $4,200.00 25 Refl Pav Mrk TY I(W)(Crossbuck)(100MIL) 5 EA $343.25 $1,716.25 $311.00 $1,555.00 $300.00 $1,500.00 26 Refl Pav Mrk TY I(W)(WORD"RR")(100MIL) 5 EA $325.00 $1,625.00 $157.00 $785.00 $300.00 $1,500.00 27 Traffic Control 4 MO $10,150.00 $40,600.00 $79,425.00 $317,700.00 $28,000.001 $112,000.00 TOTAL: $3,823,536.85 $4,028,341.74 $4,611,638.60 SHEET: 1 of 2 OF toot 1� 0*':` ..•i...t+•r.+rr.�....tt*..tttot i•.$ MATTHEW SUSHAK � ��.•tt..t►•at1t.•..•.........•..91480 • t•..np ..•. "ter t • AL�� BID TABULATION THE CITY OF ROUND ROCK Bid Extended By:Matt Buslialc,PE Transportation Department Print Name Initials 3400 Sunrise Road Bid Opening Date: 1/7/2020 Round Rock, Texas. 78665 Bid Opening Location:3400 Sunrise Road Liquidated Damages:$500/Calendar Days No.of Responses: 4 PROJECT NAME:2019 SMP Arterials-University Blvd,Old Settlers Blvd Project Manager: JC Montelongo Sunrise Rd,Red Bud Lane Project Consultant: N/A PROJECT DURATION: 150 Calendar Days BIDDER'S NAME: Texas Materials City of RoundRoc11 11 Engineer's Opinion of CONTRACTOR'S BUSINESS LOCATION: Cedar Park,T\ Probable Cost GUARANTEE: BB-Bid Bond CC-Cashier Check CTC Certified Check Bid Bond STATEMENT OF SAFETY EXPERIENCE:Y- es N-No Yes ADDENDUM(S)ACKNOWLEDGED? Y- es N-No Yes APPROX. UNIT UNIT UNIT ITEM ITEM DESCRIPTION QTY. UNIT PRICE COST PRICE COST PRICE; COST 1 Pavement Repair(12"depth) 3977 Ton $101.00 $401,677.00 $0.00 $115.00 S457,355,,00 2 Remove and Replace Curb and Gutter 2590 LF $55.00 $142,450.00 $0.00 560,00 $155,400.00 3 Remove and Replace Reinforced Concrete Sidewalk 5150 SF $11.50 $59,225.00 $0.00 51000 S51,500,U0 4 Remove and Replace Reinforced Concrete Driveway 880 SF $15.00 $13,200.00 $0.00 $x15 00 $13,20000 5 Reinforced Concrete Sidewalk Ramp 1 EA $1,750.00 $1,750.00 $0.00 $2,000.00 $2,00000 6 Surface Milling(2"depth) 100730 SY $2.50 $251,825.00 $0.00 $2,01 $201,460.00 7 Edge Milling(0"-2") 1308 SY $4.00 $5,232.00 $0.00 $2,00 $2,616.00 8 Surface Milling(3"depth) 63527 SY $2.75 $174,699.25 $0.00 $2.50 $158,8t7,50 9 Type D HMAC Surface Course 29118 Ton $78.00 $2,271,204.00 $0.00 $100.00 $2,911,900 00 10 Valve Can Adjustment 39 EA $52.00 $2,028.00 $0.00 $10000 53,900 Qu 11 Manhole Adjustment 49 EA $180.00 $8,820.00 $0.00 $30000 $14,70000 12 Refl Pav Mrk Ty I(W)4"(SLD)(100MIL) 28328 LF $0.33 $9,348.24 $0.00 ! $1 00 $28,'.328 00 13 Refl Pav Mrk TY I(W)4"(BRK)(100MIL) 12527 LF $0.33 $4,133.91 $0.00 1 $12,527,00 14 Refl Pave Mrkr TY I-C 1085 EA $4.35 $4,719.75 $0.00 ;, $3,255,00 15 Refl Pav Mrk TY I(Y)4"(SLD)(100MIL) 67341 LF $0.33 $22,222.53 $0.00 1 $67;341.00 16 Refl Pav Mrk TY I(Y)4"(BRK)(100MIL) 10783 LF $0.33 $3,558.39 $0.00 1 $10,783.U0 17 Refl Pav Mrkr TY II-A-A 1852 EA $4.35 $8,056.20 $0.00 .3 $5,556 uu 18 Refl Pav Mrk TY I(W)8"(SLD)(100MIL) 8936 LF $0,75 $6,702.00 $0.00 1 $8,9:36 00 19 Refl Pav Mrk TY I(W)8"(BRK)(100MIL) 80 LF $3.50 $280.00 $0.00 ( 2 $1600 20 Refl Pav Mrk TY I(W)12"(SLD)(100MIL) 3368 LF $3.50 $11,788.00 $0.00 3 $10,10100 21 Refl Pav Mrk TY I(Y)12"(SLD)(IOOMIL) 1183 LF $3.70 $4,377.10 $0.00 3 $3,549,00 22 Refl Pav Mrk TY I(W)24'(SLD)(100MIL) 992 LF $950 $9,424.00 $0.00 6 $5;952,00 23 Refl Pav Mrk TY I(W)(Arrow)(100MIL) 174 EA $130.00 $22,620.00 $0.00 100 $17,400.00 24 Refl Pav Mrk YT I(W)(WORD"ONLY")(100MIL) 42 EA $155.00 $6,510.00 $0.00 100 $4,20000 25 Refl Pav Mrk TY I(W)(Crossbuck)(100MIL) 5 EA $330.00 $1,650.00 $0.00 100 $50000 26 Refl Pav Mrk TY I(W)(WORD"RR")(100MIL) 5 EA $300.00 $1,500.00 $0.00 100 $5n0.no 27 Traffic Control 4 MO $77,000.00 $308,000.00 $0.00 7500 $30,0130.00 TOTAL: $3,757,000.37 $0.00 $4,013,603.50 SHEET: 2 of 2 00 ro OV i.r.frriss•.r rrr►1 ralrrrrrarirrrr� MATTHEW BUSHAK / �rarrrrraarrrrrarraarara•rrr•ar�,rrrt� • 914 8 Q •r;�v�.� r�r �!'��``�/(,+E t'15�:.•Cyt rrrarrrrr• 4WL 4NAL �.► (v Mayor Councilmennbers City Manager Craig Morgan Tarnrny Young Laurie Hadley Rene Flores Matthew Baker ROUND ROCK TEXAS Mayor Pro-Tem Will Peckham City Attorney TRANSPORTATION Writ Baese Hilda Montgomery Stephan L. Sheets January 13, 2020 Re: 2019 SMP Arterials- University Blvd, Old Settlers Blvd, Sunrise Rd, Redbud Lane Engineer's Recommendation of Award of Contract Dear Mr. Hudder: A total of four(4) sealed bids were received and opened on January 7, 2020 for the above referenced project. The bids ranged from $3,757,000.37 to $4,611,638.60. Texas Materials from Cedar Park, Texas, submitted the lowest bid in the amount of$3,757,000.37. The engineer's opinion of probable construction cost for this project was $4,013,603.50. Texas Materials successfully completed a similar project for the City within the last two years and has proven they are capable of performing the work. After reviewing the contractor's experience and bid price, I recommend award of this project to Texas Materials in the amount of$3,757,000.37. Sincerely, Matt Bushak, P.E. Senior Transportation Engineer Attachments: Certified Bid Tabs CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT•2008 Enterprise Drive, Round Rock;Texas 78664 (P)512.218.7044.(F) 5'12.218.5563»roundrocktexas.gov CERTIFICATE OF INTERESTED PARTIES FORM 3.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-578464 Texas Materials Group, Inc. Cedar Park,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/17/2020 being filed. City of Round Rock Date Acknowledged: 01/27/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 00000 2019 SMP Arterials Project-2019 Street Maintenance 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary CRH Atlanta, GA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1295 IOU 1 Complete Nos,1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties, CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place ]Certificate Number: of business. 2020-578464 Texas Materials Group,Inc. Cedar Park,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01117/2020 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or Identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 00000 2019 SMP Arterials Project-2019 Street Maintenance 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling F intermediary CRH Atlanta,GA United States X 5 Check only if there is NO Interested Party. 6 UNSWORN DECLARATION My name is David Reese , and my date of birth is My address is 1320 Arrow Point Dr. #600 , Cedar Park TX 78613 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in WilliamsonTexas county, State of ,on the 17 t bay of Jan..... nary,2p 2 0 , i (month) (year) i i Signature of authorized agent of contracting business entity (Declarant) } Forms provided by Texas Ethics Commission www.ethics.state.tx,us Version V1,1.3a6aaf7d