Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - Texas Materials - 4/23/2020
P2.DZa- 6IO CITY OF ROUND ROCK TRANSPORTATION DEPARTMENT ROUND ROCK TEXAS Project Manual For: 2020 Street Maintenance Program (SMP) Arterials A March 2020 Prepared By: is rG O F Ter�3/'f Zd • evi Lc.' BUSHAK ti,..e c� • 91480 cry APPROVED ., ���, ,•..�� tiw: Iii. AT 0 • N EY �� s;o....` twe � 2:Aii --�— 2020 Street Maintenance Program (SMP) Arterials A 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 102 8-2016 Table of Contents 00090665 00020 NOTICE TO BIDDERS 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, 2020 Street Maintenance Program (SMP) Arterials A (project includes various curb and gutter, sidewalk, driveway, curb ramp and pavement repairs; pavement milling; repaving of existing arterial roadways with HMAC overlay or in-place recycling), will be received until Tuesday, March 24, 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 — 2020 Street Maintenance Program (SMP) Arterials A". 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 No bids may be withdrawn after the scheduled opening time.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/ and www.civcastusa.com. 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: March 5th and 12th, 2020 00020 10-2015 Notice to Bidders 00193093 Page 1 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 00 100 2-20 16 Instructions to Bidders 00090650 7. If awarded the bid,the bidder must complete a Form 1295 electronically on the Texas Ethics Commission (TEC) Web site 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 a city/employee at the location for which sealed bids are to 1G�J1l+JV11LCA11 V V of the bidder to city viuriv)vv .... ..__.. _.....-•-.._------- •• sealed 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(TIN) 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: l. 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_fonn1295.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 Usernatne 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 a,roundrocktexas.00v 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 Fonn 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 roundrocktexas.gov 00200 BID BOND 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 City of Round Rock 2020 SMP Arterials A-20-407 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed d sealed this 24th day of March 2020 Texas Materials Group, Inc. (Seal) Principal Witness A Title Liberty Mutual Insurance Company j2e(212-1-AL--. Pamela A.Beelman Witness By Debra C.Schn I er- Attorney-in-Fact S-0054/GE 12/00 A XDP State of Missouri County of St.Louis J ss: On March 24, 2020 ,before me,a Notary Public in and for said County and State,residing therein,duly commissioned and sworn,personally appeared Debra C. Schneider 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 September 16,2023 Brittany D.Stuc i Notary Public BR1TTANY D. STUCKEL Notary public , Notary State of Missouri Seal St. Louis County My Comm Commission # 15638336 ission Expires 09-16-2023 OW This Power of Attorney limits the acts of those named herein,and they have no authority to fo If Liberty bind the Company except in the manner and to the extent herein stated. Pw'tMutual® Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company Certificate No:8201331 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, Debra C.Schneider all of the city of St.Louis ,state of MO each individually if there be more than one named,its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the above-referenced surety bond. 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 thereto this 30th day of May,2019. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Pv tNSUR P��Y INs, INSV West American Insurance Company • ZZ / I`y21919� of Q 1991 al By: 4 O &s�\Q-a� � lot>. a, 4''7 * �� s'S'1 * �4 'M * 0 David M.Carey,Assistant Secretary -a STATE OF PENNSYLVANIA sscn m ui COUNTY OF MONTGOMERY a) cn c On this 30th day of May,2019,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 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 c RI CO by signing on behalf of the corporations by himself as a duly authorized officer. c 0 a) 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. o O = p, PAS co~ i CO es,`'T�oN`v PAS?. COMMONWEALTH OF PENNSYLVANIA LIJ � � cy �f>W k' ° ‹y v Notarial Seal C _ � k\s„....„..i.„") Teresa Pastella,Notary Public , Q �_ �Q Upper MerionTwp.,Montgomery County B ittillst) co ca to n� p ` My Commission Expires March 28,2021 y'U N Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public O a)o This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual CO`m o a) Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o c � ARTICLE IV—OFFICERS:Section 12.Power of Attorney. Ica L o 0 u) 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 :E ai ca 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 -. m 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, m shall 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 aftomey-in-fact under the o 2 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. >o a , ARTICLE XIII•Execution of Contracts:Section 5.Surety Bonds and Undertakings. a)d > c 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, E N o L 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, L-co 7 0 bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind c 0 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 0 as if signed by the president and attested by the secretary. co 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- infact 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,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 24th day of March 2020 P • ,1NsuA, P,tY INS& oNSUR ..,)Ti' �GpRPORg t CC1A QJ=pFtPO i't "' ORPOgg1��i� • o n C 3 0 tn 1912 0 - 1919 7 1 1991 0 as.11/ >- 3 4. la, 0 ° a ° B Y�--7'17 Hus``ada y° 1PyAmpsN*dg ,rs, �NDipNy y Renee C.Llewellyn,Assistant Secretar19/7 * ti1 * }s .7M * Y Marsh MSurety POA LMIC OCIC WAIC Multi Co_042019 00300 BID FORM BID FORM PROJECT NAME: 2020 Street Maintenance Program (SMP) -Arterials A PROJECT LOCATION: Round Rock, Texas OWNER: City of Round Rock, Texas DATE: March 26, 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 2020 Street Maintenance Program (SMP)-Arterials A 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 March 19, 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. Bidder acknowledges recl1eipt of the following Addenda by listing Addendum "number" and "date". A dd�ndL„►n I " (" c rJ S, 2020 Note: An eligible bid includes a complete Base Bid, or a complete Alternative Bid, or both BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 336,048 SY In-Place Pavement Recycling complete in place per SY for dollars and cents. 2 18,483 TON Type D HMAC Surface Course complete in place per TON for dollars and cents. 3 33,605 GAL Rejuvenator Agent complete in place per GAL for dollars and cents. 00300-9-2015 Page 1 of 10 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 4 336,048 SY Surface Milling (1" Depth) complete in place per SY for dollars and cents. 5 8 EA Valve Can Adjustment complete in place per EA for dollars and cents. 6 116 EA Manhole Adjustment complete in place per EA for dollars and cents. 7 4,868 TON Pavement Repair (12" Depth) complete in place per TON for dollars and cents. 8 1,300 LF Remove and Replace Curb and Gutter complete in place per LF for dollars and cents. 9 7,302 SF Remove and Replace Reinforced Concrete Sidewalk complete in place per SF for dollars and cents. 10 200 SF Remove and Replace Reinforced Concrete Driveway complete in place per SF for dollars and cents. 00300-9-2015 Page 2 of 10 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 11 3 EA Reinforced Concrete Sidewalk Ramp complete in place per EA for dollars and cents. 12 400 LF REFL PAV MRK TY I (W)4"(SLD)(100 MIL) complete in place per LF for dollars and cents. 13 28,223 LF REFL PAV MRK TY I (W)4"(BRK)(100 MIL) complete in place per LF for dollars and cents. 14 2,085 EA REFL PAV MRKR TY I-C complete in place per EA for dollars and cents. 15 34,870 LF REFL PAV MRK TY I (Y)4"(SLD)(100 MIL) complete in place per LF for dollars and cents. 16 5,467 LF REFL PAV MRK TY I (Y)4"(BRK)(100 MIL) complete in place per LF for dollars and cents. 17 1,200 EA REFL PAV MRKR TY II-A-A complete in place per EA for dollars and cents. 00300-9-2015 Page 3 of 10 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 18 15,739 LF REFL PAV MRK TY I (W)8"(SLD)(100 MIL) complete in place per LF for dollars and cents. 19 60 LF REFL PAV MRK TY I (W)8"(BRK)(100 MIL) complete in place per LF for dollars and cents. 20 3,851 LF REFL PAV MRK TY I (W)12"(SLD)(100 MIL) complete in place per LF for dollars and cents. 21 529 LF REFL PAV MRK TY I (Y)12"(SLD)(100 MIL) complete in place per LF for dollars and cents. 22 1,074 LF REFL PAV MRK TY I (W)24"(SLD)(100 MIL) complete in place per LF for dollars and cents. 23 162 EA REFL PAV MRK TY I (W)(ARROW)(100 MIL) complete in place per EA for dollars and cents. 00300-9-2015 Page 4 of 10 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 24 109 EA REFL PAV MRK TY I (W)(WORD "ONLY")(100 MIL) complete in place per EA for dollars and cents. 25 19 EA REFL PAV MRK TY I (W)18"(YLD TRI)(100 MIL) complete in place per EA for dollars and cents. 26 108 EA INSTL DEL ASSM (D-DY)SZ 2(FLX)SRF(BI) complete in place per EA for dollars and cents. 27 5 MO Traffic Control complete in place per MO for dollars and cents. TOTAL BASE BID (Items 1 thru 27 ) Materials: All Other Charges: * Total: Nf A * Note: This total must be the same amount as shown above for "Total Base Bid" 00300-9-2015 Page 5 of 10 Bid Form ALTERNATE BID Bid Approx. Item Description Item Quantity _ Unit and Written Unit Price Unit Price Amount A-1 36,965 TON Machine-Laid Type D HMAC Overlay(2-inch) complete in place per TON for S -e-rthi iht dollars and P114y ✓ cents. -7S C .Z`cj&, 752_ o5e A-2 336,048 SY Surface Milling (2" Depth) complete in place per SY for b r dollars c� 1 and �l i�n2 cents. i / C 63 3 ; q 1I ..26 A-3 8 EA Valve Can Adjustment complete in place per EA for Cif-1-y dollars and zeAro cents. 52. 4 ND T f& A-4 116 EA Manhole Adjustment complete in place per EA for Oft_ evj cr. C..I c) dollars and Zw) cents. I86. 00 2O S 3O,vO A-5 4,868 TON Pavement Repair(12" Depth) complete in place per TON for Ctt'2- n rc.A cv z dollars and e cents. f 5 , $ DI S`r, 9 � A-6 1,300 LF Remove and Replace Curb and Gutter ..complete in place per LF for " Th V dollars and Z-@,VC cents. 5 5 ° Dc) 7/, St'o, v° A-7 7,302 SF Remove and Replace Reinforced Concrete Sidewalk complete in place per SF for eIe -,v1 dollars and C 4-y cents. I t SG %7 3 . 0 c= 00300-9-2015 Page 6 of 10 Bid Form ALTERNATE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount A-8 200 SF Remove and Replace Reinforced Concrete Driveway complete in place per SF for � '�� �+ dollars GG � and Zc% cents. I 5 ' 3� a b n A-9 3 EA Reinforced Concrete Sidewalk Ramp complete in place per EA for OA ci how .n St by rwtrzh dollars and z-eAro cents. , 1St) IS, Z 5 A-10 400 LF REFL PAV MRK TY I (W)4"(SLD)(100 MIL) complete in place per LF for --1-1 t- dollars and 2.-2-' C cents. 3, bc) l iZoD ` or) A-11 28,223 LF REFL PAV MRK TY I (W)4"(BRK)(100 MIL) complete in place per LF for 2 dollars and --hrz cents. / 4, ? A-12 2,085 EA REFL PAV MRKR TY I-C complete in place per EA for -f Yt- . dollars and f1 h .-kJ cents. 3. I D A-13 34,870 LF REFL PAV MRK TY I (Y)4"(SLD)(1 00 MIL) complete in place per LF for 2 ev 0 dollars t r and �►�1— cents. 45 ; I , 1 3'3. v 00300-9-2015 Page 7 of 10 Bid Form ALTERNATE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount A-14 5,467 LF REFL PAV MRK TY I (Y)4"(BRK)(100 MIL) complete in place per LF for 2,exu., dollars and �-�vrt cents. 3 Z ST1. 51 A-15 1,200 EA REFL PAV MRKR TY II-A-A complete in place per EA for "-k rc& dollars and Yl cents. J° 1 5/3' °C) rl G o A-16 15,739 LF REFL PAV MRK TY I (W)8"(SLD)(100 MIL) complete in place per LF for dollars and t\kne, -y toe., cents. ' ° 5 �` � q5Z- : 65 1 A-17 60 LF REFL PAV MRK TY I (W)8"(BRK)(100 MIL) complete in place per LF for 4-1){.c.,e_ dollars and ,i v1 cents. 3 9 0 2 5t° dp A-18 3,851 LF REFL PAV MRK TY I (W)12"(SLD)(100 MIL) complete in place per LF for -f h -C dollars and ZL-VC) cents. o 1II 41, A-19 529 LF REFL PAV MRK TY I (Y)12"(SLD)(100 MIL) complete in place per LF for t .t dollars and 2,-t i, cents. 3, °C) I , 5 S 7 , A-20 1,074 LF REFL PAV MRK TY I (W)24"(SLD)(100 MIL) complete in place per LF fors\./6. dollars and cents. 'S ‘�� 4,510 00 00300-9-2015 Page 8 of 10 Bid Form ALTERNATE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount A-21 162 EA REFL PAV MRK TY I (W)(ARROW)(100 MIL) complete in place per EA for �L f f- & dollars r ' D c (; (5139D -'t and 'i,�F!rr' cents. ! Z��u A-22 109 EA REFL PAV MRK TY I (W)(WORD "ONLY")(100 MIL) complete in place per EA for bytes h r.ar dollars d and -2 cents. IDe, °L' fO( ?1'?. oO A-23 19 EA REFL PAV MRK TY I (W)18"(YLD TRI)(100 MIL) complete in place per EA for t\ dollars and . 15.,-trn) cents. D O , 565 DO A-24 108 EA INSTL DEL ASSM (D-DY)SZ 2(FLX)SRF(BI) complete in place per EA for 50, (0,(P ki 611� dollars _i _ and -f-VI;1�t- cents. (.0 I �C-' W,lI P ZO.40 A-25 5 MO Traffic Control complete in place per MO for ftwri-ti s t y �,�52ve i fiv.dvd dollars and areArb cents.11'� U 9`(O, TOTAL ALTERNATE BID (Items A-1 thru A-25) E 5911 0(3 1 ., —1 5 Materials: I , J(Pic3-,,ob All Other Charges: 2 , (o 3 S 15 6`- * Total: `'F 15 ci 2 i Ds 7, 15 * Note: This total must be the same amount as shown above for "Total Alternate Bid" 00300-9-2015 Page 9 of 10 Bid Form 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, /5Z0 dtr k-RJ, ignatu - Cry PA-P r 7 0 7z/y Print Name Address �. 3eAtuarriii 512- gb1 -7io6 Title Telephone I 2CM ✓11( A4S Name of Firm zz/ z Date Secretary, i idder is a Corporation 00200-9-2015 Page 10 of 10 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. Company Name: Texas Materials Group, Inc. 1320 Arrow Point Dr., Cedar Park, Texas 76513 512-861-7100 Address: Phone: Completed by: Orion Fox Date: 3/24/2020 1. Does the company have a written construction Safety program? ❑✓Yes ❑No 2. Does the company conduct construction safety inspections? EYes ❑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 ❑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 ❑✓ N/A B. Excavation ❑Yes ❑No ❑✓ N/A C. Cranes ❑Yes ❑No ❑✓ N/A D. Electrical ❑Yes CI No ❑✓ N/A E. Fall Protection ❑✓ Yes ['No ❑N/A F. Confined Spaces ❑✓ Yes ❑No ❑N/A I hereby certify that the above information is true and correct. Signature Title Project Manager Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 OG °� O Y Es o sl O t 0.O • Oc °: • e rA 9 m , 1' a2 8:QH 0.N w 3 m mm a'1;111 en: ms 3 c° m 7 wm c , � a y� I- g-m w Off• 0 '' g- a o � g• pn z o E p Cr -.. p y o ,� c >3i N 'mo 5 ,C o. o . n4 Fo as 3 1$ 3 a m m S m /q N m ww m m $�o4Tcn« 1a i' a., .. 0dli m 52" 'R N . 61 7•Q,j ..; •,Fi -I9 3 Q N 7 ' . q a'o A _ p C V.1 Ip �^ m b -E <I iil s o Y w -h w row% 3 55 �: v y o m a a o o ` `0 gas w D = •D + _ w 2,'n ¢m a �y _ 3` O - W O i. 3 7 al-a 2 'g a g& r" iv 7? gm m =w a o a -c e , 1p ilg r m �o o vo � . g m m g. g N N N O• O C7 a m 5 ?y .20 'o O0 7 0 w N. ,� n g. m W M GG • ? :4, N m % �. O.�'2:-..:w O p a 0 ; I/�I 3.6P, Co p O -I 2 2 S C 0 3a O N at n a N - f1 n T y n}a,� W 2 2 I o ao • m :• o-Vo-�) n-5 - O O o v CJi 0 3 a b 0 �'/ �g m C7 a' c. o . S ilit O • , o i 2 W Q a f 2 1125 Q W . $•o 3 sw .c 2-..:i g • u 9 6/ m O pq O° a .1' 3 CPCA I'1 Cl) " . m , O m m- O aOC 2 Cn -. C) V)- { S mm_ c m €i ' a ° a 5 3 3 — 0 N m co a- m c m - C v' m w cr M f� 8 m m E m I 4 N 3 =n C)a a m 3 c c1 T ..3 i+ o 3 O sN > a I. 9 c 6. w o v O c I i a O- O .N 1jH I n ' ow � m � ° Q w 3 vIro - � 2 (.2.� m N 4 c 1 L IN d Z cm o W a oo j i m m i. N O %_ g# ., n O m w iX o - a V a m O w , N a T X _N.. — d R c 3. o'$ ti_ m m y ,v C ~n 0,o 1 =I m if O , m m ai m O O m c43 gi 2 m m m m cn g, 4 - W - 3 0) g. W I. -; 1. R gm a 10 0 • o d'5„ H ryK U ZIC ' n V O g. '-' 1,,a• ?u a u3• ND, iri m o "'�' E.[D X C• 7▪ •M y a. 7 tS Y " CA 7 I C.T , ,o ? y 0 S• O N 7 C \ 'Si C y c ttDD+++. •_ N Y T a: `� m• V'°^ •H''^�((w+ O x,h�'a 9 . ., yl %`S ca 'o 2_ .. ,Yh y�0. M1 d C N N D, m� ,� "� , .dy4r �a a� a • il CD z3.8 § $ r kr.? c, S a. �_? �� -11 f� 9.._ d j','.ai °yl .'1 N n -{ 1 rf Agsk Ili a CD K 7 Gpi U • 'R .^ 0 CO hs 1 IbC- = O 3 O' yam,, ,. a cci m 1- .„ �1 x t1 a CI Oc 'i 4-.40 _y = 4 � O$$ 4 � e‘3 V'r aSO Do Yr 1y A N o ;# D a p 7 g c. D O w y. ;, c ,. i c �,kf a m w a It C ym3 tyf ` w3a rn I`' � G= s 4 03 ..,Igt � @amo �i' m ` o m 1. m ym Dn ' `$ 3 CD w r-c I4 6 N n F 5- g', �.11 r Fi 7 H • 1, li ix di N 0 O tr "c CU 4 �` P, n>y 1D 1; O }) x`e',i,,,, Si'G O < < r a Q O �1 t'F x 4 CT k '� s Ip cl 0 t ra U G1 4, j`N .O N ' R 3.Q,E.'. cC v a tt4" ro Qo da m co �'.q O 0 0 „ s e.SG O Q »� a 'm Q I{{ p L o fD. C IY _ Er lD 5'8 g o fl. I C. Cn 11 C T (�(�(�ppp��� -0 g B 3 41 /CD fa 10 I, V/ m m p m lil 3 0 �i bM. O• @ ' c E. (C/1 ''' N -' y 7 f7, cD 3- C1 A D N I ET t, o w o. 3 Iw c °- g 4 2 ? O j Q �c 3 7 PI LI Q N �. .CP g- m = I1 bTi" W H m - 3. 3 o O I,, mo 0 0 3 I a_i �i m m. = 1t N �_ O n, •- R: n O N O_ C I O y C O .... w (D a.. N N O C7 a i a m 0 I' j o w O (P I1 IT, 2 o w C N 7' F. IO ,-� ^� (C� ,r, -1 .w. 0 g. fC 7C R1 -0 X Q P W cn N n Y f'. w v o a a ° I 5 I -i w i 0 N w I` m ry , zt `, 4 ; n o... -1� m ow 7 ° m < m w C', • . N• co w gC X CI ti a't7 N R. A' 0 n _ .-4. o) d m Isr+ c3 3 Cr.� rn S 2 r Oq -{ is a.-{�•' 5 U1U1 - m e lN in , to C O v a :.L.,• O .C..� V'Cro a ::�i M•n o a'i ai m xy 0) 5 i i g;•i 5 bT`�:1 2 1 ►■.... o cct� )::::p 3.. (n !- D :it •: cc) iiq'ia 2 0 t; 3 o 5 a G) a p t; '•., 4C 3 y-(jt .; ; ;`.t`il ri o ''fit .�:. :• 5j-fil 4J` tU Cti.D Mn yccr ,FF f::�:., 4Y 0 -t '.1,• 1j• Wit-`+. Ii ATi: . "w ii i 8 A 4. in w. ad, C 7 t7 O (fl :+��;f ?jai Q C`• d-N �il�'I �D .-t.Wit'Q ( (D �iA t 4f p;LI _.at t x• •,,,1 t Lr O C �`�. pyt • :i{a.iI iy::t:l :aij}I (D j 0 ro A .;fie:. :: j f!1 (l] >4 o ' a 2 `:•`' Pr C7t ¢ '. ci. g. M pH O it :.J` ^A 1:a,'• ot3 p 1iy : 4 1:!�—p T,. Ay -a ''I g .:' cb St .],.. i4o poa T Z7 t;r � ::4 5 a qt "�AS b-* O ; a ''"`R. to '?3., * i'l 6'csr(0 fl Ca i tq yi}' Dp t '. ' Irwnt 47 cA <iiy p D • ,:•i:�:t 6t roT•&at g _ (— to -;` tit j :as itS O a - U ,, T.-i- -a in l• tQI. t ft) v o p O :fi,} < o 5. "'�4Es' co a 5 < ':1 tV alfo 0 -a Q . 03 h a, miry !t� a▪'.3 ,..# tp (n tp ' :t`.%`: CD to rr o 31' r ( 'o b �4 P ii : � ?„ { :,� , � 0 •o 0., ; ] f ra ?,::a cp p Oco a tip r4 ,i__,Itt 114 a• III N 5 .-..is.! } i :sk i :iS :,i �y1 ifP0 :,Yi zr.,d`} ;A r!rt i.ya i p1n r;?,-.ro o o 5. CL to a ii 5 ii Co rn p " al, n T M.` ro a rifi • p co[n 5 n ( z-< g p" � WO -R U 11 C e�-! a vf�As a. �; CU H : � LI w It o 4Q N C C = N a) N 0 rv',. ((p J p .- `C ti) ill fp m t,� N iR. V`i CD coX1 13 C cep r+ CA (fl SU R. ro ° o Ul11 Ei i A ii N N = =' o -11 cs 0. y 6 iil Ts rrt N a Cn SU Cl 0 k o CO 00 .©N �W nroo _o o °�° J 0\ 1 c: DocuSign Envelope ID:EFBE5374-DA9E-4778-84F6-7FB82C76F203 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 3, 2020 all previous elections of officers are teuminated, 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: David Church 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 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 Rodney McCarn Assistant Secretary Dean W. Buchanan Assistant Secretary Gary P. Hickman Assistant Secretary William P. Jones Assistant Secretary David M. Toolan Assistant Secretary David C. Lewis Assistant Secretary David Young Assistant Secretary DocuSign Envelope ID:EFBE5374-DA9E-4778-84F6-7FB82C76F203 H. APPOINTMENT OF AUTHORIZED EMPLOYEES RESOLVED, that effective March 3, 2020 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 Ron Stinson 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 Schluteruian 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; DocuSign Envelope ID:EFBE5374-DA9E-4778-84F6-7FB82C76F203 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 DocuSign 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. ,—DocuSigned by: p DocuSigned by: joLtA, kettitAl VelVtiot, C1A Gh. '—•6D89®A4AQD494EA... \--FFC.RFROOABE94.3A John J. Keating David Church 05-Mar-2020 05-Mar-2020 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 Ala. AGREEMENT made as of the V(o' 't ( �' -(ri)day of_ NMIin the year 2010. 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") 1320 Arrow Point Dr.,Cedar Park,TX 76513 (512)861-7100 The Project is described as: 2020 Street Maintenance Program-Arterials A 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 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 fifty ( 150 )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 eighty ( 180 )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 four million,five hundred and ninety-two thousand,eighty-seven dollars and seventy-five cents ($4,592,087.75 ),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 . Yes X .If yes,please provide details below: Alternate Bid 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 March 2020 7.1.4 The Specifications are those contained in the Project Manual dated March 2020 7.1.5 The Drawings,if any,are those contained in the Project Manual dated March 2020 . 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated March 2020 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda,if any,are those contained in the Project Manual dated March 2020 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 j montelongo(a,roundrocktexas.gov 8.3 Contractor's representative is: David Reese 1320 Arrow Point Dr.#600,Cedar Park,TX 78613 512-861-7100 david.reese@texasmaterials.corn 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 0 ROUND ROC ,TEXAS Texas Materials Group,Inc. Printed Name: Printed N ke son Title IAA Title: : V.I Asst. Secretary Date Signed: S i MurlieMDate Signed: /29/2020 ATTEST: CgOlf\A--.UiivLVQ4kU . City Clerk FOR Y APPROV,DAST• FOR i:.FO / "P.. . , 41/a ails / r _ ' City Atto ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement & Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. Bond No. 014219150 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 four million, five hundred and ninety-two thousand, eighty-seven dollars and seventy-five cents Dollars ($ 4,592,087.75 ) 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: WIIEREAS, the Principal has entered into a certain written Agreement with the Owner dated the *4 "11h day of *61 , 20to which the Agreement is herebyreferred to and made apart hereof as fullyand to th same extent as if copied at length p gt herein consisting of: 2020 Street Maintenance Program - Arterials A (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 4th day of May , 20 20 Texas Materials Group, Inc. Liberty Mutual Insurance Company Principal Surety [4-64;0 fA/-4 Tina Davis, TX License No. 1356133 Printed Name Printed Name By: Titl • Title: Attorney-in-r act Add ess:_ 320 Arro Point Dr.,Ste.600 71 Address: 15 W. South Temple, Ste. 700 _edar Park,TX 78613 Salt Lake City, UT 84101 Resi ern Agent of Surety: Sign re `�- Sandra R. Parker Printed Name 2929 Allen Parkway Street Address Houston, TX 77019 City, State &Zip Code Page 2 00610 7-2009 Performance Bond 00090656 Bond No. 014219150 PAYMENT BOND THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF WILLIAMSON S 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 four million,five hundred and ninety-two thousand,eighty-seven dollars and seventy-five cents Dollars ($ 4,592,087.75 ) 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 lki6N4 , 20 ?�,, to which Agreement is hereby referred to and made a part hereof as fully and to th same extent as if copied at length herein consisting of: 2020 Street Maintenance Program-Arterials A (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 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 4th day of May , 20 20 . Texas Materials Group, Inc. Liberty Mutual Insurance Company Principal Surety J/f.to a 1-�qD'--{ Tina Davis, TX License No. 1356133 Printed Name Printed Name I3y Title: V.i1 Sc,c, "Title: Attorney-m- ac Add1' SS: -20 Ai w Point Di.,Ste.600 I Address: 15 W. South Temple, Ste. 700 • ,edar Park,TX 78613 Salt Lake City, UT 84101 Resid Agent of Sur esx018&‘._ Sign Sandra R. Parker Printed Name 2929 Allen Parkway Street Address Houston, TX 77019 Page 2 00620 7-2009 Payment Bond 00090656 eZ This Power of Attorney limits the acts of those named herein,and they have no authority to V.I.,,, Liberty bind the Company except in the manner and to the extent herein stated. FMutual® Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company Certificate No: 8201331 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, Tina Davis all of the city of Salt Lake City ,state of Utah each individually if there be more than one named,its true and lawful attorney-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the above-referenced surety bond. 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 thereto this 30th day of May,2019. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company INst/ West American Insurance Company P,' c;pcD € , B YM * I,‘ David M.Carey,Assistant Secretary cn STATE OF PENNSYLVANIA ss to 0 U) COUNTY OF MONTGOMERY c On this 30th day of May,2019,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company,The .ra - 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 c co by signing on behalf of the corporations by himself as a duly authorized officer. co c 0 0 0 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. =, p PAS?,,, 0 ( F5) iovw COMMONWEALTH OF PENNSYLVANIA >W/"/_ Upper MernTwp,Moery County B �fc. 4 P� MyCommission Ex ires March 28,2021 y— , p o N ARY Pv�'�. Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public 4-0- -0 E ai o 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 CO p o Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o co c sco L- ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o (,)o ai 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 s a o)2 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 c -�- 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, 0 a)o— shall 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 i 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 — 0 o 2 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. >c N i ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. N 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, �c00 i o t= 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, E cc i zci 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 c 00 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 o o as if signed by the president and attested by the secretary. 0 cc:', (— 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- _ infact 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,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 4th day of May , 2020 , P,'INS(/,�,,9 ,,'( INs& ( 91oo NS(/R , 2G09.PORg,:44, � nJP "so 6‘...7611441-r--- By:DIq.'' b Renee C.Llewellyn,Assistant Secretary Marsh MSurety POA LMIC OCIC WAIC Multi Co_042019 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 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 poo )10-16 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir Ia notificaciOn y dirigirla a Liberty Mutual Surety en la 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( tdi.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 Ia misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev 7 1 07 CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED -Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup. Note: Exception to this rule. In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used. Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Agent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance c. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE &EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation , etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. AD® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) ‘......------ 4/29/2020 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 CONTACT Valerie Reece 2000 Westwood Dr. �N FAX (A/C, o.Ext): 513-867-3822 A/ ,No): Wausau,WI 54401 E-MAIL ADDRESS: Oldcastle.certs@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) INSURER C: DBA Texas Materials 1320 Arrow Point Drive, Suite 600 INSURER D: Cedar Park TX 78613 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 55253801 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A I SD WVD POLICY NUMBER DDL SUBR POLICY EFF POLICY EXPW LIMITS (MM/DD/YYYY) (MM/DD/YY ) A / COMMERCIAL GENERAL LIABILITY / / TB2-C81-004095-119 9/1/2019 9/1/2020 EACH OCCURRENCE $2,000,000 CLAIMS-MADE ✓ OCCUR DAMAGE TO RENTED XCU Coverage Included PREMISES(Ea occurrence) $250,000 ✓ 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 ✓ JERCOT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY AS2-C81-004095-129 9/1/2019 9/1/2020 COMBINED SINGLE LIMIT $ ✓ ✓ (Ea accident) 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) $ 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 i STATUTE EERH AND EMPLOYERS'LIABILITY Y/N All except OH,ND,WA,WY ANYPROPRIETOR/PARTNER/EXECUTIVE 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:Project:2020 Street Maintenance Program-Arterials A. City of Round Rock and its officers,employees and elected officials are listed as additional insured with regards to the general liability and automobile liability policies,on a primary and non-contributory basis,where required by written contract. Waiver of subrogation is included in favor of the additional insured,where required by written contract,and where applicable by law. 30-day Notice of Cancellation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Round Rock 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 ) .1jE n Zee C:e, I Valerie Reece ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 55253801 I LM_44 19/19-9/20 - Standard 2/2, Excess 1 Connie Myszka 14/29/2020 1:30:59 PM (CDT) I Page 1 of 1 AC R® DATE(MM/DD/YYYY) EVIDENCE OF PROPERTY INSURANCE 04/28/2020 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 (211-CED)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:PROJECT-2020 STREET MAINTENANCE PROGRAM-ARTERIALS A,VALUE-$50,000 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-005060985-01 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 Mukherjee , ,,..,cGKA.Aa-�� ACORD 27(2016/03) ©1993-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 00700 GENERAL CONDITIONS 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. 1.1 Alternative Dispute Racn!iitinn-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 yield viuei. .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 he issi ed 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: .1 Supplemental General I-or 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 CTOR shall immediately such performing Contract Work and may not employ such I.iVIV 1�1l1V I Vf\ shall remove worker from ....��........ ......., .....r. ..__ _...r._� __._-- 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. ��_�_ c_ i t..�: and ..'J: .-.�; Work of 6.4.5 1 he CONTRACTOR shall be solely responsible for suliCuuiing and coordinating a ing the 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 _-- - -� documents, samples .. and .J Shop Drawings shall be promptly delivered �n Completion the Work, th i euui d samples and Shop Di awn igs ll pi of i arty den ve ed o 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 E/A's 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 .O any correctionof defective\VAVV.\b. II..0 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. Elks 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 -�-'-�- will be added amount equal to twenty-five ..,� /'AGO/.\ of the sum thereof �c Which will an wventy-live percent (25A) 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, result Cr1NTR CTOR's Subcontractor's or CIIpplier's nPg!igPncA JUI.JI./11C1J, which are not the of the vvly I�v�V�v��..r, vu•+vvi�ai.wv�v� . ..• �.`^1•'F"'-• -- •-�••�-••--- 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 uviay 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 .4 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 fora 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, elJol, the mediator, facilitates comnmunication 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. 1 R 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/TX 1 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 corners, 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 corner 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 2020 Street Maintenance Program (SMP) Arterials A Section 02000 -Plans, Details and Notes Index 1. General Notes {4 pages (notes 1 through 19)} 2. Project Specific Notes {10 pages(notes 1 through 14); SP340 Dense-Graded Hot-Mix Asphalt(QC/QA)} 3. Maps {22 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. '41"ielbS Ctt.T.E.P‘‘ ,s Ver 3/11/ Matthew Bushak, P.E. DateO ti..•,� .0%MATTHEW BUSHAK 91480 4,00?t 5 GENERAL NOTES 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 The City of Round Rock in its sole discretion will select either the Base Bid or Alternate Bid shown in the Bid Form. Only one (1) of the methods of resurfacing discussed in the following two (2) items will apply to the Work and the method to be applied will be dependent on the City's selection of either the Base Bid or Alternate Bid: 1. The Base Bid item "In-Place Pavement Recycling" shall consist of heating, scarifying and repaving of existing asphaltic concrete pavement to a minimum depth of one inch (1 ") (Item No. 350) after any applicable milling and crack sealing has been performed. A minimum one inch (1") Type D HMAC (Item No. 340) overlay shall also be placed on top of and rolled simultaneously with the heated/scarified/repaved surface. The Type D HMAC overlay shall be virgin material without any RAP/RAS. The machine that heats, scarifies, blends, mixes and distributes the repaving shall be the same or sufficiently integral with, as approved by the Engineer, the machine that spreads and finishes the overlay. New pavement must be laid within 30 seconds after scarification begins. It is the intent of this item to provide a uniform, recycled and overlain road cross-section that exhibits a smooth vehicular ride. All obvious irregularities, low spots, high spots, or areas that exhibit a rough vehicular ride shall be corrected as approved by the Engineer at the Contractor's sole expense. This item will be measured by the square yard of surface recycled and will be paid for at the unit price shown in the Bid Form for the item which shall include full compensation for: necessary sweeping of the roadway prior to pavement recycling; removal of traffic buttons, vegetation, or other items (if present); pavement recycling; clean-up; and all other labor, materials, equipment, and incidentals necessary to provide a properly completed recycled/overlaid pavement surface, save and except the minimum one inch (1 ") Type D HMAC overlay shall be measured and paid for by the ton under the Base Bid item for "Type D HMAC Surface Course" and any required binding (recycling) agents (Item No. 351) will be measured and paid for by the gallon under the Base Bid item for "Rejuvenator Agent". 2 The Alternate Bid item "Machine-Laid Type D HMAC Overlay" shall consist of placing a Type D HMAC (Item No. 340) final surface course upon a roadway after any applicable milling and crack sealing has been performed. The Type D HMAC shall be virgin material without any RAP/RAS. Unless otherwise determined or directed by the Engineer, the thickness of the overlay will nominally be 2". 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 overlay will remove minor 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. The following three (3) items are similar for both the Base Bid and the Alternate Bid; however, the depth of milling/pavement removal, and adjustment ring depths are anticipated to be dependent upon the City's selection of either the Base Bid or Alternate Bid: 3. The bid item "Surface Milling" shall be in accordance with the governing technical specifications (Item No. 315). The surface milling depth shall be one inch (1") (if the Base Bid is selected by the City) or two inches (2") (if the Alternate Bid is selected by the City) and shall match the 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 4 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. 4. Unless otherwise approved or directed by the Engineer, where a street being recycled or overlaid longitudinally intersects another street or Portland cement concrete pavement or valley gutter, the pavement on the street being recycled or 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" (if the Base Bid is selected by the City) or "Machine-Laid Type D HMAC Overlay" (if the Alternate Bid is selected by the City) regardless of the depth. Where two or more streets at a street intersection are being recycled or 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 recycled or overlaid. When the Owner elects to remove and replace the pavement on an asphalt-surfaced driveway that intersects a street being recycled or 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. 5. 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". The following nine (9) items will apply the same to either the Base Bid or Alternate Bid: 6. 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 the Specific Project Note 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 ■ ■ immediately behind these "SPECIFIC PROJECT specifications attached SrEVIFIC PROJEC T 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 the Specific Project Note above shall apply if the Contractor chooses to use RAP/RAS in the Type A or B HMAC he provides. 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. 8. 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% 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 RAS S used, calculate and ensure that the ratio of the recycled asphalt binder to total I�f'1f or I�lal is �.�.....uau.... ........ .....,....._. _..�_ _..- 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 0/0 Mixture Description Maximum Ratio of (Percentage by Weight of Total Mixture) Recycled Binder to &Location Unfractionated Fractionated 4 Total Binder(%) RAPZ RAPS RAS 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 300.2.3,"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 Tex-226-F 85-2001 93% ± 1%density) • Boil Test2 Tex-530-C - Hamburg Wheel Test Requirements Minimum #of Passes @ 0.5" High-Temperature Binder Grade Test Method 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 Fngineeri Individual%retained for#8 ±5.02 ±5.0 sieve and larger Individual 0/0 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,% Tex-236-F ±0.33 ±0.3 Laboratory-molded density,% ± 1.0 ±0.5 In-Place air voids,0/0 Tex-207-F I N A ± 1.0 Laboratory-molded bulk N/A ±0.020 specific gravity VMA,%min. Note 4 N/A Theoretical maximum Tex-227-F N/A ±0.020 specific(Rice)gravity 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 �_ otherwise directed, .�.�,.-..,r, and replace the Testing, Segregation (Density Profile). Unless oU he1rwise do ected, r ei� �d 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 14311 UNIVERSITY BLVD UNIVERSITY BLVD to Y011. 15 0 2 O , 0 .ey :. 4a Et- C „& � iiz o S' 0 B�yR NS PI ' o� I •_ ~ 6�•I0 ziegss lib ,o a�P•C\Oa WQ 4', yFFSTONE DR i4 a 03 O7b I [tit 3406 vjg LY MAN RD �t�� �2<D S�LERS BLVD E OLr. ' �� 4-1117,4 0 122 v G�9 3 • m i GV� al 0 I li O a W 0 d _2 9 9N !n ,I E BOWMAN RD y > �TEL 2 l i i o MANTAL p ' %' R< OP�9.L pO o '� z 1460 a .'S W L1! K , N 3 y Q.ELL -CP. Yd� DR ®moo ROUNOR i i OCK v 'IV' i a.' 1` 79z3 E MAIN ST N�`�O ap NGS T�( o� a rro 4 O. s Ili 1- m Q-� �cF 4" ELpc sl W w p 0lik AN r. o 000000 RO �y0 Q y e\V ,VP' 'i • co „t GN`SNOL y y • •. '1.GATTIS y Ply- c a J�PFH%CI- ° �r m m s j G n HAE` Jo AT W /�►. 0 o SCHOOL RD 0 pR u j ��� �W LOUTS HENNA gLyD Q a '���i"E �j— i ® , LOUIS,HENNA BLVD ..... s ,g 13251 !Wi LOUTS HENNA BLVD �'}'� %NOWG w9Y �' !' GROG 1 STREET MAINTENANCE 6 °? ±� .'-r � '?. � 1 ' l'-'I- - ' A ,fi yT 1. f • .�*' s p Ea i . $ ti0',,,,, IY•< " • �'': yi al. •R.tt 'gip,''' f v_t ;: • ^ C. �'. .� 'S ' 'M,�y ',' '4y . .a i,„ :, . "•Nnkf LONGHORN T III , � j ;S k ea u -• :._3� y � •�, ! *f� "t;;9:7;'' c�� r f7. �;r'�''' '.. r ,, r,�., °` "i:.�� ilik ads � ,� � � Ak yif kt }, tk r • ; y.: : :,,i'T-G'.R yg' �x" :: R, y..j.I ' ,"� ,.`-J t t ala �j` F1'is;as >#*fFt s» r` 'Vtm j ew.tc~ ,�frb .. xx' T r y T • xn y.M•~' R.:; � I .+( y-.g 1 � bwe ���'�� -...3� � �..� V .^�• ✓♦9ky•a• . � Y,.� � F1 ..��S� v..,.�..f ... 1 :J • 4 d �•44 Y' ,,i , .,,,„•,,. x'rTF ' R !+ ,•i 'N .,l r 4m`"•�7 -'f� i.. ' t RAMS RORN WAY •• • . , ., r, , , ., if,„.......,, o „•r,�,; r. ,W,. s * ,; ,„ { :,,, ,,,• ,,.,. ,:, ,., it ,,,;1 ,. , „...i , , • , - ..,, i.,,,,,,-,„ . ,,I; ,i, ,, !1/4 ..,,*,,,. •. , ,•. • „,„ ,..._..- SUNRISE R.0 ,•x a' I k F4 T ) # � .mom-S A JYY � . n M' ,-,0Legend t -- _ PAVEMENT RESURFACING ARI A j u a A lt.....it-t, t. . ) k Jy '', d a ,, , 1 ..M1y 1. CYPRESS BLVO ,;,..a... rIQ 2020 ARTERIAL SMP A -9:j SUNRISE ROAD t�- " 200 100 0 200 Feet 3 Page 1 of 3 , ,„419 ,,,,,,..,,,Alra.:......:„....1., , ‘,,,,,..- tt el. ,:;.„=:,,,„-‘,,... iie,‘,1f,„`",0141Ifi:z*$:.r...1 , ., . .. . ,.' .. x o Al fs" G i t. 1� w� MG . „„ ..,._,,...,,, .. , „.... ,....._ . „...,....................... _ , ..„ 3 .. ,,, .,• ft' - .1 r „..., 4 . ....,... _ SUNRISE RD .. .. . - _ _ • _. _ __. .« , l y Y ..lti Legend 1, 4., ' ~ I=1 N7 PAVE RESURFACING ARE? ,s: 1 = IV- 19..\.7---fi�� 2020 ARTERIAL SMP A ` 200 100 0 200 Feet SUNRISE ROAD 3 Page 2 of 3 , . f .i Q s k 4" r J W. F r,1i u.4,1 *,y i. Y ! -1-d' Q f r M t $ fi • • n w Y 7. r' el 4 C Uj r k 3 a r [, ... „ ,,,..�...�+"' � F Y if'" , . I Legend -.,rt - m < 0'4 f 3,1,: x ,, PAVEMENT RESURFACING AREA 1 { rint r #`_ '1 ,, yt t' i,, .5 K..r7M y,'YC0.. 'fie, „'fs .. .i �m ° • Au 2020 ARTERIAL SMP A SUNRISE ROAD �N 2�� ���" 200 100 0 200 Feet 3 WIIIMIN Page 3 of 3 ¢c R,a _'F °� c�ihoM7CE OR � la 4 v ,e by C -—,, r - ;. •r' �'y',• •,' - .err • .to-,„ ,-;., . '-'1-•cA „ ____....>>.„..,,,... 7i ' r k�'F. • 4. .,r..•+`".--'"�� mow'. . cOt ttF.?NW K ._ 1 A'",7;� A a.. x e ;\- `. Legend s ; ,,.. f..° : + ©PAVEMENT RE SURFACING AREA ,,,,� a ,. yr, `1 • p y,,� ..,.. :.4 � ti� , & _ �..' a'•taw', J 1 y - {! �,, 'Air' - f F,. • ,,*,,,,, is -, { .. yyt { '+ • _ „, ..: ,..,„ , . : ',.. . . 11,,,,,,,,t t, ,.-4., ,,,-.4., „„,,,,,,,,-,..!--- a . , ... , _ , -,, , .„:,.,..„.. Sr' ' . ' -' * .. t, ,....... , W< �" 2020 ARTERIAL SMP A LE 20 OLD SETTLERS BLVD ' "° "`~'},/�� 0 100 0 200 Feet s Page 1 of 6 s 9 9 . ,i,I.,, . 13:t `,,,,•,7, . --"''' ,,,,"." ".4.,* -., 'N ' 'Illt"'''''''''g''*.i..„....-,, •, .,.' ,..''*'4_ -- W'' ' ♦'' .,. a 1 l ti ® .. ' • • FL• vF H Atit° Q 4," "L Legend +; 1. '� �' '} ^ PAVEMENT RESURFACING AREA 1 _ T T 4 � • yy m t k (i y ¢. ':. YY TERfUERGV 1-'la` .* N 2020 ARTERIAL SMP As�- ppRl)LLNU Ii1MX 11 WIn E 200 100 0 200 Feet OLD SETTLERS BLVD . 1•4VM111.11.11Page 2 of 6 $ j 1. r r .•.‘ '?;a \ ,% '. Legend rr• +r OPAVE MENT RESURFACING ARE., '-•„'d-''--'i-:1.-.1.-.-,.;.;-„,,,-*-,,,,- '.ii ..,,-.:,,::,t• ,^i”oriz,"1.„.,,,,-,,,....'4 4i,0,7',•...,,,..,''..'-:,'.;,i-,„. ', '. 4,._,,,,,''-',,,..,,"2'".,..:,, / / P �l fir- ory:, ,7,,--'„--'- r �" ram", rs¢. .p,,--,"„--,".;._? .. •___,_,. ,- , _ .4t, . ,..,..---.$,,,.„:„..4.:.-. " 2020 ARTERIAL SMP A W., .ljE 200 100OLD SETTLERS BLVD ..._. ,4�� 0 200 Feet s Page 3 of 6 t 4 Y"7:::.**';`1%,,,t, J-10.4. 1..,` _......... '.*,' t iii ' . ill "iec .., M t !N, '° p" MSON C t A y 1 X 4›,it4trt•''Ve: ' '': 1 1,,,..17.7''1-4'.' '.,1 114!,, 1 e. I { .�' ,f 7 .:'I'`';a;6 ;" �"),.�, y. ,, r.1 I f .r' *• 'G LOW CT''-`' `I y`•V` n' j S gy r� `.,�\d! rg�y ;� ,,^" ter. 4 y «..,�..., J., e!' ' .,. c 44:i:. 'xe 1 * ,••dry, 0 ". ^"' �_. ,� + _ ,...�--�-��� ..�__, y�..: .... — :—_"�'t AWE _._._ ,�,,,.--Y"".. _-.T.=.__a cr,-:: "l 'c"" 101n'.1-Trim NI,l: W a , Legend „ - CZ]PAVEMENT RESURFACING AREA TAMMV LN r.ri. i m F. >' g 4 / , .. 4, , _ ,, f,. N 2020 ARTERIAL SMP A '` ` %�Px E OLD SETTLERS BLVD j „�, W. 200 100 0 200 Feet s Page 4 of 6 .,c,, '. ` ^ ,.. 4'•-4, ,..", 4.14p,AL,.„,' • , ;t 4f ram ,_ •;g 4 • •`,*' ka• , !� tAs ,; .. :y, t ,M r' '' * y �^ T y, ir.'� `— .i' aY .4 ,r �a i+, 4 vi �,. !., .., '14',...:All 016---'-1-* tt, • \Al • :� Y It F)�` ! "�'� 7 " ^. JAME PAR,�' - _ t j �4` 3 , 1. ., ` r “if,'.. "" . I �j`' * 'P4- ', r fr." .e�- ° .(1 ,,4_r e'Y t /0,.;k �.t a 1 t4,41. 7 .� mar+.; `3,4 , #J °,, \ , . , j;. i 4 may}' y . ,p `',-�` --e,hu,.c1ILCic lulu._ _ .. ...a,�a.... l� t Legend Q PAVEMENT RESURFACING AREA pi': t e: ':: g s Ot a " 2020 ARTERIAL SMP A Pfr- 1-97-W- 200 OLD SETTLERS BLVD r 100 0 200 Feet s Page 5 of 6 y ' ^. _ CLINTON PL . a ,�p+ gyp z' r P' 74 ' ' :J 'i„L y ✓ ,d; i,-- .w<,r .' V , PAUI'tN[,LOOP -- y., M,_` i_.. }� "fi p,r 74' 1. L, l' • it Li IA ,. '",���g"'��` �x*•a....�."ti ' f'." - fig, tL•..r� ' la .w..y. t.0 .»r«ivmn°..M••. 1/ yp,I+kn' .,,xG, dNtin'', 'l M��l �r� 4'+' `�' F'w 4 • ��`,'f •, tl C , a I .w.s•:•,; p` �IK }� 1 .�yy•' 1 pq�, y J k;' r 1 y W Y • s I"4i'AW +i- v •�b°II N, .yyR�`y7fr,'y I,. l . ,4 i• .ij 4 I 1 I a — T }y,e,,, 4 I .a, . ai P.', '',t 1 ''a k- ''F '.;s. I fit.py `�3�"'F�i,' 74AK Ml.""'tl -..y, .f'..'` Ay-4. ..4-,4' ',.., 1�,l.�- , y. .,M CORRIG.7YN LN ?d: Y '� ";J { w, ,` + , }. t r r�,,it.,,Y m L {I 4 .11A,,,, If 4, 4T 1& i!,1. ,.. �4 ;::�+ 'uw,.is,.. `{ 0• 1 ', f f» -4 ' •l Ay+�,+% a,, , ,., V n !1 a C._.1��`t�`i'4 . �Ile' i' IJdL �'Ir t 1 4 f 1 ,� �, t s CFUp LOOP Vt:'uK'^'...J1L".1M'4Y ..iv T .K '"`; s+A^I"'•w`i .M!'x. r' S l .i.,. '41 `"- ' 1 l uiRw : ` t+rw-k.« � Y wc .-..a:,u1..,......l.,..... .«....« $` 4 (41 A el . 6 7a_L. 6Yt '".+, �:i '—'+,L`:t r . A • _-....- .. +ua. �51... 1 " .. ..A I:a"4^ • ., _.,,..ram ems- ap nLERs . .3. f i l , m 1 a ''' .. . ,t Legend -,4 IDAWSON I=I PAVEMENT RESURFACING AREA ,i F- r Z Jy } 4,41Nx. 2020 ARTERIAL SMP A w,( a OLD SETTLERS BLVD ti 200 100 0 200 Feet 1__�DLR1,,,., Page 6 of 6 s 03 Y G 4 •- �S. • �>� rr i Sc��sYY� s,4 9 r a fp , R' ,✓^ 4r .- ' - . ..,_. . . \11‘. ..,.....,„4 'A,i,i$:..,,,;.'".t':,:.,. ' ' ,* .s.44.4,47:.tt { + it***' ' ' ' T } S FAR l t '� ''* ,k i'l S r.G a.. K ,� �A yr/lsr�!I - }'*.. - k ar 'a it F , " °. ! +a , R P ..';'00f44,,,-- .- ' .. . • 0 >..f _ __." 4, ,�`'� .���� � '�� '?t• �•{: Legend '', •`!x � - �: r' ... PAVEMENT RESURFACING AREA O. 4-1,,,'i',-;,, • i'.,', rt 59 k, , ai.f s: V. '‘ t 4*,:.r-ir'''.*y*'''' ..#7 '..,''''\ ,,,..,,,,, ,,, .i'l - � � e ' t# t S• � . 't ''. � i. 4` -:,,, ,, sk -,^t fys. .z � « � ;� ' ``fi ' a . 44. 4. e , 4,. . . „, ... . v , /il «.m ve a " 2020 ARTERIAL SMP Afr— W-.-E 200 goo DELL WAY ""A` ,K 0 200 Feet s Page 1 of 1 , PARkSIQE CIR . w R f r ' N r f .RI ; + 9 1� 'n M u nor 1 ...,, , , •.,...:-.,.;. R „...,,,,,-.-::,,,,,,,,7,-,, t a , ,.,,i ....'...1,,,, • ,, j ,. . , : ., --I .-,,---:-_,-,-_-_,<-:,:_.---..,,-,,,t-,..,,,,,,,,-.. ., „ . , •, ,.,,_.. ..„:„-,tt _...., ,..,,0\, ,,,, , ,... . . „ , ., .....,... , . , ,,,...-- ,........,,,,,,,,„,••,,4,...4'..,,,,,,,,i'.::, , ' ,.. 5,,,,,or..... - .., },,� Legend • ' w'' Y, el ... �3 ,.. a Ej PAVEMENT RESURFACING AREA ' �tt ,ti j h `� ' a 1f , !• •` x ,• J '`4a:� .� .. ✓� , i" yI ��"x ,mot i .A'p,..tT �y j. t �11"Fa�a ^ w'' w. . o .t w N 2020 ARTERIAL SMP A HII1U.V. SV..4) t' Wj E 200 100 0 200 Feet 417iGATTIS SCHOOL RD `U. ��� Page 1 of 2 s )00104r f ,.'S PARKSIOECIR = ,,, ° %,...., � )1 .s,_. 1 ;411",_::..‘ 4,----,--:1,,,, I .,, .> L' r r� • _ K t'OTTCryWOOD CT j, II ? ``�� :d} tie :,6'k , ., 04 f,. "`, : 3 t o : 1 1,wA y4��c 3 R s ... ,c,e''N ItYSy r l,rk 0.,t r a,.'o-'"�,4 , .*;" .a .' :..;,, /„. 'II- , ?I I� t �. ikrs rist ;n r} n R "t y f4 ` v e to .Y _11-$ r40 , n.forf t, 1.1 IF i » ... M' ;4 t' 7 w y 4 14 4.„ 2x wr �` Legend >e 'l ' , a.,. w` rt. 'k ,1 i. '!F #.n -Pc, $*t. �, k; Y m PAVEMENT RESURFACING AREA .:.f ✓.,, tea•N. v�$,a. N` + . .!.`.1 .,✓',-� ,:..-4,4,.,,,. . , 4 ��t��t,' 4�. _sue• 1 .k ,��r`t' Alj;t‘ 47 " 2020 ARTERIAL SMP A 4$0.--1,. w �ri'E 200 100 0 200 Feet GATTIS SCHOOL RD "-t`llROM`, s Page 2 of 2 4 e(��r+ PTs$ EY s Y • • M R a k�^4� Hp�r "� CREEK RI(GELN 3f • rya N >£ ol.;'- e+} n ',y... ,`" k 4 r< _ xfla. M1 ' Y " tqi � m w t .y } 5- r 1 . a"� a1 A.wa'- 5 r � ]h . t.}j - -. I ..4,- , ,4 `ri,i r ... , < a •�-- ---'r C^`""''^:.--•-...•i---..«ate ~`.""" t *. ) "t +, m �• I yLi ; - .,f r s,r'pl.�„, r xW aY '1l a % t( y x 1 w :' 'N , ° Legend ', t.,, 4 ,, + • ', :y^'•'lip`3p ''r6~ ;,. - PAVEMENT RESURFACING AREA �np �i ,,� ,ysr �s Re ik ` Rr Y' iJk � r ° ., ,: 1.,... ' ' art v 'M9 �, ,�a: • s • 7 y Y v k y C.a. J. 5y •Ir w 1 •M Y ?k •14, f 1 � , et • v tj • W 2020 ARTERIAL SMP A d7: AW GRIMES BLVD ,. Z .0 H 200 100 0 200 Feet Page 1 of 3 3 Fyn 't . - J t��(In '"? F a ,� �k r 1M ';'- gip F R, ,. F ELaR'b1A� `SP . +!G,y.�°� M, *1 rr f A•P �MMe.k, q w 'R'.. ."Y" t .. 3,i 4 v t Y Y�' - G r F r 1 W� ,,,���www .. f -. A. }""nr 'R i F1xRY' L w ,. ^., # ,P '+�k�', r •rA� �L.'{ ter ~ r . .. • • r. •r�Fs - 'E� �iN�s. 4 �Tv�.���� '"° +�A 'ram;,,. wY>Wn'.R1��;RWM <s.w *;� g r�y 3 "'a.#°px. � 1,, ,'� . T . G •`.r`"# 1p...� ~ ,.��fli+a.YY4Wh T. i,k„.. r , 4s'. l „ ;a„ � - - 'kir, ..,„.j. .. .ki. ,7; 99FF . `._ P R •Pqr,' n..^A. Ld ,�,Ts ., h y. „ # .yam 4 1r y ,T,a..t, 4 `' .i¢ . Y c 3, k\] �' • y 1, y :4 d..,�:..., Y S yy ..4 y. $y T .+.. T •;" :� fir. •..,. `'%G g '. k .. ._..�•... r .r•,w"y,,..--• w,"J .A! a',�. ' .. • • - \;....,� r 7•. `..,.M ,. 't'' 1!.r�,-_x:-'''.,.+."r.e ..-_-;_- • . F...._-__ . v *• . .yk :",.fie. $..4 f ,M,-„ ,`, r ,, k p , 7°.'.:.:Sa.r.Wa.... ...rim. .r'.... _,.�.✓ • „C x .> Rp r 1 e tlykO�y •� - ,� m, -..� Y^"-,.-K-•-�" v., y. •lY a :.S. if , ,. . . < c �y l� - F : 4'1!F:.. TH ?. y6'k 1 4 n ��. .. `'a 1 lkMr :, Ttcy,-,, ., °" '�F' ^','Ik,, a _4. •,. 4; * {• • - ��q rl, E y l Y i .. ,�` 4. i dr :I x :. a it ~ • • r -'' Legend ' v kd f -t ya "„' , E` r • . t� - a +, Gi. .--+^ �P.AVEMENT RESURFACING AREA y L' yC e 1 '1 - � K } a mot ,, , _ ., t M - oe • 4. ate',�� sy� .. s +M1`. - SYRL � ',.. t" y :',,r�-,. i y', T HERITAGE S . . '"':',. .' l'A.-. •‘-`;" ,,,"'\ ''!- e- -"'.•.' "4.-:t11' ,,, : ,".. ;'- . •iie ..;9, r:',.f.'"'T . ' •IX,S.f. : •t'ic.,`,. ,',.::_@„,-4:;.,,f2k,, •-, ,a �r w �.. Ns ,t 1 c "- NI if... � Y � PRt ..� } Y„ ;f � y jy � � } > Lam"A �''�; :'. ,.. ./f.,A . ,;,..i ,,, . ,.—,,,,,-H.,'.'s -.,,... ,--;,. - , ,4'., . -...,,,' ''1AT. '- •ps:..W)i' - '.:, , ..,.. . 3,.til!':',', ;.. .._,17,---,. . e it 3y, , i K h !Yp sYt.ioems' t ..„, ,,..,k;,1:2":•.: ,+ay�. "�. nR tr "m.s 2020 ARTERIAL SMP A P-- __, , zoo too AW GRIMES BLVD /pf 0 200 Feet 3 Page 2 of 3 ^ t SOUTHC <" � qi• a REEr<pR — y,,-,-,• A w.m '• 4..• A ,, : F a;Ip f fin' III/ y r 2 1 .. H. Wit, pr.• y.M3'yj?' F. lil I1'} '-- ' ' 4+,a f' y,it xr +' m� hW • ,y.. 1R .,- . : t it 1; i k K r • " , l} t T. ., . marx:� rN > f'\. '' „ ;' ? tip *,'• ,: • i'. L MONPiNC tR i' .; 'A OR ' 'nN.,;�� ,y '--S•7wyT,RM7F5 M , ..,,.„.. ....•— , a t d, :$'�'r—...—.--„ ti ,. ., t, 'W . ;s, -». 1N>Call l • ..:: _ ... k nI ' - 1 • . '" Legend 1 i :. . .., �'"� �i I1j OPAVE MENT RESURFACING AREA t3f I001iINl V ' ::{� t� T tin , t,, „ r ; • 4. ,nt�, - EAST ROCK CV Z1iOMP5UN(Rl- ' v.3 a;1, 34 iii III ,lA:. I W 2020 ARTERIAL SMP A migroo— 'MAIN RUCX,i,,,, _ H 200 100 0 200 Feet AW GRIMES B LV D 111I1!!!f!! eIIMIIICININIIMIIPage 3 of 3 3 • -•/4*-07' •' . '*;4 PLUME GRq�S PI "r ,:"ft.t.'404, , .., '—._ : .,,A v'i'',3,,I v-4-)1, 't, i i # • ilt:W, ci. --1 \ * . ''.- ';'''-‘,,1,,,.' '.-.,*..',,‘''.:,'— ,1 1,.-V-, , .t F 1► ce : x .b '."t/' ', d " 4,4^..,'i...:..:z...'—„.-'.. :7 4 C.,--s...,.i„4i:,-,,4•''"',,*','c i.,r-Jr:T4.,.44..+1,_-..V,' ''''4''',..:'','.-;‘•'-.'*,- A,l.-tt.,•'r_. ,.,k.'.-,.0-1 0I.tir'c.4r...,-t R ",' ,ry T. ),y 1 e'' 'Y 410.t „e c ,t. 'wa- 1 r . ,, 2bQ4 O, s s'w'. 7 i ... OSS.R .. , ,,,.-,,-:,..,,,„....,kar ,,,x. „ ‘r.ii,7,,,,f i.. ...,04 i ' . ir c �, _. - --,.: is 4.,.ik,.`? F j. .-- �" .Ac"le . tf ... ,t l_ -.{: 'tY' ,^ ---•.r °4.� _..-...�.r�....._ w 2 '..-1.-------,, _— ."."".+.:r:.._'_ 4M ''' C ..F.. Vs •' * R Rv"Y' , y� Y i11 k `+ 1 .'. >..:-:a '- Y .s ,r ,y�7L1 iAt_l„ . ,s ,,,-- x •. ,x-, •� i ... i .r- ,:. ._.ew.e+.u....< ar.. 40,,,,,, --,.. . ........,,,s,.. ..s. 7.4*.,..--it.'. '-..- ,i,-- t '-i .,' 4" - -- ,4-;.-v..,-)-- ,, .F.'' ,....:‘-t,'i,,, ..:,.,..i. - -1- .,,- _,.. ,... .., ,-' ,-... . . 'eI.g,t*„ f w. ,1,,_-_,.,:,.,,,,,Lt T,Ii-1.,,.. `,.�ydY Legend " ;i• r ', ',,,:,,..,dR1 �PAVENIENT RESURFACING ARE.i ti g REOW[100 TRCE- s ''Jtl 9"- AMORE TRSYC : _ - arr" to 2020 ARTERIAL SMP A dui-` DOUBLE CREEK DR iP5.---11J1.1 " " Z � H 200 100 0 200 Feet Page 1 of 2 w „off' —, 44 -, ,t :, 4, ..4 44, ,• , , '\* .',14$r4r ''44k ' .i, 114-17‘ ';. 'f 'n kxF a .:m. �tj� �! i ;ail ' i . r.t.i 5•�arri 1,,"�,t��ty ,��'je f f+ a M .. y',. ,� iTM rt. M .� i �' 9'•` IRISH MOSS TRL p ,.M,• , _ ...-. :•. ':,:540',0'tIti.7 ,..4/"..,14i* t•' 4`.' O "fib ." I at, # ! 1 .:,, , ,,,,,,„it, . ., 47 ,..., i . . ,.. „. i .„,„.7„,t, ,.... 4., i 1t A<Yi � . r, r,,,,.. =S tl4 I i a1 0 i r , , iv „„ 1' -,Ir it, 4 1 ..� .. .. ....r._•..I)O(IRI.I:°HCE M.OR.'"i'.--s.=:s- f •. Legend $ a ~ F i '°5'r •F , ^fir 1 ' '"'2'' ''S '' a: Legend EN?RESURFACING AREA x t u��,,,7'.. II 4,,,,,,,ilt-)....-r.1 i cll. g " w - f i ti x r .4 s4 i.;1 ;,e �4 s 2020 ARTERIAL SMP A ,fir MO1URO(X,1/A W ��� DOUBLE CREEK DR _ �� w 200 100 0WEIMEIMIIIMMI 200 Feet Page 2 of 2 3 • may.'w �., ,: 'AE , �, .r' } 5' a��, . � ' i ., 1 � t, i'y KENNEY FOR .+�, _.<.... ,--.:*--it"'".:. e 4 't;-ifi'" F� ,� ,, - 7 XIryC,.i -'�''"wr 4 . . _ ,..-.5,f41,,,,-, -, ,-.... ....„-- ,44,0-„,,,ciie,- , ,.., ,..-.. '..-.,' ''' '.)•,:7",.. .-c- ' :i fifg;Alt * ; ''. '-f '" ' ..- ' g ;:,,,,, , ,- . '1 ,7,011k \,: .", .„ '-',,,. ,.. 4,, . . •," :, , ,,, ,,,,s,\ So4 •:. ''.. ft4.7,4-.-14„7 '...',„, 1',...- , ,earf IF, .- . . •1,4:..,-,;,„-7.,: •;,-,..::,;- :',;01,,,!,„,,,' -,„ .' .7 -.,', ',,,-, •-• ; ' - �?,'1�,,, j l F (yam,, y, ,y�'" •S iy , ,!✓ Y •d 1� ti 'L Ji 'S '`� -d 75 .. • • "'###III.� abY ' �. _ 1:7' +.buy:'# ,;,, r'p- ', .' �,' j k' ": �j • fj ! `9 ti .,.d tit.`n .1}, 4 a LN r* I t,, �, g .,, v . `" -,..„, r } t rs � t� + `r. . Legend • x } w r §.� ..y" -s" `''�' + PAVEMENT RESURFACING AREA C '.S, .. fit: 'i,.. +. [ '• \:, ' . r ..''''. ,.'.r ..'.' 104'1.$.4.' :.1 r FOR ' 7 . ' r'' ' r' '•1k/1111''''' '1'0* I 11 i i ii . .: 5 - s ..w.«.4w�•'-' - A $'� .. ...Ak ...3e6e zNNN___-,,y� ;J '! 'K. 71 " 2020 ARTERIAL SMP A 'fILIP°"--J U , W 4tZLE FOREST CREEK DR i �""',`�� 200 100 0 200 Feet s Page 1 of 4 {il1SK(_{ 77 x: j a "�+Md; rrI. W ;�. _." j"r �aK° � q ril'r, k 4 �.' ...... i ..., W �• 7" raffia'. x ,r ,.a r h - MSC { ' 170r°, Xi \11 .r t i • ak'gF�'"* ''';'0 :E .v:a. +. :4+�Ri r, K L J^ r tt. r yam ;' '—4"*' = M.: 4 7 �' 11 T S[ r;tip:. _a. CROsstEY kING + r*•X"'''-'��'T"y� n54M. "s'M o f�+rz ,°.3, aa �'" j J tt 4ti 4 y { A M1':i ..„ 3 `�' .'a" ,,,,.•5 :, t '•1�f �,' I4c •' 2 • pe�� y 1 i P 1, O K AS •4 W.Muxw.i I W •�" F er{t �i JA ` Legend 144i. irt '' a W < - CRUs5LEY 5{n :, i M _ d: >!1 _ ,,,. •• I„pyp�,y,, n �"�'• 'r ' PAVEMENT RESURFACING AREA i 1 f I 9 N `_ •fit ' • + "'""' ' R� . 7'fiey' ,,y z: 1 Allit ' . . i .. TT pKK+ t' 1 ` r ' - _ 2. , � �; fit � 1�:;'' w. 3ici4 � ,} � � y � i� "� 1 �w..�- r. f . l.A Pti rf—we 1. { aiv y � ' ,�# Myl �,f * , Y a "yMw i ' !Y ' `w.rawwranas:. a i`oh *r ,: y, , ,-.,,.. Y'.. < x :, A. , , W J ,y''i W n N 2020 ARTERIAL SMP A W I%E FOREST CREEK DR " �.... 200 100 0 200 Feet Page 2 of 4 s ' ' 1.1.4ort ‘-'- ',.//kicA.^- V'4 '. r- ..17,st. -l'"'-...e..,,... . z .., ..,. ., , ,,,,,:,„„,,,,,,,•, 4: -.1,71),)i,,,,,- - ,„.;4 - ,4N,I,, —, . , - ‘10;,. ,-,,, -II!, ii,,, -crt A y.? ,.,, ... , .,,, 47 -470 '',... ill'.' ..,.t' ''.4.,,,, 4!:`,-.....,!..,.. „:: lika.:;::"13C...f4' ' - . ',),.A, 1 4 .,,,,.-'i, „rya '' ,,,--A -. .-. , . .,‘ , ,.., , ,,,,,IA,,,,,,,,,, , ,....„. .v t..:.,.....„-,,.4,4„, -,. ,,,... e*. . ,.,„„„:„. , 'F ,, , °,„, .ail, F a) F - 4 4,, j..)6,-... . .,,., :,„..,..N.f.,,,, -111117-14,--t-. -",." ,t' I *i' +•_4-4,s ¢ !a; cy,4-4, D`r • ,+ ( ,, ` tr` '�+ z. z �/it;, ', ,�G it 40.l ri ... 'A;. ., • ,+ c tiu, 4 ` . i '' T .:3;( '' J ''f y_" ., ,ic s—ry v R- , `w .:t M' SDNOm4 L?_ E PIPER 50NDMA CT r T yi1F • l S i, �y� - ti ,y",�.. �' ,,'ri, .' F r �yp�. y�+; /'' 'iYt.v RIVER FOREST CV RI,FC A`. ,.'•�-r+...� ^°++r.r.„y. °^ Yr'r. "3 �J ;� .s' y, rI FS'o 4 eF,{,i'A. <4' ..`s. _ •uw,°*., _ is :l''*' t i .v s �. s r h HL1.�.J.�(;U YIR S, ' R y31 - �i #r j Ff. litLegend .' _,i , t '4I Vi i- a%�Y y*�,�" PAVEMENT RESURFACING A.RE.A ;tip r ,. � �. P --,,....,A.-- DNFCV . ' 2 • ,,, f7 t A 'k ' ,• E . •4 - T ill i �y, ' I- lisi RJ . } . ► wa { '2 r la ' R p M '• ,':+; 1 , . ti �' . C ii (. if .6 •-• °' % ,C,EST:iSl „Am Wes` 2020 ARTERIAL SMP A 4t,t FOREST CREEK DR ....._ P.-, 1NU RDO[It A. fi! 200 100 0 200 Feet s Page 3 of 4 p. _ r Aw. r '..::::,_..- t,',...4104.4,..' . . : - ' . .. 4,. __ KORE y CREEK BR 1 4kLF JACKRAEIBIT RUN Qec AEr,,,„ . ' m or��t sLmp�• Legend c� p ,` PAVEMENT RESURFACING AREA O H • O S . -"*"'"..04 ' . ilds, 2020 ARTERIAL SMP A s -4,::',...„-ell Rt1C1C�•f.-' �Pn FOREST CREEK DR j •N.,__ w 19:f E 200 100 0 200 Feet EliNCIIIIMIIIMI Page 4 of 4 s 2020 Arterial SMP A Curb and Curb Street Pavement Repair gutter Sidewalk Driveway Ramps Tons @ L W 110Ibs/cubic ft L.F. S.F. S.F EACH Gattis Extension East of 30mph sign 10 120 88 At Short Trail 24 140 246 70 Dell Way Extension 0 At Joes Crab Shack 24 120 211 250 Gattis School Road 0 Inlet East of Surrey 24 400 704 240 940 East of Intersection of Greenlawn 20 48 70 across from Dominoes 0 200 Drainage Bridge at Clay Madsen 24 50 88 Drainage Bridge at Clay Madsen 12 40 35 At Clay Madsen 0 800 2 North Bound A.W.Grimes 0 At Ped Bridge 30 48 106 30 160 At Ped Bridge 20 48 70 South of Logan 13 400 381 400 1600 South of Logan 54 60 238 South Bound A.W.Grimes 0 North of R/R Over Pass 15 15 17 Between Logan and Thompson TrI 80 13 76 250 520 Between Logan and Thompson TrI 60 26 114 Between Logan and Thompson TrI 40 13 38 South Bound Mays 0 North of Hesters 70 60 308 2000 84 60 370 60 360 North Bound Mays 0 North of Hesters 20 90 132 150 900 0 Double Creek Drive At Henna Way 40 12 35 South of Forest Creek Dr. 30 12 26 160 Forest Creek Dr. East Bound 0 At Grey Feather Drive 0 400 East of Grey Feather 0 32 West of Kenney Fort Blvd. 0 40 West of Lake Forest 0 60 Forest Creek Dr.West Bound 0 East of Lake Forest 24 10 18 East of Lake Forest 24 10 18 At Pine Forest Cv. 0 60 Old Settlers E.Bound 0 At Sunrise 24 50 88 E. of Sundance Dr 12 150 132 W.of 1781 0 20 East of 1781 0 20 At Water Spaniel Way 0 1 At Utility Building 0 720 Page 1 of 2 2020 Arterial SMP A Curb and Curb Street Pavement Repair gutter Sidewalk Driveway Ramps Tons @ L W 110Ibs/cubic ft L.F. S.F. S.F EACH At Bridge Deck 120 20 176 At Kenney Fort Blvd 12 70 62 At Settlers Park Loop 20 20 29 Old Settlers W.Bound 0 At Harrell Pkwy 0 60 At Sundance Pkwy 40 15 44 At Sundance Pkwy 120 24 211 0 0 0 0 0 0 Sunrise Road(South Bound) 0 At Double File 60 24 106 Volley Ball Court 70 10 51 South of 2800 50 12 44 South of 2800 90 24 158 Sunrise Road(North Bound) 0 N.of Double File 120 12 106 Double File and AT&T Box 0 40 S.of Hidden Valley 15 15 17 0 Short Trail 0 2000 24 60 106 60 200 At"Little Shop" 15 12 13 At Action Pawn 12 18 16 At Action Pawn 12 12 11 At Brakecheck 12 100 88 At Brakecheck 12 24 21 TOTALS 4868 1300 7 3LAi Page 2 of 2 2020 ARTERIAL SMP A PAVEMENT QUANTITIES BASE BID ALT BID ALL BIDS Type D HMAC Type D Surface In-Place Surface HMAC Mill Pavement Course (1•Rejuvinator Overlay(2 (1-inch or Adjust Adjust Recycling inch) Agent inch) 2-inch) Valve Can MH Street Start Segment End Segment SY TON GAL TON SY EA EA Sunrise Rd Approximately 310 feet south of the North edge of Old Settlers Blvd 55415 3048 5541 6096 55415 0 9 centerline of University Blvd Old Settlers Blvd East edge of Sunrise Rd West edge of AW Grimes Blvd 34180 1880 3418 3760 34180 1 13 Old Settlers Blvd East edge of AW Grimes Blvd West edge of Red Bud Ln 74721 4110 7472 8219 74721 1 37 AW Grimes Blvd South edge of Hwy 79 Approximately 250 feet north of the centerline of Gattis School Rd 66040 3632 6604 7264 66040 0 17 Gattis School Rd Approximately 400 feet east of the Approximately 125 feet east of the centerline of Surrey Dr centerline of Windy Park Dr 17870 983 1787 1966 17870 1 7 Double Creek Dr North edge of Gattis School Rd North edge of Sweetgum Ln 25091 1380 2509 2760 25091 3 8 Forest Creek Dr East edge of Double Creek Dr West edge of Red Bud Ln 59815 3290 5982 6580 59815 2 24 Dell Way West edge of Mays St East edge of IH 35 Frontage Rd 2916 160 292 321 2916 0 1 (TOTALS I 336048 I 18483 I 33605 I 36965 1336048 I 8 I 116 I 2019 ARTERIAL SMP PAVEMENT MARKING QUANTITIES 12"White 12" 8"White 8"White (Cross Yellow Symbols Yield Approximate 4"White 4"White White 4"Yellow 4"Yellow Yellow (Turn (Cat Walk and (Hash 24"White Symbols (Word) Triangle Segment (Solid) (broken) RPM (Solid) (Broken) RPM Lane) Tracks) Median) Marks) (Stop Bar) (Arrow) (ONLY) (18") Dollneators Street Start Segment End Segment Length LF IF EA LF LF EA LF LF LF LF LF EA EA EA IF Approximately 310 feet south of the North edge of Old Settlers Blvd 8912 0 4262 278 13864 2861 407 1296 0 354 115 180 32 10 0 0 Sunrise Rd centerline of University Blvd Old Bottlers East edge of Sunrise Rd West edge of AW Grimes Blvd 5568 0 2784 157 11136 2474 309 355 0 0 0 0 26 3 0 0 Blvd Old SettlersEast edge of AW Grimes Blvd West edge of Red Bud In 11650 0 5325 526 860 0 43 4688 0 285 204 104 37 37 0 0 Btvd AW Grimes Approximately 250 feet north of the 7950 400 6562 415 450 0 25 4318 0 580 70 255 25 25 14 0 South edge of Hwy 79 Blvd centerline of Gattls School Rd Gattls Approximately 400 feet east of the Approximately 125 feet east of the centerline 3491 0 1746 105 7029 0 351 350 0 743 30 128 6 4 0 216 Schaal Rd centerline of Surrey Dr of Windy Park Dr Double North edge of Gattls School Rd North edge of 5weetgum Ln 3982 0 1791 190 528 132 13 1818 0 120 0 48 17 14 0 0 Creek Dr Forest Creak East edge of Double Creek Dr West edge of Red Bud Ln 10128 0 5064 364 0 0 0 2209 60 1521 0 337 19 16 0 0 Dr Dell Way West edge of Mays St East edge of IH 35 Frontage Rd 617 0 190 51 1004 0 50 705 0 248 110 22 0 0 5 0 ITOTALS' 52298 I 400 I 28223 I 2085 I 34870 I 5467 I 1200 I 15739 I 60 I 3851 I 529 I 1074 I 162 I 109 I 19 I 216 I EROSION CONTROL STANDARD DETAILS 1♦ RECOMMENDED TOE—IN METHOD STEEL FENCE POSTS (MAXIMUM 6' r SPACING) �:��.`►.1 �"� "'. i:•••• �:"�`'-"I WOVEN WIRE SUPPORT �+��;..- a z '�,��'�`.1�=�.�.. a�* (12-1/2 GAUGE NET NON-WOVEN ''' ."`. -� j �:�-•.�,��! �j�� BACKING) GEOTEXTILE FABRIC -�►�.`., I■. '�"�`•�`.�''�`` j 14 SILT FENCE ....-.6----.......• ;`� �� N '`�``' III lie �e •w.�T c11 %�i%� ,;ram `�/%�l=I--I• TRENCH (BACK FILLED) .7/7-,,4 r/ � / r ,. -.//t r/\.�. I\ 6" FABRIC TOE-IN CROSS SECTION NOTES: 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 STABIUZED RECORD SIGNED COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITY OF ROUND ROCK E 1 o APPROVED 03-25-11 DATE SILT FENCE DETAIL "frvii...-.. ROU il}ROCK TEXAS THE ARCHITECT/ENGINEER ASSUMES RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) J WIRE FABRIC NON—WOVEN STRUCTURE A GEOTEXTILE FABRIC A FLOW LOW 3"-5" OPEN GRADED ROCK. FULL SOIL CONTACT'1\10,F1..ITI to 18'" 12" FABRIC SKIRT 6" — �' `` "' "` TOE—IN FABRIC SKIRT INSTALLATION IN PAVED AREAS ALTERNATE EMBEDDING DETAIL (1) 6" FABRIC 6"X6" WIRE FABRIC OVERLAP ON STRUCTURE ABUTTING DIKE d- VARIES z _Rifv Mr, Lu tii �,"' ` . ar'a� • y CUT AWAY OF a OW *ft4 Oak W =� S' , Y, ''�;, : FILTER FABRIC t --z�� aria* i�a►" r J►�• '' �. i sip ��•a� _:__j: _ II-1 1 1_1 1 I-1 .� p� FULL SOIL CONTACT' i j A -, �R' fi"X1 X6" ANCHORS EVERY 2 ALTERNATE EMBEDDING DETAIL (2) FEET 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 GNXD COPY DRAWING NO: ON FILE AT PUBLIC WORKS CITY OF ROUND ROCK - APPROVED EC 11 03-25-11 DATE TRIANGULAR SEDIMENT THE ARCHITECT/ENGINEER ASSUMES FILTER DIKE DETAIL 'ROUND ROCK "'°""'' " �"'�``�"' RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) li ..411011.4111* /C4°...441P 11112'MIN 4 9.-44° 0 , ii.-0,,W 404010. 40 lei's- zx 5 010.- 0. deb • eip *AV wli AM WOVEN WIRE SHEATHING 1 24" MIN ISOMETRIC AS FLOW 'Al2 z _ � ill ky as � �:�,I - 4 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 5", 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 STABILaZED, THE BERM AND ACCUMULATED SEDIMENT SHALL BE REMOVED AND DISPOSED OF IN AN APPROVED MANNER. RECORD SIGNED COPY ROCK DRAWING 1 2N0: ON FILE AT PUBLIC WORKS CITY OF ROUND APPROVED 03-25-11 DATE ROCK BERM DETAIL .,RDUND ROCK TEXAS THE ARCHFFECT/ENGINEER ASSUMES is f PEKOM rxa»atiiN RESPONSIBIIdTY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) 9l EXTEND 2'-0" MIN BEYOND , --a IN.—' INLET OPENING AT EACH END 3'° OVERLAP AT VARIES . FABRIC SPLICES -'.-4411....."11,.......b..711111.,11:41111'....,,711‘'..11:111*-'411'".11111:111117.1- "lIllIllMllhhbh„ . ��-� '" CUT AWAY OF � � �ir ALTER FABRIC 2 X4 —W1.4XW1.4 WIRE .— �r� FABRIC STRUCTURE �11111111110111111111111111 FLOW 12'° ISOMETRIC 20 LB. SANDBAGS 03' O.C. MINIMUM 4" HIGH CLEAR OPENING 1%00 '&'4-, , l�` 20 LB. SANDBAGS 03' //i-//j\ . 59 O.C. (SEE NOTE 1) \ INLET 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 DIREC d tU BY THE ENGINEER OR DESIGNATED REPRESENTATIVE. FABRIC MUST BE SECURED TO WIRE BACKING WITH CLIPS 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 DRAWING NO: CITY ON FILE AT PUBLIC WORKS OF ROUND ROCK APPROVED EC-14 03-25-11 DATE CURB INLET PROTECTION DETAIL THE ARCHITECT/ENGINEER ASSUMES RO(JtiD RCK fL TEXAS tax95e K54a6(*auK sm RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) 1 12" 24" WOODEN STAKES OVERLAP EVERY 12" I'"• ASSURE DIRECT CONTACT i�i!� •••��i ���4�:.�p " } WITH SOIL .i ►�.' ' �*..,1�..� 12 MIN .vii '' ••• 00. . �- .4.: FLOW , --------------------- - Flow " \ 1 8" j ,,,,--•\ +!�:i,i • .4ii ,', AMETER ( \+4i:%*_I . •4:. EROSION M•!tltif:tt4P CONTROL LOG — EXTEND 12" MINIMUM BEYOND INLET OPENING AROUND PERIMITER JSOMETRIC CROSS SECTION JVOTES: 1. EROSION CONTROL LOG CONTAINMENT MESH SHALL BE 100% 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 N O: ON FILE AT PUBLIC WORKS CITYOF ROUND ROCK EC-1 APPROVED 03-25-11 DATE AREA INLET PROTECTION WITH '`(ROUND RO(X Tk\\' THE ARCHITECT/ENGINEER ASSUMES EROSION CONTROL LOG DETAIL , ate.r RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) f 'FL•' 18' TEMP. EROSION CONTROL LOG STAKE LOG ON DOWNHILL SIDE AT THE CENTER, AT A 18 S EACH END, AND AT ' � -"- CO ADDRIONAL POINTS AS "w� 2^: NEEDED TO SECURE LOG `"` `� "`" 'x" ; :.:--_ .- 4' MAX. SPACING, OR As MULCH CRADLE I 1' CreP) F I I' = DIRECTED. UNDER EROSION 1 x CONTROL LOG SECURE END ,, OF LOG TO I STAKE LOG ON DOWNHILL r , �I��/STAKE OW) I SIDE AT THE CENTER AT r i' ,,� t� 4 /r r, '1:,0):,\,/vi, V�/A,de EACH END. AND AT ADOTTIONAL /`/1`/ A, '` '' . /�,` �Ir?,r�' paws As NEEDED TO sEcuRE h rl.001/ rn /M.,A ,J,,,` � , ( I, i LIA i&VIi%` r, 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 B' OC MAX OR AS NEEDED TO SECURE LOG, OR AS DIRE.t.:i uJ. R.O.W. B�— R.O.W. MULCH CRADLE 12' TEMP. EROSION UNDER EROSION' LOG �• -. DISTURBED AREA CONTROL LOG STAKE 1', a / —.•,w -_ :`:RitiF'_._._._ w1 ate. /mil` _�m ,J 1, RACK OF CURB n Y�!i �/ !�`11��� i � L B- LIP OF GU 'tit ,, n!A../ �./ , 12' TEMP. EROSION PLAN CONTROL LOG LOG PLACED AT BACK OF CURB �� (TYP) 1' STAKES ON DOWNHILL SIDE OF LOG AT 8' OC MAX OR AS SECURE END OF LOG TD NEEDED TO SECURE LOG, OR 12' TEMP. EROSION AS DIRECTED. CONTROL LOG STAKE ) 12' TEMP. EROSION _ R•O•W. CONTROL LOG mv...-.moo:.... M.�,..;;.�....�•. „�..�.g.�:.M.�,�M..�,•�:••pM• MULCH CRADLE I FLOW UNDER EROSION OISTUR9ED AREA STAKE I CONTROL LOG „ 111112 BACK OF CURB F 1\/1/A / h A /i V, �` /J��j%`��`f���:6W,ri I.A\`I!1�`i'AV/M _. r NV, Re PA LI``�i'J�L.� /L}�v/ f� PLAN UP OF GUTTER SECTION C-C LOG PLACED AT EDGE OF RIGHT—OF—WAY NOTES: 1. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR AND SILT ACCUMULATION MUST BE REMOVED WHEN DEDIRECTION 1' 2. NNT CTRACTORH�L� MONITOR THE PERFORMANCE OF LOGS DURING OF FLOW ...\ I-•— I DI RAINFALL EVENT FOR PROPER PERFORMANCE. • -. ,:a. 3. LOGS SHALL CONSIST OF' 100% BIODEGRADABLE, PHOTODEGRADABLE npl,' OR RECYCLABLE CONTAINMENT MESH STUFFED WITH FILTER Z.1•1*4'�• MATERIAL. Air- Er 2' 4. STUFF LOGS WITH SUFFICIENT FILTER MATERIAL TO ACHIEVE DENSITY SECURE EMSTHAT WILL HOLD SHAPE WITHOUT EXCESSIVE DEFORMATION. ALTER STAKES (TYP) OF LOGS TO MATERIAL SHALL CONSIST OF MULCH, ASPEN EXCELSIOR WOOD 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. RECORD SIGNED COPY � DF�WING NO:D:CITY ON FILE AT PUBLIC WORKS ROUND ROCK APPROVE EC-17 03-25-11 DATE EROSION CONTROL LOG DETAIL .;�- THE ARCHITECT/ENGINEER ASSUMESPriffAFIVAirirFOTUM ! ROUND ROCK TEXAS RESPONSIBILITY FOR TEE APPROPRIATE USE OF THIS DETAIL. (NOT TO SCALE) STREET STANDARD DETAILS EXPANSION JOINT. PROPERTY LINE. EXPANSION JOINT. 5'-0" CONTROL JOINT. 40'-0" (MAXIMUM) w Q: CURB & GUTTER. PLAN VARIES 1"`1 _z VARIES 42" (MINIMUM) )7 (SEE CONSTRUCTION a PLANS FOR WIDTH) Lc] 1/4"/FOOT SLOPE: 2% (MAXIMUM) 4" (MINIMUM) 2" SAND CUSHION ON THOROUGHLY COMPACTED SUBGRADE. CLASS "A" CONCRETE. 6" X 6" X NO. 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 DRAWING NO: ON FILE AT PUBLIC WORKS CITY OF ROUND ROCK ST-01 APPROVED 07-11-08 DATE SIDEWALK DETAIL ROUND ROCK.TEXAS THE ARCHITECT/ENGINEER ASSUMES PURPOSE PI55WM➢fiewau7 RESPONSIBILITY FOR THE APPROPRIATE USE OF THIS DETAIL. f �1 1" WOLMANIZED WOOD WIDTH VARIES. W1 �- EXPANSION 18JOINT" C (12' MINIMUM) / #4 (45' MAXIMUM) DOWELS � O. . o I PROVIDE EXPANSION JOINT EXPANSION JOINT. cv WHERE DRIVEWAY MEETS CURB cc TYPICAL AND GUTTER. IF ONE EXISTS a o SIDEWALK LOCATION. SIDEWALK AREA. WITHIN 5 FEET, THIS Q o (SEE NOTE #1) JOINT NOT REQUIRED. CONCRETE SIDEWALK --- MINIMUM 10' WING AS NECESSARY. RADIUS. (TYPICAL) I- I y,— FLOW LINE. 4 EN-- ------ -i. I i....._________T-...... ------Y SAW CUT EXISTING CURB < 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. 6" LENGTH (L) VARIES. TOP OF CURB BEYOND. IP "-! NORMAL ELEVATION 0 R TAPER CURB FOR 2 _0 IS LENGTH OF DRIVEWAY SIDEWALK AS NECESSARY. 1 (NP.) MULTIPLIED BY 2 PLUS ASPHALTIC CONCRETE -4.- •--0-- ko SURFACE COURSE. �„..-.+-"- ...-����� TOP OF CURB ELEV. �eli"--- #3 BARS 0 18" O.C.E.W. ROLL GENTLY CLASS 'A' CONCRETE COMPACTED 18" AS REQUIRED. WITH BROOM FINISH. BASE COURSE. MIN.; 2" SAND CUSHION. SECTION 'A—A' COMPACTED SUBGRADE. TOP OF CURB. 24"-#4 SMOOTH DOWEL. PREMOLDED EXPANSION DOWELS. LIP OF GUTTER. JOINT MATERIAL. :. , , R put ,ggfigi � 16p DOWEL COATING/SLEEVE. • • .�,.T. In .11.1111111 _ DRILL EXISTING ---------- EXIST. N DOWEL SUPPORT. 3" 6" GUTTER. CONST.CONST. SAW CUT. - EXPANSION JOINT DETAIL SECTION NOTE: 1. THE SIDEWALK AREA OF THE DRIVEWAY SHALL SLOPE TOWARD THE STREET PAVING AT NO MORE THAN 2%. V RECORD SIGNED COPY CITY OF ROUND ROCK DRAWING NO: ON FYLE AT PUBLIC WORKS APPROVED ,�, �}Nb�tt 11-08-01DECONCRETE DRIVEWAY DETAIL =a I� `�' DATE .� THE ARCHITECT/ENGINEER ASSUMES1: me,„ :1 (COMMERCIAL OR MULTI—FAMILY) .-„, . ! RESPONSIBILITY FOR THE APPROPRIATE '1 .: USE OF THIS DETAIL - L 4 WIDTH AS SPECIFIED j ROADWAY WIDTH 1 �+ GRADE CONTROL R=1/4" 1/2" BATTER 1 �n ( R=1/4" �n 6" " 6" (OPTIONAL) a �, 1/4 /1 A�E4 141 SLOPE . i ' - : ' . ' . . ...-. ;7411 . . 1 lo j 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 t:',.".• , r , -• 3 y... y1 SECURE AND HAVE A CLOSED END. • 4 BAR. (TYPICAL) - -' r� . =_' .. .4 .• ''. s " #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 1O'-01 . 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: CITY ON FILE AT PUBLIC WORKS OF ROUND ROCSAPPROVED S-04 08-21-03 LAYDOWN AND RIBBON CURB DETAIL .... ., DATE (WITH CURB EXPANSION 4 THE ARCHITECT/ENGINEER ASSUMES ry)(•.,4 ' . RESPONSIBILITY FOR THE APPROPRIATE JOINT DOWEL DETAIL} 4t ,, USE OF THIS DETAIL. om% 6" 1._6" 6" _ } 1'-6" " I " - GRADECONTROL R-1 4" R-1/4 GRADE CONTROL R-1/4 + / ' .,+ R = 2 1/2" t ' R — 2 1/2" co -{ R = 3 1/2" \ ` , `.' f ` .: R = 3 1/2" ci co r ;# 'r ,••• .` a 4 • f,...' - -ti a to •, i 1 t 3" 6" 3,000 PSI CONCRETE. I 3: 6" 7" _ 7" #4 DOWEL LOCATION. (TYPICAL) (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) SPILL CURB CATCH CURB 24" — #4 SMOOTH DOWEL 16" DOWEL COATING 1/2" PREMOLDED SPILL AND CATCH 2" MIN. ` TOP OF CURB. I. EXPANSION JOINT MATERIAL. DOWEL SLEEVE TO FIT DOWEL AND BE .,. s ., .,• • 4 SECURE AND HAVE A CLOSED END. s ;.' •v- • ' , . ? •+ #4 BAR. (TYPICAL) #4 BAR. (TYPICAL) •.l• - • • ' 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 10'-0'. 3. EXPANSION JOINTS AS PER STANDARD ASTM D-1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 40'—O" 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. RECORDSIGNED COPY CKDRAWING NO: ON FILEILEAT PUBLIC WORKS CITYOF ROUND S-05 APPROVED �•+�•.N,� 08-21-03 SPILL AND CATCH CURB DETAIL t:. DATE wS (WITH CURB EXPANSION :' 4i THE ARCHITECT/ENGINEER ASSUME ': RESPONSIBILITY FOR THE APPROPRIATE JOINT DOWEL DETAIL) w,;....� 'ji USE OF THIS DETAIL J FINISHED GRADE (IN PAVEMENT) STANDARD FRAME AND COVER, AS PER DETAILS WW-07 & WW-08 N FINISHED GRADE J I 1 I I I I ! i j l (NOT IN PAVEMENT) \ • �/\/\/ ��� \ \/\ INTERIOR COATING \i\ 30" /\`� INCLUDES ALL INTERIOR / // \� CONCRETE SURFACES OF \\/ CLEAR OPENING \'••• MANHOLE FRAME ADJUSTMENT \ \/•• (SEE NOTE #10) (SEE NOTE #6) 33 3/4" . . BACKFILL, AS PER DETAILS z PRECAST CONCENTRIC WW-17 & WW-18 ... CONCRETE CONE SECTION, -.• AS PER DETAIL WW-09 w RUBBER 0-RING (TYP.) 'iL"'' 4'-0" o EXTERIOR OF EACH .• z JOINT SHALL BE UNLESS NOTED OTHERWISE EPDXY GROUT INSIDE o WRAPPED WITH A 6" OF ALL JOINTS z EXTRUDED BUTYL ADHESIVE TAPE a PRECAST REINFORCED CONCRETE _ BASE, AS PER CONCRETE PRODUCTS w INCORPORATED OR APPROVED EQUAL • 24" MINIMUM ,% 2 GROUT 1' ; (NI _____ • . . • . •_ • . . . .• .. . ... - • .. ,3....,*.,._:_,_______ • . • _ f ' ` r . • . •, . .. - k FLEXIBLE "SEAL BOOT,. = ,. � RESILIENT CONNECTOR, -- - ?. :: r'--.�-',i _ AS PER DETAIL WW-10 'JS+•'— .i oy_I^Z'JO� _Ovca- — •�-- - _C_o-r -00 G'S} ,,, �';c2 '6.._ 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 CITY OFROUNDDRAWING NO: ON FILE AT U&ES DEPARTMENT APPROVED WW-01 03-01-18 DATE PRECAST CONCRETE WASTEWATER , THE ARCHITECT/ENGINEER ASSUMES MANHOLE DETAIL F ROUND ROCK TEXAS RESPONSIBILITY FOIL THE APPROPRIATEf.� •�zw, USE OF THIS DETAIL. (NOT TO SCALE) of PHLFEHHED LOCATION I PLKni1NG----..__..__�•LF GUG .XTRA x;OTH SLAY•'9E^"t"__ OF PEDESTRIAN -SURFACE OR PROTECTrrDROP OFF ITYPI FOR CLEAR SPACE AT 4,N• 3• PUSH BUTTON ITYPI PEDESTRIAN PUSH BUTTON. I TYPE 3 I $'MIN. W C. I TYPE 1 I ti 4jN I TYPE 2 I RA'' RAN, W/- --. .' •:, .� S'AITH' yNIN. r 4.44. RAMP NIHG P NG y// / ` pMP' h I' . ACE ���\ TUN .. / ReA1P '_ // `c\ - T5P =_, SPACE �' . III IIIIIIDDIIIIIIr / h �'�I SIG J, p'' a _ go Xxm' �r. 7::':-. -.. M�M"... w 5..4REMINYE///Arjrifw / 5'MIN. � Sp \\ Ay1' �l� � � 1: I..Ilim Knn Pn' / TURNING SPACE d"'I i MA%7., a,°- $'MIN. \ 37 FLAB RAMP pX .m / 6'DES[RABLE _ — 5'LIEN. \ u h "NN 1 �S,O 'DESIRABLE I,row„o.,.••••_ ��•I. f 'a/ 4 / P MAN• WITHOUT PEDESTRIAN " WITH PEDESTRIAN $'MIN. e PUSH BUTTON PUSH BUTTON 6.1.51RABLE P'i GRADE BREAK PERPENDICULAR CURB RAMP ITYPI PARALLEL CURB RAMP I TYPE 6 'h RAMP 5'MIN. bb I I TYPE 7 I * 27. ONOSS ANYSLOPE PORTIONTOF RAMP TO EETURNINC 510EN4LK I +,' I "...* TYPE 20 Rq� /tea StDENgyx SPACE OR TRANSITION TO STREET. ¢8 B J• (SIDEWALK SET BACK FROM CURB) / ��� /, fIIRNI 70 ___ Y h V44..t 3• /;i FURN! / ,Ili / SPgC /IIII I I B.37. I NC E I( 5'MIN. MAx. TURNING '.` ,,, / 4FN 4.4 j SPACE y I40 // / IIIII I -- SPACE I {' -=�i 9n 44' / y �/IIII / .%p>z,, / IIII __ -_ _sp-?i A e ""�-.--- -�� v°.Js +, .// p� +. /IIII h / r � t / Oil B.7r. _--_ "'_.,f ZB ` __\ \ 4- Jr// ,J K.'1 KST /JIIIIIII %/I t111IIpr�As ed JP//'oil' .I M`x. ____ t / ' / III / 1 I IIII II - 'c � \I IIIII /�111: 2kW T'- UU/U)0IIIIIIII I �i/I�Illlllllllt 9OIIIIIIIIIIIIIIIIIII I--I PEDE TRIAN O .*----- PATH IMI _ / 5•PREFERRED `'w.•, �t' IIII1111111 / IIIIIIIIIIIIIIIIIIII.1j111 1•MIN. g� „- � MIN, _ -BOi TOM GRADE � ��pE K LINEE ""'- 5' — BflEAK LINE q6 , UTTER LINE COMBINATION CURB RAMPS k SfOERq•NlOTN' R4AIP NIOTN GUTTER LINE 1, LM 10r 5T0Ewq I!� CURB RAIDS AT MEDIAN ISLANDS 5'M(q, N LN MIOTH _1f0EMALK PREFERRED LOCATION �2 + STDEMgyW S MTN. �. OF PEDESTRIAN I TYPE 5 I PUSH BUTTON ITYPI $ INSTALL DETECTABLE WARNING SURFACE I TYPE 10 I • ` p / h AT EACH END OF THE CUT-THROUGH RAMP `l 00 CROSS SLOPE NOT TO EXCEED 2X /—% TURN ��� h` NITN A MINIMUM 2'USUAL SIDEWALK )SIDEWALK ADJACENT TO CURBI /� „1, ON ANY PORTION OF RAMP,TURNING /,.. SPg0EN0 ACE", g- SURFATHAN CE BETWEEN.IM IF MEDI EIS LESS I TYPE 21 I + i/'' SIIRRTNG IIIII SPACE OR TRANSITION TO STREET. / AP I! / , =e WARNING SURFACES. / 4CE IIIII// 1/////.//.:' ( t• .n111j1// y� !"...-GUT TER LINE h X e s, +• / ,^a II`/ l ,`,5,�4.yi. •'"/ / / EE OR yl / ,�'�o`�`x�l• ,/ / we e' / / PROJECTED BACK ?\pFH, Ai / ,+ a• .:/ / III%III // OF CURB -P ALIGN CURB PARALLE\_ \E //IIIIIII / / IIIIIIII ..„...."../ A / ,A• �/ LE !0 5 W I iM CROSSWALK. ` �— \/�.., /IIAIlIIIIIl7L �/ 111111IpIIllllltl IItIPj1H / �/ I ,. V.K // "< \� '.T illllllllllllllllllll IIII qX' / — / BOTTOM GR40E �_�.%�•". I / — BREAK LINE 5'MIN. 1 / Y S ��� <� BOTTOM GRADE / Mlt, BREAK LINE Rgyp GUTTER LINE NOTE:CURB DETAILS ARE SHOWN 5 "S7OEM MIOFH PR UTTER LINE 6 M4CX N 0T 2'M'IN' BLENDED TRANSITION ELSEWHERE IN THE PLANS. 6 PREFRRED •N N LK wS DIRECTIONAL RAMPS WITHIN RADIUS EEO,$'NTH (FLUSH LANDING) •A`r I TYPE 22I•i FLARE BOTTOM GRADE BREAK OF CURB RAMP NOTES/LEGENDS SHEET I OF 4 gn WILL NORMALLY BE AT GUTTER LINE. SEE GENERAL NOTES ON SHEET 2 OF 4 FOR MORE INFORMATION. LNwh7on RAMP SURFACE SLOPES AT GRADE BREAKS ,Texas Department of Transportation SIMee,e B.3Y.MAX. SHALL BE FLUSH. FLARE \ URNINGAIN.I PEDESTRIAN FACILITIES TURNING SPACE CONTINUOUS CURB DENOTES PLANTING OR .w- RAMP BEYOND NON-WALKING SURFACE Y.w_v GUTTER LINE — CURB RAMPS B.3X MAX. r NOT PART OF PEDESTRIAN N-M. CIRCULATION PATH. w. i \ 'R-AMP SL-_0?E_ CWNT DETECTABLE WARNING SURFACE ,.Q•,.- GRADE BREAK PED-18 FLARE ` 57.MAX. FILE:PVIII N•T.eeT ..,W I MAW IxI�F As; FLARE ma .1 e. AMP DENOTES PREFERRED LOCATION flAAN LIMITS _— (U T.oar:MAKCK.zoaz 'I� B.3i MAX. TYPICAL SECTION OF PERPENDICULAR OF PEDESTRIAN PUSH BUTTON ® OF PAYMENT ,Ias .nr row COMBINATION ISLAND RAMPS CURB RAMP AT CONNECTION TO ROADWAY IF APPLICABLE. .TXXX:2,. I..ILr.a . g4 GENERAL NOTES DETECTABLE WARNING SURFACE DETAILS g CURB WAIFS DETECTABLE WARNING PAVERS IIF USEDI PEDESTRIAN TRAVEL DIRECTION DETECTABLE WARNING g I. lossesl d curb rows an blended Transition at eoch Pedestrian street c rX)• ES. fOssi SURFACE Furnisn°electable warning Paver units meeting all requirements of ASTM C-936,C-33. 6 Y Z.All Slopes!horn ane Imaxirtum al lara0le.Cra3a slope!Of 1.5w and lesser flsln imp Loy In a two by two unit basket Weave pattern or as directed. snou0 be used. Adjust Curb ramp Iangm Or protle of gppfaoch liderd lN!On Oi racfed. 26.Loy full-size units first follarea by closure units consisting of of least 25 percent .' TUflNINC r ` 125y.1 of a full unit. Cut selectable warning paver units using a power saw. RAMP SPACE 3.Maximum allowable cross slope on sidewalk one Curb f amP SUrfOClS(!ZX. g4. The minim,'sidewalk width is 5..KTere the sidewalk is adjacent to the bock of our!, SIDEWALKS a 6'sidewalk width is desirable.*here a 5'sidewalk cannot be 2•I ....:........... a.a Provided sue to site 1 constraints,sidewalk Width may be reduced to 1' for snort distances. 27.Prdv itle clear ground spoce at o np pedestrian push bttons. 5's 5'passing areas at intervals not to emceed 200'are required Operable Ports shall be placed NITITTH Inobsiruc Ndurooch rape specified in --�� 5. Turning Spaces shall be 5'x 5'IT nirtam.Coraa slope mall be mpxil,wll 2Y.. PROWAG section R406. PARALLEL CURB RAID BACK OF 28.Ploce traffic Ni CURB goal or illumination poles, T TNN boxes,controller boxes,signs, TYPU5 PLACEMENT IN DETECTABLE WARNING g'u 6.Clear space of the bottan of curb rrnps mall be a minima'of 4'x 4'wholly canto toed drainage facilities and other items so as not♦o obstruct the pedestrian access route SURFACE DN LANDING Ai STREET EDGE. Within the ofasawalk and Wholly outside the parallel vehicular travel Path, or clear ground space. 6 g 7.Provide flared sides where the pedestrian circulation path crosses the curb rote. 29.Street grades and cross slopes Shall be as Shawn elsewhere in the plans.n Flared sides shall be sloped of 102 maxim,measured parallel to the curb. PEDESTRIAN TRAVEL Returned curbs may be uses only m ma an ere pedestrians would not normally walk across 30. Changes in level greater roan I/4 inch ore not permitted. DIRECTION 6 h the ramp,either because the adjacent surface is planted, substantially obstructed, or otherwise protected. 31. us.The least possible grade'hauls be us to maximize oceessibility. The running slope is of sidewalks and Crosswalks within the public right of ray may follow the grade of TURNING 8.Additional information on curb rano location,design, light reflective value and the parallel roadway. *here o continuous grade greater than five percent 1561 must be SPACE 2 b texture may be faun in the latest draft of the Proposed Guidelines for provided,handrails may be desirable to improve accessibility. Handrails may also be Pedestrian Facilities in the Public Right of Noy!PROW.as published by the needed to protect pedestrians from potentially hazardous conditions. If proviY ails2EE4., . oserve as o pads Sirian refuge area. the metlian snaultl be a mi ni min a/6'vide, 32.HanOrdil extenSiana shall oat protrude into the usable!°using Orea an in}o iq meanurld from back of curb!. Medians should be designetl to provide ocCeasible pedestrian routes.It• pa3sage aver an through loan. 33. "Intersec sod turnouts small be canst antl paid far in occstructe ri rh I 2'Ii MIN 1 (Typl g10.Small channel lSOtian island!,whian do oat provide a minimum S'x 5' landing at the "Intersections,Driveways and Turnouts". Sidewalks small be cans Tfugtld Ana Daid for ::: top of curb r ......:......• anal. 9h011 be cut ihrougn level ri th ine surface at ire sifeet. in occof dance with(rem, '$i eewolks`. ................... >:r 1= 1111MIIIIIMIIIIIMMIIMINIIMsaa�IIIII 2';: Il.Crosswalk Oimensianl,crosswalk markings end stop bar locations snail De as Shawn 34.Sidewalk derails are shown eI Sewnere in the plans. BACK CF elsewhere in the plans. At intersections where crosswalk markings pre not required. PERPENDICULAR CURB RAMP curb ramps snail align with ttleoretical crosswalks unless otnefwise directed. CURB Et afi TYPICAL FACE RN OF DETECTABLE 12.Provide curb raps to connect the pedestrian access route at eocn petle3trian street WARNING SURFACE ON SLOPING RAW Rgc crossing. Ha wails ore not required on curb romps. S 5 13.Curbdewal rasps k3`ono ta:aings snail oe constructed and paid for to accordance with Item 531 "5i . 112 PEDESTRIAN TRAVEL DIRECTION E N 14.Place concrete Ot a minimum depth of 5"for ramps, flares and landings,unless 2 atherwiM tlireoted. TURNING $, 15.Furnisn and install No.3 reinforcing steel bars at 18`o.c.both ways, SPACE unless otherwise directed. `7. 16.Provide a smooth transition where the curb romps connect to the street. ETECTABLE WARNING P R PREFABRICATED DETECTABLE NNOTE+ SIOTYPURB $666 ITX TRUNCATED BOTH ENOS OF THE WARNING PANEL RAMP 17.Curbs shorn an snaet I within ine limits of p DETECTABLE WARNING SURFACE payment are conniderad art Of the cur° SIDE FLARE SHALL BE 5'OR LESS w g Warp tot payment,Whether it is concrete Curb,gutte,an CORbinetl curd and gutter. ITYPI FROM BACK OF CURD. C w 18.Existing features that comply with applicalble standards may(Main in place unless g„ otherwise shown an ine plans. -. D E TE SURFACE ING ,uy a w - - N e P S DETECTABLE WARNING MATERIAL N0.3 REBAfl AT ill. (MAXI -CENTER (MIN,5"DEPTH EXCLUSIVE s5 ' BOTH NAYS OR AS O [TED BACK OF OF DETECTABLE WARNING CURB 19.Curb romps must contain a detKtODle warning surface that consists Of raised CLAS A CONCRETE-SNALL truncated dames complying with PROWAG. Tne surface must contrast visually with [ ORIA TO APPLICABLE DIRECTIONAL CURB RAMP adjoining surfaces, including side flares. Furnisn and install an approves SPEC lFIGTIONS TYPICAL PLACEMENT OF DE7ECTe8lE caSt-in-piece earl(brown or dark tea detectable warning surface material W1flNING Sl1RFACE IXI SLOP LNG R1NP flUN. adjacent to uncolored concrete,unless specified elsewhere in the plans. 20.Detectable Warning Materials must meet T:DOT Departmental Materials Specification SECTION ViER DETAIL DMS 4350 and be listed on the Material Producer List. Install products in accordance SHEET 2 OF 4 an rich manufacturer's specifications, CURB RAM.AT DETECTIBLE WARNINGS 21.Detectable warning p Oes'en Pr l:man ng surfaces must be firm, arable and slip resistant. ,Tbras Department of Transporfatlon Standard 22.Detectable warning surfaces stall be a minimum of 24 inches in depth in the direction PEDESTRIAN FACILITIES of pedestrian travel,and extend the full width of the aura rang or landing where the pedestrian access route enters the street. 23.Detectable warning surfaces Mull be located so that the edge nearest the curb line CURB RAMPS is at the bock of curb one 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 I of 4 indicate the approximate location for the detectable P E D-1 8 warning surfoce far each curb ramp type. FILE:peace :wisest I Rove l agar I Wl1.1.10 (f,)T.00II 1MR`H 2Doz man s[:rl a I wRln ALL wwa..,,e„ amain m.ft 1540On. z V rorArA.rur AT naTvcwerc / I LL4,� PLANTING OR OTHER NON-WALKING SURFACE Si DRIVEWAY PAYMENT 01 , si 'Ir?' V ' ..'' � J E.` OP TPR� �' :� CAFE S • ETBCKSIDEL `1 I PROTECTED n I ZONE a i O -' 4'MAX.WALL 6 i! NON-WALKING SURFACE PROJECTION I MAXIMUM 22 I,b CROSS SLOPE 6b DRIVEWAY PAYMENT _.. :---- - 27' //// '0,'' 2! J CANE DETECTABLE 0 `4, j 't / /RANGE OaISP .4% CLEAR SPACE ADJACENT i. �' r+.�4+ � PROTECTED ZONE TO PEDESTRIAN PUSH BUTTON k. NOTE:OR WAIN LLSMOUNTEDI OBJECTS BETWEEN RCULATION AREA.y21.AND BO AXImuM 4.PROJECTION THE SURFACE. F. APRON OFFSET SIDEWALK DS =i rnMAX. LENGTH OF LAl lqbo. OBSTRUCTION MIN. DISTANCE Z DRIVEWAY PAYMENT\ 2.-0. BETWEEN OBSTRUCTIONS f. ID ED 'its 1 _ OBSTRUCTION PEDESTfl 1eN WITH = b. OP`QQM / CURB\ r- IPOL E,HYDRANT,ETC. Gu10E CANE CL B' � a „ CF I it / ® >n I 2T-uex. »Y WIDE SIDEWALK 5'SIDEwaLK 4'MIN. AT I / OBSTRUCTION S'SIDEWALK H MIN. 4'MIN.AT MIN. WHEN AN OBSTRUCTION OF A HEIGHT GREATER THAN PROTRUDING OBJECTS OF A HEIGHT.c27•• OBSTRUCT ION ZT"FROM THE SURFACE WOULD CREATE 1 PROTRUSION ARE DETECTABLE BY CANE AND DO NOT. OF MORE THAN 4"INTO THE PEDESTRIAN CIPCULeiION REQUIRE ADO IT ZONAL TflE1 THEN T. .�3� ✓y"'�I' I - AREA.CONSTRUCT ADDITIONAL CURB UM FOUNDATION Pg J AT THE BOTTpA TO PROVIDE 4 MAXIMUM 4'OVERHANG. DRIVEWAY PAYMENT DETECTION BARRIER FOR PLAN VIEW VERTICAL CLEARANCE<BO" ••••••.••-'�•' 4 OBSTRUCTION ICONfROLLER APy + CABINET,MAILBOX,ETC.I PLACEMENT OF STREET FIXTURES cFPeaQa \'•.,?I�W SHEET 3 OF 4 \ \N\/ NOTE: HEMS NO4 IXT4.CD ARR ROUND PAC. p/W R '- '� MINIMUM 4'%4'CLEAR GROUND SPACE ,Texas Department of Transportation Standard �N REQUIRED AT PUBLIC USE FIXTURES. .3j PEDESTRIAN FACILITIES '• w/ RAW SIDEWALK' CURB RAMPS NOTES, P E D—1 8 IE WHERE DRIVEWAYS CROSS THE PEDESTRIAN ROUTE,SIDES SHALL BE FLARED AT 10%MA%SLOPE. CUE:Peale G:O ACO my. n.aV MP(+. (fU Re:MAR ran ss:yl AD xiuwyy If 2 K IF CURB HEIGHT IS GREATER THAN B INCHES,USE C11,yw002 OM �y Kyy� GRADE LESS THAN OR EQUAL TO 52.HANDRAIL AND Rriay.�.way I y DETECTABLE WARNING ARE NOT REQUIRED. bs TYPICAL CROSSING LAYOUTS y6 SEE SHEET I OF 4 FOR DETAILS AND DIMENSIONS a` PREFERRED LOCATION OF kg PEDESTRIAN PUSH BUTTON ITTP/ it i+ii ri i+ 5'%5'IM IN.I+ TURNING SPACEa arzI �SIDEWALK / +i n-t :I::T5WALK SIDEWALK ADJACENT / °S TO CURB UV•x MANEERING SPACES f TO CURB -� i+ fie r CROSSWALK S SKEWED INTERSECTION WITH"LARGE'RADIUS �O` 5'Xs5;PrEPAC \ ` TURNING SPACE :E o ° E e i i STOP BAR i. $6 STOP BAR gw 5'X 5'tY (`}« IN.I / AT INTERSECTION W/FRE cc TURNING SPACE � E RIGHT TURN L ISLAND g: e ti CROSSWALK SIDEWALK L` SIDEWALK - +i + r + r fi — a Al7 SIDEWALK ADJACENT 4.X 4'IKON./ SIDEWALK REMOTE y TO CURB I I MANEUVERING SPACES / FROM CURB 5'X 5'IM IN.I h TURNING SPACE) OBST A'IM[N.>TION AT g_ RUC ( _a SKEWED INTERSECTION WITH'SMALL'RADIUS SIDEWALK 1—r �4 ' S'MIN. g SIDEWALK / 5'MIN. r+ r a r 1 r i t + + + 5` 6'PREFERRED. a .€ I i I + { r e a r r r SIDEWALK ADJACENT A^i r TO CURB SIDEWALK REMOTE FROM CURB _„g rr /`STOP BAR MID-BLOCK PLACEMENT • _11.- 5'X 5'fN IN./ + / PERPENDICULAR RAMPS �^ TURNING SPACE ar • CROSSWALK SIDEWALK a+r i a+ + s ` 1 SIDEWALK SHEET A OF A SIDEWALK REMOTE IA•x 1'ININ.1 SIDEWALK ADJACENT '' DeC FROM CURB MANEUVERINGS TO CURB ,Fries Department°/Tianapwtafi°n Standard SPACES LEGEND: PEDESTRIAN FACILITIES NORMAL INTERSECTION WITH'SMALL'RADIUS SHOWS DOWNWARD SLOPE. — CURB RAMPS DENOTES PREFERRED LOCATION OF PEDESTRIAN ®PUSH BUTTON IIF APPLICABLE/. P E D—18 DENOTES PLANTING OR NON-WALKING SURFACE , FILE.peat el >i.�i cw VP I a•W mnAJK NOT PART OF PEDESTRIAN CIRCULATION PATH. Y.N.„- (O TXDOT:WRCX.2002 cad¢°I ,n I *Mid V.1,.. uen o LL v. .nw NV: am nu.. I writ. AiI Payment Edge 6'min.when §. Shoulder width I no shoulder exists Ityp.l y / maY vary ITYp•I .gg T 10'min.-12"max. itg�~ 4•Yel law Center lne y. �• g tamo 1'White o o == o �-0 4'Sol la�T �� o 0 _ * Edge Line 1'Sol Id T 7'min,-4.max. .I� 30' 10' --a 3'min.-4'max. Yellw Line `✓ Yellow Line ° a Shoulder width g!g nay yang + TWO LANE TWO—WAY ROADWAY WITH OR WITHOUT SHOULDERS .2h Pwertent E Pavenenf Ed fi'ml now ItYP•1 4 mix 1'min. Edge 6'min.Ityp•I « 70' 70' STOP LINES T Width'Iz min. �O1 fi a 1'.1.lane Line 1'Yellow Edge Lira 24'max. 1olfe Lane Lire o o \ o o o c \ _ r� o * Ell LINE PI' k 70' *10'M 70' 10' o 9'Solid Whi to w w o 1'White Edge Lira CENTERLINE e '-Rb 1'Solid 4'Mite Edge Linde 1'CENTERLINE --- Ye low Line = 0 o = 6'min.--t the 10' ��b = = / / ITyp.l e _/ •OPTIONAL E4'Solid li' Yellow line 6 -- CENTERLINE AND LANE LINES EDGE LINE AND LANE LINES mow lima to — n 7'min.-4.wool Intereaationa FOUR LANE TWO—WAY ROADWAY 112•sax.for fro.. ONE—WAY ROADWAY umleAln Rewo-eent. Intel mm.1 Minimum Requirement/ tgi WITH OR WITHOUT SHOULDERS may pram..thin WITH OR WITHOUT SHOULDERS for 02Edgel3 0 a far Centerline.without Edgel ins. I ter Traveled May Width a ZO' Pavement Width I6 a w<20' -. 4"Minim4n GUIDE FOR PLACEMENT OF STOP LINES, NI; Pavement Eape A_ EDGE LINE & CENTERLINE 1` 4'White Lone Line Nnite ii r4, 30-45' Dosed on Traveled Way and Pavement Widths for Undivided Highways ;�� ` a '''':= ri dge.11 g 4'White Edge Line o o y ° feu E b 4'Yell.Edge Line 4'Solid Yell.Line '3 �� e/crb TABLE 1 — TYPICAL LENGTH (L) _— 20'typ. 12•min. .•r 24'tYa• Posted 5paed formula 10'min.- Iy�A ) I2.604. /-� n n X �Wnite edpel I. S 90 WS 2 } Median // / �/ �/ Width Median .— L L L• 60 •� Width ILI µ ! 1,5 L•WS 1'Yell.Edge Line' 18.min.Iron C' Lea width greater than an equal to It' *r'm Ro,�r swa 'h., m r«y w...a i r +0. slap/yield line =Vmlee R Whl to etlgel lrx wia1riil�',177..ga` ra w%na«+� 6'Solid White Charnel IZlrg Line I2'-21"Khi TO Stop or Yield Lome ----- tea i.l e.nam Al nt«+Irt.i 47 Unite Ed.Line L 4' NOTES' White Lane Line / I.No-passing Lane on bridge...oh Is optimal but If u.ed,It shall.a minima 500 feet long. EXAMPLES: 2.For cromhatching length IL)ace Table I. 7.The width o/the offset(WI and Me required crosshatching.Idth le the full shoulder width In An B foot e.ul.r In advance of a bridge reduce&to All medians eha11 be field measured to determine the location a1 necessary striping•stop/Yield advance of the bridge. 4 feet an a TO 1PN ra0.ay.The length o1 the aroes- bare and centerlines shall be placed when The median width l6 greater Thin 70 ft.The medlar, hatching The crosshatching Is not required if del Ineatara m bmrler reffemora ane used along the ntructure- hatching.hould bet width Is.1lned 0e the area between two roadwga of a divided highway mee.tred from edge o1 5.For guard fence detail.,refer elsewhere In the plans. L•B x 70•560 ft. traveled way to edge o/traveled way.The median excludes turn lanes.The median 61dth might be A 4 foot shoulder in advance of a bridge reduces to different between Intersections,Interchanges and of opposite approaches of the sure Intersectlan. 2 feet in a 401PN rood...The length of the cr.. The narrow median width will be the controlling rid.to determine If markings are required. ROADWAYS WITH REDUCED SHOULDER hatahin.should bet L•41401,/60.106.67 ft.rounded to 110 It. FOUR LANE DIVIDED ROADWAY INTERSECTIONS WIDTHS ACROSS BRIDGE OR CULVERT Texas Department of Transportation 7 to 12" rrarrlc Oprallom 0Nl3lmt GENERAL NOTES MATERIAL SPECIFICATIONS -1I I0- 24 I.Edge'.etripinp shall be a.a.wn In the plane or as directed by the Engineer. PAVEMENT MARKERS IREFLECTORIZEDI OMS-9200 TYPICAL STANDARD The adpel ire should typically be M placed a minima of 6 inches fraile edge of EPDXY ANO ADHESIVES 014-6I 00 pavement.This distance may vary due to pavement raveling or other aanditlone. Edgelines are not..cubed In curb and putter sections o/roadways. ETUAINWS ADHESIVE FOR PAVEMENT MARKERS DMS-6170 FOR POSTED SPEED ON ROAD BEING MARKED EQUAL TO OR GREATER THAN 451P4 PAVEMENT MARKINGS 2.TM traveled way Includes only Mat portion of the roadway used far vehicular TRAFFIC PAINT DMS-8200 7 to 12' travel and not the parking lanes,sidewalk.,berme and shoulders.The traveled HOT APPLIED THERMOPLASTIC Dos-ezzo -i M k-.I Ir PM(1)—12 ways one . l be measured,rat the In.lde 0}edgel ins to inside o/edpel Ina of IB'IV V a V V 4 4 V V V V two Iqe roaay. PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS-8240 n , FOR POSTED SPEED ON ROAD BEING MARKED EMIL TO OR LESS THAN 40 MPN (t)f.COT x5emeer WA en log Is•i•>e'•nlo.r"e°' All pavement marking materials shall meet the a'll 2-II t to•r a I( required Departmental Material Specifications YIELD LINES 5-00 ode r a. as specified by the plans. 5- ors. user. SW 7-03 aLL 22A • s€'il REFLECTIVE RAISED PAVEMENT MARKERS MATERIAL SPECIFICATIONS rs?F. FOR VEHICLE POSITIONING GUIDANCE PAVEMENT MARKERS IflEFLECTORIZE01 Gus-Azw g EPDXY AND ADHESIVES DMS-6100 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS DMS-61D0 c/J SEE DETAIL'e' SEE DETAIL'g• Cenr•rl lrw, TRAfFIC PAINT DMS-R200 type II-A-A V \/ _ _ _ N. 5yameir)cal argntl center)Ins_ HOT APPLIED THERMOPLASTIC DYS-g22O 3 °� I ° i i Continuous two-vay lett turn lane PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS-8290 o Type II-A-A a �/ o o ° ° ° ° All pavement marking meter)olp shall neat the i?o I g0' Imo—AO'—+�--10'—�I+—40'—.I redllired Departmental M°teria!Specificaiions l J I 40.—+-I+--Ap'—•I..--Ape I as specified by the plena. g ° = E CENTERLINE FOR ALL TWO LANE ROADWAYS o ° i E . Type t-C I ea. I ir! "a- a ,// Tyne I-C CENTERLINE AND LANE LINES FOR TWO-WAY LEFT TURN LANE tg� p o AWIL.' A S TYpe[I-A-A SEE DETAIL"[' Ss.c ° Re,lectariaed ° i9 �type I-C ar tt-[-R SUNace a ea. p ° ' 1 r= o o ° o c TYPO I ITOD Viev) Sg o I—,/ Type I-C or)I-C-R a@L � o� ' 7 C CENTERLINE & LANE LINES Raised paven +ma molter Type[c,Gee V face*crowd norm,traffic,MollM � / I- 80 ..I - !Y€ FOR FOUR LANE TWO-WAY HIGHWAYS be ae Plad m g0-foo'a.n•er VVV Tyne II-A-A I._2. type II-A-AAfillik Ciiii)1 LANE LINES FOR ONE-WAY ROADWAY (NON-FREEWAY FACILITIES) -.lector'led I'-A" A• Slrface c1:1 El'^ ` ; 3",_ Raised pavement markers typeII--R shall havelearface Type I1 (TOp View) TT taVdl'd normalhra++Ia andteafaetoward Kangtoytraffic._ 3, iW 0t Type II A A l'-Z• ]5°7:- zs°mi DETAIL "A" DETAIL "B" DETAIL "C" = I O Q D Q D 0 Q D D D Q D 0 U Q Q Q 0 U D 0 Q Q O Q R Q Q Q Q 0 0 D Q GENERAL NOTES `-AQ4s.we CENTER OR EDGELINE PaaO" IE—12!i' I. Al!raised pavement marine-.°Pi..In bron I lose Mace—31 SECTION A B O ' U O U D Q 0 0 Q llMElNp l�� �l-� � ll�lII�f� the stripes. mmf Mel t b•placed in line with and mi..between 10' --4‘, 30' „I BROKEN LANE LINE 2. On concrete pavements the raised powenent markers RAISED PAVEMENT MARKERS should be biased to one aide of the longitudinal REFLECTORIZED PROFILE joints. PATTERN DETAIL / jy USING REFLECTIVE PROFILE PAVEMENT MARKINGS v Texas Oeporfrr>IAIA of Transportation 1 12••1• � le".1• Traffic Operators Otvls. AIIII K _ g�='•i=' POSITION GUIDANCE USING yi.•�. ~ '°°t°50D m`' RAISED MARKERS ❑Ai ID OH C6' I I In help;} � ,�"s Y. OR 6' s�I••�= —J V — A amok field check for the thickness of base REFLECTORIZED PROFILE I 11ne and graf t t ff 57 c,is aboraeleotely mos inu MARKINGS to 2 to 3 Baal to a.tank 5 spa t.r.ra a maw,npNilyNIMIIV PM(2)-12 height oT 7 0.1Va. A•EDGE LINE Oil CENTERLINE OPTIONAL 6'EDGE LINE OR CENTERLINE a•LANE LINE OPTIONAL 6•LANE LINE CO TOOT Apr.,Igf= in,nth I.si,ion Ti a NOTES A w, sa a la COW I NI ( ww... Prafl le marking,shall not be placed on roadways 5-00 Ile L. with a Posted speed Iiml?of ag MPH or lean. a-00 hip pwrn I sett¢. ra I Z251 L Ie_--ter >I ut in nme areal i I gii $oi is li• a.- II JLJ , a !� rella. 6h ntn D I� I /-otred S..ni to Lane Line , 411. Imilzp J 3.4. �_� </[�_ • �Trpe 1-C �•.hire r �I \� C � arokM ,n 2t•nirf u` a .-i Tyre II-A-A N itYp.l—r— y/ !Zell dr Zq' Q p O a u TYp.II-A•A Markers iflh _ 1 3 g§ 'YelIA broken 1'wick/s01i0 t Y — i e� _ ! ! 5 i I *** 've. Hi4 UFO/ TN:IIR A aPocea a1 20 y.• ap Yellow Solid _ a vice I 7J•- " Jp 'n YE DETAIL a DETAIL A p e / ❑ ❑ Z a / ld., t stdrxigx lro a � tTq-u111Y SipfET0' L v L 0—aj iyp I-C .. .vi a g In. ae TYPICAL TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN LANE DROP 86 <I Pile aA,liary tool DETAIL C Sr ' vsiea ISee note Ai hi 12•ni- Iqq,, �� _ 24•White crosavalk 6$ I _ _ d e potted e'.1.L t Lie Stop Line Imes 41Egw �' Ytt— �e Ae 7,7,,,..1, , ln' — SEE DETAIL C Tirol ploceeent Al Step ear GENERAL NOTES /�� WO Cra!lealk snail be approved �F5 r 1\yealm makm f'yellowtion LLL arowMTERLCFCTNS SEE DETAIL A A•yellan solid PAVEYEW EPDXY AND ADHESIVES DIK-6100 words arrows as shown'n the Srondard Highway ` Sign gas far Texas. BITUMINOUS ADHESIVE FOR PAVEMENT MAPPERS DMS-6170 ),Sign Ie i used word arse area mark Twos are urea, era sets ar mares than 1 be feet. when a IMgle a1 TPAFi IC PAINT DMS-e200 me mouse arrow.than led rear.WhM o single lone arrow ar nerd and arrow marking,a used / nni to arrkM NOT APPLIED THERAIOPLIST IC p16•8220 for a short turn IMe,I1 should be located at or 4(/�/1..11 PERMANENT PREFABRICATED PAVEMENT MARKINGS DIA5-6240 near the...trepn end of the full-eid e rn tun)lone. v "IJ' AI pavement marking materials is Snail'let me A.dhu cM snlkar an3 c aanon N 3•Taa DQ required Departmental Material Specificationsuser• TYPICAL TWLTL AT ONE-WAY STREET AND RIGHT TURN AUXILIARY LANE as specified by the plans. 5.Raised pavement marker Type I-C with undivided lane, dean mWiM3 and two nay leer ton Iarea. ,flue pavement marker Type II-C-R riih K•Tella,r divloee Highways Md raised median!. Type II-A-A Ma'Fef! \\ 6.A two-by left-turn IT.RTI lane-use arrow poveeene $ol i0 marking stauld De used di or 1W1...etre.fran 2p• Type 11-A-A Markers the beginning of o two-way left-turn lane within a I are taor, Repea�lny arc marking otter earn a 0'�,� intersecYim ar IAITC at r.rn bay ear required unless stated elsewhere to the alms. w e5, �° FuII Lune eld,n Texas Demarcate of Transportation Iypieol Iz'Min. rrdlle Operdlara aN/tfaw • Eta ,. PAVEMENT MARKINGS FOR •SEE DETAIL A I TWO-WAY LEFT TURN LANES r t 20. — nofe 6 DIVIDED HIGHWAYS AND ❑ 1 I — — URLEUB- cii20 see Ira,.s ®I.pa 4Aeril99e ,.swet�c.,wp t low ln«t �..wear TYPICAL TRANSITION FOR TWLTL y-m 2-12" toe "' . TYPICAL TWO-LANE HIGHWAY INTERSECTION WITH LEFT TURN BAYS AND DIVIDED HIGHWAY tE a'Im :-10 I t[.t e o.J. 2,,1 r - NOTES Sidewalk or shored use pathway. See latest FED standard sheetstl �. "V . minims,dl:Center of RR most to center of rat i: 12'minimum, IS' typiCdl. for peestr;an facilities Detectable warning �� Ix21 , `�` A2: Tip of pate to center at rails 12'minim IS' typical. Bs Center of most(cantilever,pate,or most flasher)of nearest active MOTE. ' traffic control nevice to stop line:8' OTE:Stop 1(ne nay be moved �—Ii G ;%\ \` 4 as needed,but should Oe at least 8'back from gates, if present). 5u5 See RCD(21 if)25' Curt end ,` b..' putter) \,` \, a r :■ ': Cs Center of detectable warning device to nearest roils 6'minimum t 1/ g$- ) E 8 1 I 0:Center of pate mast to center o/cantilever mst:6' typical. 1'Broken `,\ \ NOTE:cantilever day be located;n front w bh(n,i gates. /ylfti to a 0410-i ,` —76.0IA. A\ ", I II Es 4.14 a!meat°,T;curd to nearest rail: 10' typical. -g wxwwm NOTE:Oesipn abed;an cage to be pots)lel with rail. "SS- 1"Yellow 1 ®N ® p\\ j' -W Fs EN,of plonkingpone)from edge of Pavement or sidewalks 3'minimum. n� �OA1-Z �, "` I NOTE:Field panls need not be in sine with gauge pone,s. iu- (apt Jana,l� 1 ,` I.` 0:Length of panels along rails B'typical. E....; ao F! , \ 2 -s �� ` \ ,\/ H:Width of field panel:2' typical (check with railroad camponYl. -2`° 1•Broken ---21"Wni tee 'N `, "\ If Distance between rails:1'-8.5". //Wite 24 White gam 9•White ft \,i " J:TiP of pats to tip bf gate:2'snox;mm for Ouiet Zane SSM or 90Z o/traveled way Covered by,,ilea far ail other IOCOtions. ug v r_- J N:Nearest etlge a/RR cast")ran e e o/ -� [>SEE DETAIL A (B•White a-# °4 "` 1, ® NOTE:Cabinet not required to beggars)en toneoga oltpavement. s Ire' x:� xo N w % \V ® L:Nearest edge of RR cabin from nearest rail:25' typical. a -4"White 0 D m o A\ A\ M:Center of RR most to cage of sidewalk:6'minimum. it0 21 venire , / Ix21 N:Center of pate most tg leading cape Pf rIVroversable medic": III100'm;";nun to gr _p _ c C"\ " ...... - quo,ity as a Quiet Zone SSM. NOTES 0'w;ll S suffice if there Is a street Intersection within the 100'aid e�I 1 all street intersections within 60'are closed. Sig I- ]a L R d-1 (1 �`�` "\ Eape of // '4k6 10' I �` ! I Pavement J 0:wiarn of meal qn:B'-6•m;ninxm, 10'typical when using median pares. hi. I_ J 1 60' I - �14 ' NOTE:Center of pare mast m;n;m4n 1'-]'from face of curb. dI4 F.-I.6' •�'a,��eu s� 4wio O1 d. i NOTES BNSF prefers 5'-]', 7',and 9'-7"min imams,reaPecti vel y. °'¢ , O:Gate length:28'or less Typical,cut railroad company may allow bbb I6 up to 72'unaer special c;raumsronces. f. ' DETAIL A 2—WAY, MULTIPLE LANES EACH DIRECTIONre, R,Stop line to first RR Crossing transverse line(bike panel)50'typical. S:Stop line to GRACE CROSSING ADVANCE NARNING fWI O-II sign GSA atljacent aFgo XX RR Cross imp pavernenr marki nos. See Tab,e I. See RCD l2) for other signs. TABLE I LEGEND GENERAL NOTES r Desirable I.Medians and curbs must be non-traversable to qualify Approach Placement "i Sign os a Quiet Zone Supplementary Safety Measure f55N1. 4'broken 5peedimphl (feet) �. Non-traversable curbs,n Quiet Zones are 6"tall minimum iryel low /4 10' 60' 1"Salta f Q leCi Marker �Y r-"-'1'�---" LA-Double le Yellow 20 100 and used on roadways where speed does not exceed Ig non. f o - ---- ---- i b 25 100 a traffic Flaw 2. e xtl(Pa veea nPmClf trsc nmaaary d Den utl.to supplement striping. 30 100 0 o 75 100 I Cantilever d 10 25 7.Medians preferred whenever possible to prevent vehicles ° 15 175 L.7a---•--"� ate Assembly from driving drama Oates. L 50 250 qq Most Flasher 1•Longrtuainat cage str;p;rnp may be continued thru crossing it 5 55 725400 d Pair oa needed. Iilunination may al sa be eons itleretl for ni gnitime DEx 60 visibility. 36'014.0-- . B 65 475 5.See SMD standard sneers for sign mounting details. 2 LANES,2—WAY 70 550 6. ee smien staa daad emNeinr wang dgn sor Texas 15N5D1 manual75 650 — V Varies ICneCK with Azi4Traf/k - !! NOTES _ ro;Ir000 coeponyl oAenNena i Concrete grade crossing pavement ,Texas Oepartmenfof7FansporfaVon sm T T. Tip of gate to edge of curb: /-Pavement I ,'max for Ouiet Zone SSM, �6"F Reber Gage Field .`6I' RAILROAD CROSSING 90Y.01 traveled way covered Insert Panel PanelaY gates for a1l atner �ll36' DETAILS location,0 ® LI:Non-traversable curs 7s M�BaseSIGNING, STRIPING, AND length from gore: 100'min. •fora Quiet Zane SSM, DEV ICE PLACEMENT 5 Ia IO'min far 011 Other0ase uaterial RCD())—16 Ng'''!. I oCM i one. _ 6'Perforotea tlrdin pipe .-: rout-IL aqn a�fu'pt 11JIm i,asi'm i.sm ca,idpi WIQ 1-WAY STREET WITH CURB w;Th ballast Ip3 neetleal `,7”.. fEa1r...2916 car aaq a: I 1p.. ill CROSSING SURFACE CROSS SECTION wmaww an. m, WV..._ iJ $.,,. ma- +-w I I SO' 1 50' ,12'I I TABLE I I GENERAL NOTES I I Approach Desirable CR0558UCK(RiS-I I,NUA10EPOF TRACKS Plaque IRIS-ZPla li frmore roan II o 0 II 5 I _ _ _ G� II _ = — II Speed Pltde meet track),and EMERGENCY NOTIFICATION 1I-171 Signs. lrtlphl Ifeetl 2. LOW GROUND CLEARANCE 1W10-51 Signs may be relocates further S. m F 0.O F F O on O 0 O F O OR O N = 20 100 upstream of crossing to provide ddvdnce warning of alternate route. 0 I. NOTES 25 100 3 GRADE CROSSING AND INTERSECTION ADVANCE WARNING IWIO-21 signs may .'� 100' min See Table I )5 30 too be modified as needed to fit roadway geometry. 5 min I.A shared use pathway is considered a sepdfate pathway 40 100 See Table i crossing when more than 25' from traveled way of 40 125 4. Table 1 placement distances may vary per Sect. 2C.OS of ine TMUTCO. adjacent roadway. 45 175 5. See Toole I rd determine pl acemeni o/STOP ANEAD IW]-II and ;Y; lit no©0r 0 Sign usedl NOTES 2.Oerect0ble warning used at stop bon. 50 250 YIELD ANEAD 1W3-2)signs unless snows otherwise. ` I. Stop or yield sign may also be 55 325 u'g installed to ine left of ine 3. Smaller,sign sizes preferred than snows to the right 60 400 6. DO NOT STOP ON TRACKS IRs-R)signs installed when potential for eras sDuck sign,rather than below it. an this sneer. 65 475 vehicles stopping n tracks is significant as determined by wa 70 550 sealing engineer. Install so sign does not block view of RR most. ",: PASSIVE CROSSING 2. A 2"white refrareflectave strip PATHWAY CROSSING 75 550 7. See ine Standard Nignwdy sign Design for Teas 15N501 manual for Via` shall be installed on front and back sign an0 pavement marking detais. �� of crosSDuck sign past. F2 �,d s. SIGNS NOTE '01-, •• IF NEEDED 0 © This design shows a 4-way stop scenario x xx guV bT only. Other signs May be Substituted for LLLLL� — traffic signal or other traffic control a-- / _ O scenarios. This note also applies to ' g M. e54." _ %u? E T T-In tersaction design Delaw. I � �4 W10-5 Y $t of 36"x36" -.%y u _ IO {4 _._-. See Table I O O O3 Q [LNAAAX[E WIO-I WIO-2L WIO-2 WIO-SP i7_: 36"p1A. 36"%36" 36"%3 " 1,09z. rgp 0= IQ 10 I' 2-WAY a t II IF NEEDED IF NEEDED lie `rV R15-1 IILLTMin 7' median width Min 6' median width DO NOT DSy 48%9" ��Y II '��II II II �e to support sign to support sign I STOP �RI I „,,1 tt5p OF _- / 1 ilDN • 36"x36" IRA[lI3RIS-2P iq a !/ TRACKS 27"XlB" 1; OF gF ! i8%6 4 —Tj F 5 F I all wAr�RI-3P :.-o J .. .. .-o 11= -1I 1I c-a Side lights(if-A^4100') O ©3X36 " O Ir44 O W3-I 7 O au 1 F 24"X30" 30"X30" 8 Y P. O a See TaG1e I OF +'!,R15-I WIO-I t:•r'"?""'' 2-WAY WITH MEDIAN c° +• '�55 R)51 " ;i ce ..A"<100' "A" >100' R15-2P 5 48"%9.. Sign may TRAGXS 27"%1 B" LP � De placed See Table 1.Place pavement markings , XO GAFFS W�p-13p perpentl. and signs on opposite sine of See Table I.Place pavement markings and signs ` Or \® TRACR 27 K)8 OR LICNFS 30"%Z4" travel -/ S R 15 2P t .8" intersection from rail if spacing between rail ana intersection if spacing from 4 f x lanes. from Table 1 would put marking! Table 1 would put markings within intersection. �� — O RI-2 ID ii 12 1-13 within intersection. IS"%9" GRADE CROSSING AND INTERSECTION ADVANCE WARNING 48"%48"%48" IW10-2,WI0-3,WI0-41 signs snoula only De = LF NEEDED •"lndlutes a NO TRe IN HORN Plaque IWIO-9P1 'C" See Table I. installed if WI0-1 sign l not between if cros5inq js in a rnt Zane.LOW GROUND intersection and railroad crossing. If needed, oI CLEARANCE Plaque(WI 0-SP) if neetled is see Table I. O F OS F - mounted below W10-2/W10-3/W10-4 signs. See Table 1 GRADE CROSSING NEAR A PARALLEL STREET I-WAY 3 W43O" loN D W0G% " NA0NCDE W10D4P " i0 See Table I Traffic 0 0 : : 405 �© �0 �0 °o`rai'o�' I i ,Texas Department of 7YpnspoFtation SRandard !:ICI �= I �o o _ _ =aII II 2�_ _ RAILROAD CROSSING —�� I�I.� � p ���� II ,— DETAILS �.. �i f All NOTE 0 0 pf SIGNING & STRIPING 4 f x mw adjacent crossing pavement markings one 8 F mw adjacent earns net includes when distance ea 4` 0100' between near edge of intersection and near NOTE I See Toole I __ RCD e2)-i 6 raja is less than 100'. GRADE CROSSING Separate active traffic AND INTERSECTION ADVANCE WARNING(WI0-3) •Use Table I if sufficient signs installed ro saw dY Parallel with control aevaces,railroad run rcur6.dyn vr�c•r•do n f••.r• >t 1��l r•IIOr idi•l.•,der Space exi si5. rail in this Case.e. crossing pavement mrq ire, f;71•]dt i„BRUIir R016 I( and adj gCent lign9 required if ar T-INTERSECTION when acks tr Cr'mare than 2 ADJACENT CROSSINGS •l•• 100'apart. i wsr� oLL Is I TRAFFIC CONTROL STANDARD DETAILS AND EXHIBITS I I BARRICADE AND CONSTRUCTION IBC) STANDARD SHEETS GENERAL NOTES: R•.<K'- �I ri I — I I I"'1 ' COLORS: � n I. The Barricade and Construction Standard Sheets IBC sheets} are intended —� L' FLu°Pss[ENT 4'�- YELLOW il de Shoal typical examples for tplacement of nd typical traffic Control R'•13' BACKGROUND . i 1 1 — - tleviCes, construction pavement markings, and Typical work zone signs. BLACK i + ,1, I °Y The information contained in these sheets meet or exceed the requirements P•I I' ® BOebER AND — 55G shown in the "Texas Manual on Uniform Traffic Control Devices" ITMUTCO). N` LEGEND — vx 2. The development and design of the traffic Control Plan ITCPIis the ORANGE eh' responsibility of the Engineer. FBACKGROUND LUORESCENT i‹��)):' 2 F1,7, BLACK 3. : :on TCP that are signed and sealedfgs.4. ontractor is responsible for installing and maintaining the traffic BLACK v, `� control devices as shown In the plans. The Contractor may not move or change _ 'q^ g the approximate location of any device without the approval of Tne Engineer. ° 9 - - F b 5. Geometric design of lane shifts and detours should, when possible, meet the WNI TE —R I 'gu: applicable design criteria contained in manuals such as the American ` _ 'E3 Association of State Highway and Transportation Officials IAASHT01, O O 20- I 20 I 20. "A Policy on Geometric Design of Highways and Streets," the TxDOT "Roadway P•-'_ O O (:12) 3.sr 12' I•A�6._7�2..- Ir 1.7'�3.'' 14.6' 1.5.'" Design Manual"or engineering judgment. �ZL: o.� � - 60 ` ), 6. Wren projects abut, the Engineerls, may omit the END ROAD WORK, TRAFFIC O O O ..P2 FINES DOUBLE, and other advance warning signs if the signing would be mh n9 redundant and the work areas appear continuous to the motorists. If the O O O 3.0.Poal Us, I.25'Border,O.75"(naM t,Bloc an Yellow; �9a adjacent project is Completed first, the Contractor stroll erect The ' __ [STAY ALERT,Font,D is h necessary warning signs as shown on these sheets, the TCP sheets or as - 3.D'Paa lus, 1.25"Barber,0.75.Indent.Block an trees: it . directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shal I be J [TALK OR TEST LATER;Font:C sOeeitiea lenAitS revised to show appropriate work zone distance. r 6!' 1.611,167"I.6B-167'1.68' - kd 7. The Engineer may require duplicate warning signs on the median side of 6.3s" 1- ,•31' }IbL divided highways where median width will permit and traffic volumes .§u justify the signing. 0.38. -^ B. All signs shall be constructed in accordance with the details found in the 9' "Standard Highway Sign Designs for Texas," latest edition. Sign details ..$; not shown in this manual shall be shown in the plans or the Engineer Shall y� provide a detail to the Contractor before the sign is manufactured. SIGN DETAIL (G20-10T) „`g- 9. The temporary traffic control devices shown in the illustrations of the o va BC sheets are examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown an BC121, the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER ;see Sign Detail G20-IOTI and the WORK ZONE TRAFFIC FINES DOUBLE Only pre-qualified products shall be used. The"Compliant Work Zone sign with plaque shall be erected in advance of the CSJ limits. However, Traffic Control Devices List" ICWZTCD) describes pre-qualified products the TRAFFIC FINES DOUBLE sign will not be required on projects consisting and their sources and may be found on-line at the web address given solely of mobile operation work, such as striping or milling edgeline-fumble below or by contacting: strips. The BEGIN ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the C5J limits. Texas Deportment of Transportation Traffic Operations Division - TE II. Except for devices required by Note 10, traffic control devices should be in place only while work is actually in progress or a definite.need Phone (512) 41W-3118 exists. 12. The Engineer has the final decision on the location of all traffic control SHEET I OF 12 devices. THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT 71RmK 13. Inactive equipment and work vehicles, including workers' private vehicles oyerallonf ,Texas Department of Thins ortnflon dlv;van must Be parked away from travel lanes. They should be as close to the httDJMK MAXIJOLgOV Pa P stananld right-of-way line as possible, or located behind a barrier or guardrail, COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD, or as approvetl by the Engineer. DEPARTMENTAL MATERIAL SPECIFICATIONS IDMSI BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTES: MATERIAL PRODUCER LIST IMPLI GENERAL NOTESA ROADWAY DESIGN MANUAL -SEE"MANUALS IONLINE MANUALS," AND REOUIREIYIENTS I. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high-visibility safety apparel meeting STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS 15HS01 BC(I _�4 the requirements of ISEA"American National Standard for High-Visibility A MANUL ON UNIFORM TRAFFIC CONTROL DEVICES fTMUTL01 Apparel," er equivalent revisions, and labeled as ANSI 107-2004 standard TEXAS I„u OClA.0m, g1.321 t„1°❑11a,�1.u°X t°•�01 performancb for Class 2 or 3 risk exposure. Class 3 garments should be TRAFFIC ENGINEERING STANDARD SHEETS U1.20T lw.etix�202 vn considered for high traffic volume work areas or night time work. 4.03 s-Io e-IA 9.01 1.13 ,,,, t,ewerI>u 1,.C.oC 1 TYPICAL LOCATION OF CROSSROAD SIGNS T-INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING RUAO WpRK ROAD AlA-2 I END Q Cl KEIt MIS WORK R'uA0 WAAK ROTS■t7 UNIT C YILES We ABBAS I I ct7-tprL ICES SPACING RDAp e]RR I�t,anp1 XEKI YYIlC3O O \ \ Note /uo-lot Eno-ID czp-IbTR dlKxr xY SIZE u s. ,� INTEPSECTEOL i I Sign Convent,snol Expra55way-' Pcbtetl Sign i ,� 19rook.City �i 1.1711.1ol'ac;- -N f`\12 Nu1Ger PopsFreewaySpeed SpaCTrig`dru? N POAOYII % I0p0'-ISpO'-ihry b CItr ar Series max.•CPOSSRWO I % x x - I• •I ._ i x �`/ x /I CW20° MPH Feet i // /f,'/ CSJ waRK CW2I Apprx' pip-Su' WORK / 30 120 czp•saP Um.t IONS CW22 48•x 48" 48"x 48 I. f f =O 8 GtN 1MFFIC CW23 35 160 ROAD TRAFFIC G20-Sf e A fl27-]i 40 240 PaL7 WLPK R2p•Sr !(si 1 Y LFS FINES D WORK OUSLF_ /�. tlCOBLE LWZS d 16rt t YILES ,r 45 3Z0 r^V AHEAD h{II i YILES b � D2p-fi ass / ' \ Pip-SCri �- , iIr2-10 \ p2p-2 I ENO I Rip-SOTP..,Ft..... nxa / \ -�+-w" CWI, CW2. G?D•l Oi Motional WZII RR A \ 50 400 $:` \ Thai / CW7,CWB, 76':36" a9"%4a'see note LW9, CWI I, 55 5602 6° 1 a 4I IMAM. ENO I CWI 4 60 600 e PG7 WQ l ,t L4 iMey ber mounted an bacK cf'RCAD WORK AHEAO-IC120.101 Sign w•en approval of Engineer' G2p-2 65 7D02 •-�(see Mee 2 Delawl [W3,CW4, CW5, CW6, 48"x 48" 48 x 48" TO 8002 Ifc"' i.The typical airlines,'siplirq on a crossroad°pp °n roa Should be a'ROAD WORK AHEAD.1C120-Ipls,gn anda CSJ LIMITS AT T-INTERSECTION TT IG20-21"EISD RCAD WORK•elpr-_unless noted°tnerwise in plan!. CWB-3, 75 900 z wR S 2 the Engineer may;use the reduced Size 36".3fi"ROAD WORK AHEAD iCR7-IDl sign...tea D¢M to Dxk The E CWI O, CWI2 80 IgOC z with the rearsetl size 26'r Ie'•ENO ROAD NOAI"IL20-21 sipr',an for volute crossroads(see Hate 4 under g 'ce Cet ran.re aria types a�tl location of dry a0d'itionol traffic control tle�ices, s such as a',Logger aid cgccercony"rig sighs,cr°trier signs,that anould De used wnen w^ e Y "iylcal_a3tructSa'1 Wwn,rq 1n S IZ4 eta'','Peq"!.See ins"Srmaa-17 H,gnwpt S�qn Des;pis for Damp perfcr�e^_at or near on intersection- work,s lams'manual for 6-gn 0ltai S.me Erg irleK may snit me advance waning signs on IOw volute aassroods.The Engineer rill 0etermne*nether°road is Intl vplulY,in,c infsneot,an mall De enDM . If construction closes the road at a I-intersection the Contractor shall w For t MS on divided ni ,n}he DI�• pi Cie the-CONTRACTOR YDical sign sCa°i pn.sys,exprassrays one freeways, :.Bosltl on lr,3}'iM field cpM,}Tarts,the EM lnper.Inspector mayrequire odd,fiagl NAME"'IG20-671 A.pn 0lnind the Type 3 Barricades for the road closure Ilse 9CIID1 aIS01. see Port 6 of fine•Te•os Macuol on Uniform Traffic Control Devices" Aissed LODGE GRAVEL,a caner cons.the E s'i signs Such.FLAGCER Tne"ROAD KRA NEAT x MILES-left arrow•G20-IDTLI ale POAD WORK NEXT A MILES'right arrow ITWTCDI tyo'cal mai:cation diagrams or 1CP Standard Sneers, I'.,,.. : signs.When additional signs are rewired,these signs will IGDO•101R!"si ms eh°II be rep i aced o the detour!iPt,g be cons,aerea part of the/nin n.requirements.The Englneeminspect°r W II determine the proper Y n called for in HD,plats. a Minimmm distance frill;*ark cep to first ACvanCe Warning sign nearest this Iocatian and Si:a:ing of any ;pl not AND,an the BC sheets,Traffic Control Plan streets or the Worts work a GrC ar d.stance betwrM each oaditi0.-pl bi p:. $� EanO St6 gatl Slxetz, area oO Tne•ROAD WpPR NExT A YILES,OZD-Iail Sign shied I be required ct nigh valM:e crossroads to advise GENERAL NOTES u E motorists of the length of construction in either direction Aran me intersection.The Engineer sill determine Mather a rot,Is considered high volute. Spec...-r larger sine sips may D!used as necessary. ,Additional traffic control devices may be shown elsewhere in the plans for hi,..volute crossroads VI' °=u -.When rak pccuf^,in the,nterseCt ion Ore4 appr0pr late bra/,C ca^natal tlev,ces,c!shown elsewhere n Petal.between s.gr!anal°be ncreasea as new,.t°nave MO feet Tne pions or as 0entert tea by aria Engineer Inspectr,sMll ace h place. ' advance waning. .cea Distance between signs should De increased as rewiretl to have 1:2 mile WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS or more advance warning. c°$ , p e�clN g i E w RESIN RdLO SPEED pi0-9TPY M Ws I 1 36'.76•'ROAD WGRR AHEAD.I0120-I OIgn Y De See Nate 2r low ntler�i 0 LIMI 21ME crossroads at tt.!a;scrrflm a/the E. STAY ALERT ypicol lllarlC cast Locot.an of[nonr°pa Sip:s'. �- <>1•11i #YG20,1 PM WORK CWt-4L P4-1 Npi WOR1. P20-71A% iiXFs �\ rARNIIL ~i?` CW20-IO MEIt YYtLEE lOs ':,. AHEAD ,E� et, S.Only diamond Ei o ROAD ROAD s XX agrppr'i Orel WYeLE j Y stgpetl prniM sips sires[re Mic0led. WORK ngWR WORK if iFG2p-fin en, CWI7•IP [rip-iD Il+fflZ-i R2g-9arP;tN^�, tA:WaTEST AMP $7AiE LAW AHEAD AREA AHEAD tart �r G20-I0T44 Ri7.3iF x I ' See rp:s'i Ze I.finp,n'iWiCD",Sip!Appendi. me'S tanpatl Hiptway Si / XX cv*iinW' 5 7 s for ie•os"mar.-for cmv ere list of] 7] 4/ Cw20-Ig I ?!CWCW13•IP Typ¢!Wprr loads a x x ` x x % \' z vailoD a sip!Rs 1 IJ//�I anavwlie�ng davlces r •1 x '`0'. I__..._.- i/ ,, . ; ...L. ./.// }�- v w LEGEND Ia •l, .y 1 &) I—+ Type 3 arm r code _ • soils ✓ J _ • SPACE %/ I •' Beal nn Trig pf sPEEO �K 0 0 o Channel lung Devices '7 /' / 1q=PA55lAG R2-,LIMIr/ K��'I E O r- 3X �r Cnannelizing CSJ Limit line.oriltl fK •OKEI:20-2Di++ J. Sign - Devices coordinate on When e+tenAea dIstances occur between mining!Rork spaces.the Engineer-inspector should ensure palitionci P7A7 WRR ,tn sign IT See Typical CbnatrURTS'RUMS WORK TREAD-ICW20-I I!signs are placed in advance of these work areas try remind drivers they are still ago.,A location NOTES Warning QUASA Size aria within the project El Se ite. e the ado,icadie TCP sheets for enact Iccat:on and spacing of signs and K Spacing chart or the channel iz,ng aevi cos. TMUT[D for sign Tne Contractor shall determine the oppr°priate distance spacing requirellfent5. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS to be placed on aria G20-I series si,s and`BEGIN ROAD k sJ WORK WORK N{xi%MILES-tC20-STisign for each specific project, SHEET 2 OF 12 IN .G3.1. Z. STAY ALERT This 0i stance shall replace the•%"and!hall be rounded ROAD *+GZO-57 A x SPEED TPA7T1[ oeex to the nearest whole mile with the approval of the Engineer, Traffic (CLOSED POTS ROAD RIIYILEi LIMIT r00 R25-AT FINES I wTOSS No dec iegls shall De used. Operations fill-2 WORK OP.K �'I idces ,Teas Department of Transportation OE rypp 3 CWl-4L AHEAD %e MILE X X D0118LE 1AIK7Wi6,,,,,0 STATE LAW I O Tne"BEGIN WORK zWtE"IG20-97P)crtl`ENO WCRK ZDNE•IG20-ton Stallard IEw1-fi G20-fii m, *ii P20-Sait shall DC used as shown m iris SaMle la out whM advatpe ear;pale a ;; ••f0 "P2-1 Y CW13-IP CW2p-1E M Y p2g•Ipi R20-31 cevices Zing *W signs ore ream red outside the CSJ Limits. They inform the devices ih eotori st of entering or leaving p part of aria work zone \ / r X ', + % �+ i �y r� X i X\� X lyino autsiae the csJ Limits where traffic tines mvY douD1¢ BARRICADE AND CONSTRUCTION 1 7 if workers ar¢pr¢lent. PROJECT LIMIT y K e e r x [ I +4 W RequFINES DO CSJ Limit signing.n.See Note 10 at BC(I1, TRAFFIC /jj if t I FINES DOUBLE s signs will not pe required art projects �� �r consisting Solely of mobile aperatiMs work. / Enamel sing -STA Limit BC(2)-1 4 ( a Devices I g> a area for placement of'PAD WCRK HEA"ICW20-101spn / JJ aria atner signs or devices os cal IW for an the Tralf is be-14.e, low TOOT lo•Ta TIa•TON in.T%W1 SPACE / �1w. X I�SPEED R2-f-f Ccntr°I Plan, (y')TOOT lwemr todZ owl END LIMIT`.J Contractor will install o regal arory sp9etl limit si Mvlslen R017 WWR foot o" G2p-2?i x /�/� * one end of the work zone. 7n Ot 9-DT 9•14 nn torn WO Rc T-13 • Iwnn, rnwTrnAn wnnv CDCCTI CT(_151C TYPICAL APPLICATION OFWORK ZONE SPEED LIMIT SIGNS Work zone speed limits shall be regulatory,established in accordance with the'Procedures for Establishing Speed Zones,' 5 app and roved by the Texas Transportation Commission,or by City Ordinance when within Incorporated City Limits. €4 Reduced speeds should only be posted in the vicinity iuwSigning shown for wj Slemnp see.far CSJ of work activity and not throughout the entire project. one direction only. CSJ one Direction cnly. See eCtZI for = s.eann ro LIMITS Regulatory work zone speed signs (R2-1) shal I be removed additional advance LIMITS °'- omlilairi adxsnee signing, or covered during periods when they are not needed, signing. -I— — 1-3,1b: li i.....1r_ .......--- -....... r',, lip I b b I. b b b b t \ ,,, ns ) /), .b See General ,�,°= See General )9J See General Nate 4/N i1\,..A. n ^ ^ t•j SPEED WORK 20fE WORK SPEED SPEED ill i< LiNlt !", ZONE G20 SOP SPEED LIMIT O WORK LIMIT ^ LIMIT ZONE G2a-sea ZONE e20-SaP a l' SPEED er n 7 O SPEED 7 O R2-1 Z': ___p2•1 6� LIMIT 6 O R2 l 60 SPEED LIMIT "'b C113.5 6 O R2-1 nl-5 LIMIT p2 I O R2-I �x 60 b` t - GUIDANCE FOR USE; b. LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES a�� I. Regulatory work tore speed limits should be used only for sections of construction . This type of work Zone speed limit should be included on the design of protects where speed control is of major ieportance. the traffic control plans when restricted geometries with a lower design 2„, sorted are present in the work Zane and modification of the geometries to 2. Regulatory work zone speed limit signs shall be placed on supports of a 7 foot minimum 5-2. a higher design speed is not teas ible. mounting height. .x o 3. Speed zone signs are illustrated for one direction of travel and are normally posted Longr lntermetliate Term Work Zone Speed Limit signs,when approved as described Crf each direction of travel. above,should be posted and visible to the motorist when work activity is present. Work octivity may also be defined as a change in the roadway that requires 4.Frequency of work Zone speed limit signs should be: o reduced speed for motorists to safely negotiate the work area, including: 40 mph and greater 0.2 to 2 miles al rough road or damaged pavement surface 35 mph and less 0.2 to I mile bn substantial alteration of roadway geometries'diversions} cl construction detours 5.Regulatory speed limit signs shall have black legend and border an o white reflective dl grade background(See'Reflective Sheeting"an 0C1411. el width fl other conditions readily apparent to the driver S.Fabrication,erection and maintenance of the"ADVANCE SPEED LIMIT"ICW3-5lsign, As long os any of these conditions exist,the work zone speed limit signs "WORK ZONE"IG2D-SoPI 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, I. Turning signs from view, laying signs over or down will flat be allowed,unless as SHORT TERM WORK ZONE SPEED LIMITS atherwi ce Hated under'REMOVIt1G OR COVERING'on BC 141, This type of work Zane speed limit may be included an the design of B. Techniques that may help reduce traffic speeds include but are not limited to: SHEET 3 OF 12 the traffic control plans when workers or equipment are not behind concrete A,Law enforcement. -�.• Traffic aperat/°ns barrier,when work activity i5 within 10 feet of the traveled way or actually B.Flogger stationed next to sign. ,Tisas ow anmant of Trans Harlon DlrWwn in the travelled way. C.Portable changeable message sign IPCM51. P p° Standard 0.Low-parer(drone)radar transmitter. Short Term Work Zone Speed Limit signs should be posted and visible to the E.Speed monitor trailers or signs. BARRICADE AND CONSTRUCTION motorists only when work activity is present.When work activity is not present,signs shall be removed or covered. 9. Speeds shown on details above ore for illustration only.(See Removing or Covering on BC(41), Work Zone Speed Limits should only be posted as approved for each project. WORK ZONE SPEED LIMIT ID.For more specific guidance concerning the type of work,work zone conditions and factors impacting allowable regulatory construction speed zone reduction see Tx00T form 51204 in the Tx00T e•form system. BC(3)-14 rno a-I/.ode o.UM it,Tstlm,l Txpal�Iu1xG01 03,1101 keenest 200? we e oiss 9-07 a-14f1 PM ma*. I wan xa WW 7,1 -IS ou it l TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS GENERAL AWES FOR MORN ZONE SIGNS 1. Cmtr.tor Non install one maintain signs in a straight and plum camitlon,Cody Pr as directed Dy the Engineer. Wooden signposts stall be paint.•nine. ]. Brricatles Moll HOT De us.as Sign swprrs. Ip min. / Moll 4. At signs all.installed in accr m r amce ri me plots Js directed Dy the Enqr .5..n . Si..Moll.us to regulahfi wrnr and sfr I ROAD • ROAD• 2 n ROAD loll- guide the traveling..it safely through the rack zero. ev ROW; nimm moll- - 5 The Contractor may furnish either the sign dos.,Mo.n in the plans or in Me•Stondrd High..sign Designs for welds.1514.1.The BBORii from . worm Engineer:irspc_•w may require the Contrmtm to furnish Cuter work Zane signs that ore sho.'n the.UT00 but may hove been omitted ill' m MEAD 6 AHEM clfb �fi�D ,a11`71'_'.[e-,D. fraa me plans.Any variotion in tie Diana Nall be O]ct@ented by written agreement Detveen the E g'her and the Contractor-s o p g• Responsible Person All Menges trust.doom-anted in.wit rig before being implemented. This con include documenting the C"m es is - , the Inspectors 7.;Ji diary ma having Poll,me Inspects DM Contractor Initial and date the agreatl upon Menges. I«w • - . 6 The Contractor Noll furnish sign supports listed in the•Cmsincht Nark Done Traffic Control Device List-!CCM/.Re Contr.tor ° � D m n I MIX Mali install the sign support in accordance with me monufactwer a recmllenmf.0ns.If there,i a awstem remme..in•tol lot lo. procedures,the Contractor Malt furnish the Engineer a copy of the manufacturer a installation rec..n.hilutions so the Engineer cm � o 0--Ai I I9.0'I x. 6'r 1.p min, 5I vKlfy the correct pr.lawes are Dei.fan rare°, i.O'men. greater 9,0 nor, The Contractor is(ecponiisle 1r Mato! ei pnS on cpprcved supports am real.. Si Ore ' I 9.0 me•. fi.D e M Ore.to.0Cal or cr.k.S.O rOfeS and:M y °mega°m'arr.reflective sneeeng m directed Dy the Engineer.'InsOect°r- o I I e I°entiticat,Markings may be sham only on the Dock cf Me Sign substrate.Me max',mm heist of letters sa:or come.,roMe Lea for idmt.f,car:on Nall be 1,non. w�///i/ I •>Wi//ii/i. 3. Tree Contrxt°r shoe I replace tlmaged rood pasts.New or dma a woad sign 'ge •t ,4, -�' qe qn pasta Mall rai be spliced. ` Y.Played der \`/1 J`F Paved - `d/.� `� - OVRATION OF"ORR los afiney by the'Tem.Mpry,el on Uniform Trorfie Control Devices'Part Gs Nculaer $ v /` - Me types of sign supports,sign Mounting re-pet,the size of a.grts,and me tyCe Of s:.g:substrates cm vary Dosed an the typo of g`1 work being performed.The Engineer is reSpana'ble for select rig the appropriate size sign for the type of work being performed.The 4 Vnm pl.i Skid crfs on unlevel Cmtr.tr is responsible for ensuring the sign sumerr,sign counting height ma substrate others MAnufaetwer a recomenmt ions in n9 grows,the leg past Iengmi.must be Mfr.,.Sa the sign Dopers straight ana mrM. fegrtl to JrasRwfrhinl Ss and pratim a(work re.irelents. gr.:. DD;emz Mal fqi D!Diacetl otder SFiQa as arrears of lever ing. a- Long-term.sir.ontry-work tlot acCwies a Imdion Core than 3 Lys. g°` OqueS o-!Pl.etl°n a.l-1 S• a Intenredi°tememe Minim,-ark that°ccp,n a I..ion more than one dote.pit prim up to 3 days,cr nighttime work last•rig 4 11.1 pl nM supports,the Mould.att../to the mere}not one tour. Y aright merest}re trowel Ire. rgw Swmemental plaques orIcsry r diitmcel shpula not Cover the surface of the°rent CV. c. Short-term met-Ono,-Oa,.work that...es a hoot an far mare Mon I hour in°Si le d. Sort.aura, -work}oaf rig ppyni got perm. '-if °couples°loo 'tan up to I hour. e. 140,1e-work that moves cant'i,wcusly ar intermittently...Ding fr up r0 aexcemately 15 minutes, tr• � i sw^:an ATTACHMENT FOR SIGN SUPPORTS SION NWNTING HEIGHT shall not Attachment to wooden Supprta I. the Dorton,of Long-term/Intermeamate term signs Mall be at least 7 feet,but not mere than 9 feet,Wove the pore°surf.@,erc.t Tr C above Se rill be by bolts cod nuts s as Mown for supplemental p 0ques haunted peicr miler signs. Gy ii, wave sign or strews.Use i4DOT•5 or ' ine bottom of Snore-!MI:'StYrt Dwarton sighs Moll to a minimwi o/1(opt move ine pavement surface Put no more shot 2 feet move ^ ?YRVT90 // proceduray r r8 I % atUs}rd °f aprar.are Long-}Km,Id HMedid!Sipe rep.gnt.g 5 flegul°tCry 1g.Moll de mounted of least T feet,but not acre than 9 feet,move the paved seduce regrdless of lark Mr.,. MGII rot J/ ROAD (l \`. SIZE OF a51¢NS 5 ro+rWr // IN AD 1 The C tractor moll!urn..the sign sizes shown m BC 121 Legless otherwise shown in me alms r as directed by the FN•neer above sign -'^,,,,© �r SIGN SUYSTRATES a-,...' W O 1. The Cmtrmtr Mali ensure the n castrate is installed in...once rim the maafactwer s recamenaetions for the type sish ^t �� °P Nails shall NOT g '"�a YI(d :AHEAD / DC allowed. Suppart trot is Cueing//sea.The CM-17.0 lists aeon substrate feat cm be uses on rile different types ma mcaels of sign smarts. ` p1VELte 'P"41!ll�yr'ds%1 T. -Nash•type material.are NOT an=prow.sign substrate,regardless of the rightness of the'reeve tY V.ir L Each sign 3. All'wren indivi Wan sign panels fabricated from 2 r more pieces Mali have one r more plywood cleat,1/2•think by e•ride, Iii,iit `_-- Sipl sw0orts Mali fastened to Me took of tee sign a.extending fully.toss the sign.The cleat snail Cue attached to me back of the sign using vac;shall DC attached screws that m not sign panel.The screws Noll be placed an Dorn sides of me sDl ice ma extend nre than penetrate the face of the Si spaced at 6. O _ tyi war uD thedirectly to the sign centers.The Engineer may approve other methods°f•Dlici.the sign face. g N t Dock of the sign support.Multiple REFLECTIVE SHEETING snbErrdl. 1. All signs Nall Cue retrcref Motive one constructed of sheering meting the color°m ote tetra-ref lececty rem eats of 0145-13300 signs shall not be (Or r'igia signs r DNS-8310 for roll-m signs.The web°cress for 121,15 specifications,s ahem on.i11. FRONT ELEVATION joined or sal iced b 2. Mite Meet.,meeting the requirements of DNS-B300 i A, spur E. 1 c Wool,metal r y 3. Or Melti Type Mall D!used 1r signs with°Mute back 0. or.o. rg,meet,the requirements of 0145-6300 Type Bit a Type 3y1,Mal be usetl tr rigid.;One•ion range bmkgroun., I F.ber Re.nfrced Plastic my means. Wood ID/1 LETTER[ mtteaded perforated squafe metal fabh supports shall not be I. All sign letters a meters shall.oleo-,and Doen rou.eu type umercase olphmet letters as°proves by the Federal High, hg.n order to ex rem post extended or re AMinistraecn meth ma as Oublitea in ine•Stcr re Hi y e 'ie,-..'t only.al lowed when the splice o mode uahne four Dolts,two paired ..sign Design for nexus"mm'AI,Signs,letters one turners Mall Cue of _ firer class VE INS ip�n.crdoKe with Drprtnent St en..and Sbeci tic.hr.i. my two below the spice point.Splice must 0!I.°te0 entirely behind SIDE ELEVATION by splicing or tMwSign substrate,tot her me lase of the wpaort.Sal ice insert lengths Wood REMWING OR COVERING Other Srculd be at least 5 times nominal post Size,centered on the splice ra means. I. Moen sipre messOgeS may as cmiusing a.rear apply,Mesigns snail De rmmve0 or completely cowered. of at least no sage gauge material, 2. Long-term stationary or intermediate stationary sipne instal led on Square metal tubing may be turned aOf from traffi or c 9D degrees Men thefergn si message is not coal:cable. This technige may not be usetl for signs installed M the median of di,aed hien/rays he ony secfone where the sign may.seen from Cprpacn,ng traffic. STOP/SLOW PADDLES CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS ] c erea"s•nen notmr quires Skies shall not ee erred or 90 agree angles to me road.,rrese signs snoulQ x removed r ampleta ty WITHIN THE PROJECT LIMITS 4 Mhipn required. I.STOP,SLDM potldllb re the rimpry method t°control irdf/it signs re covered,the material used Moll be D..,sl 11 Os heavy mil block plastic,r owner materials r"irh will cover rte ty naggers.the STOP SLOT(padre sit!should Cr Zs•v 24• entire sign face ma maintain their Opaque rmert;es under P ho..le headlights at nigh,without damgirg the 5,Meeting, p5 d[}pi lea helot. I. Permanent signs5. Burlap Mall NOT ee Ltd to cover Signs.re used to give notice of traffic laws r regulations,call 6 Duct tope r other amis:ve material crol I TOOT.of f;7rd to a SKr f.e. 2.@hen used or night,the STOP,SLOW paadle mall. attention to eandhtions that re potentially hgo-d°us to traffic Werdims, 7. Signs and mc"r stubs Moll De removed and hales back!,led upon completion of work. rennet lector;zed. pew route aesigr.°bons,destmatima,directions,distances,services,paints SIGN SUPPORT REIGNTS 3.STOP,SLOM maples may.attached to°staff with a minimum of interest,and other length of bi to the bottom of the sign, ./0 wOrk Z,emceed ne t,r cuenot tter rloute I. mere sign supports require the use of lei is fD keep iron turnip Drivers proceeding trough a work lax need the sore,if not better route T g over, 4.My lien's incorporated or into the STOP SLOW pmdle faces guidance as normally installed on a roo.cy without amstrwtiot, the use o/saW.bagS with dry.CmeS lone has arc should be used. Nall only be as.ecifi.11'y described;n Section 6E.03 2. When permanent regulatory or warning signs conflict.ion work zone tonaltione, 2. foe SotmagS ell b!tied Nut t°keep the sad iron coil ling Dod to SHEET 4 OF IT Nand Signaling Devices tx TYDTCO• remove r Cover the pernmm}signsmaintain a Constant weight, thin I ih!au.vxwient sign!RSsag!•matches ]. pack,concrete,iron,steel r other.lid m- is Mali opt De permi tied ' OperaWrts ine roadway condition. lac for use as sign support weights. Texas Department of Transportation tl,dw 'r %'ll -,t- 3. When heist the permanent sips e t mmoto area ral.ated due to crstruption 4. SmdDops N uld weigh a minim.m 35 IDS orb a Lox in.m°I 50 Ida. -- Standard krtal le,on c short be visible to motorists a all tines. 5, Sonmags Nall be acme of a arable materiel mat wets upon veniculcr 4 If e.;aring signs re to be relate°on their original supporta,they stall be inoac},pmoer;such as fire imps}weal Mali NOT be u5e0. instal lee an`was".orsny doses°s Man m me SND 5tmdrD Meets.Me signs 6. Rmoer Dal Mots xs'i Bled for cnoveli zing devices stoule not be used for BARRICADE AND CONSTRUCTION /��I/� sLowMOIi meet rN rew're°mpunthng neignra Mrwn an the BC sra9rs r the si0bon last m Drrmle sil'_`\LV\`/-/`' Illy(1�1'T I/\VJl lltl llll' Sragrds.This work would be paid it under me cPprapri cte quay item fr ee for crrs.Sign g device designed and a used fweo 11IN B•9 rel...ng e.ist:rep signs. •inn ribber mcea may De used whM unarm m the MUM)r,sr. TEMPORARY SIGN NOTES z4' e"L 24• 7. SmMags Moll only be placed alog r laid over the Case Supports of the 5. If St.tsor Signs re t°s clanalm/ea ono st uctrea-on uThis te.lt rryMould d.Rai, traffic contra!device se n s p.r not ce coporta above d and level cr the Contractor Moll use crashwarihy supports as Morn on the BC Meets r the rung with rope,ere,chains r°roar I°Steners.Smmags Mal De placef,p,2..1 MUM.1M signs shall meet me required counting heights mesh m the along the length l M of the skia5 to weigh spat the.1slog Support. is\ I 7• BC sheets r the SAID stmarda during construct-on.rota wcrx Noun°be paid 8. Smdbapi rail NOT x placed under me skitl as;non 1 Tor be used to Towel BC(4)-14 L • a/s.. c!e• fr under tM approriate coy item fr rel.minp ekisting si pis. sia swear rS pled on Slopes. I, 6. lily 9ipn r traffic aonieq device halt is struck dr s soon by me bee by tar FLAG$ON SIGN; pp-14.Cyn or TOOT�m isppi�m iWOi�u,iw0o I�24"-� �--g4"-� Co";actor to per mint shall be a notortl as soon oS will be by tie �T.1 Novena 2.2 Dom rill Contractor t°enure roper guidance far the mmrhsts.finis nil b<smsidir 1. Flags may pe uses 1 ru.artmt'ion ro•r;inp signs.Vegan use°me flog -!auwt. eaenr.wrote L pre i Wmo-imselxs t°Item 5D2. y SMnI Cue Iv inctxs aWra r Irper and shp11 pe range r tlureuenr moos a ixs,ix. oy red-orange hn color. Flogs Mall not Ee al lowed to cover ony portion of 9.0T B-14 f1q ewrnm I u[zi iir. the sign£ace. T•13 Don I.J • . .0_ .7..:In'it ipn 1 1 Sign „ S. 'or_irl I D.';''''' '' 1 ,i-: • / ' l'i•rs 4. 110. ••. desiroble si g.ft.af 4. wood // \ /2 sign face ini I111. 2. 2. \' 444 ar block I ..,sign face .nI a 2.6 ..,,2.6 block 4 9. '--"'',...v.:n., in,nrir '1."' wiono, )".. - _L 21!6 Teo Length of skids nly be Muni.for mt... :0-. 410o"st odditionol Mani Mt, wealt soils, it,ioager .34.,....c,,,72...% Sfeew...the Ec..En1C,O. PI 071 tnan sign 55"min.in !Id? Top oPMI.tR• weak sails. holgrit 2, , 2 * See BC. l'P requirement / „g for sign height 24. 2.4 brace ,/ !!: 111 I requirement _....k______--.... - .',.°;,°,.?1:53'",7',.' 0: ...rtaiii ...., linin1 log \ screws H -1 l•- 7-1 Front 4.0 Mock 4.block OPT ION 1 lOirect S Einearronti OPTION 2 lAncnor Stii, and",51.6:TIII:IniOrcing Sleevel/ WING CHANNEL 0: Front IP. Vow PERFORATED SQUARE METAL TUBING "tWOcci4gY ! 1.4 SKID MOUNTED WOOD SIGN SUPPORTS V, GROUND MOUNTED SIGN SUPPORTS LONG/INTERMEDIATE TERM STATIONARY -PORTABLE SKID MOUNTED SIGN SUPPORTS 0 ; Refer to the CC.ond tne manufacturer's incr.icif ion procedure for eacn type sign supprmt. the mo.,rrum,Ifjn:;NuOre fontage,:cil I aonere to the rruanuf.turer'3 recortrtendation. la•.'!' Two post instailations can be ix,.for larger signs. 16 so It.or less of an/rIgiO !4'-'lgtwiPO1i•,''gOL`1.''''..q'..:.L'2,.1..•;', ' 1 1t2o o0 v 4a:o":nl;4WIl.y-LpI la3,s.t4'"1i1 c'..11 feat stIuh,be s:t1rp1a:lt1yeCw Ooo,l die s•7tth i.,e15 de_ra.i,.l n_l 3o s/aee11c.•t Pi_ol_ny\v oJ \o •, , s012i c.p3,erp a nsue.pl p3oo'nr,dt.s ujop5 oiIanthrint1gfs 4*.m,y,1,•',7T';o°.i:a"./1T rVlt. y;p 7/7 c GENmACBosg"inOoIWEoftiM c,rtR2Rh.otha ET A.of SCsespfLD HDutri OeWpoEicpemv RLNTeOoElA TOI dryn WOSIaS cgTnLTTbtsiEad EEenS.yT n eRS/CpdatheD OMHbrarlF S raeei GSE EsdnS UAtEgE,a S.gnEPPiRhcngtSPPB eS ANCHORSNYNFS bSao0TInodn1 L , E.TSm sfdRE erB, m0veeCtt EeuLtsH nr.sOODv do.NC,oiff AA rso. hTTcsrT"r. EHiI ygEOi Pr tNi vim, I 3/4•+1 3:4'1•129. tionimi„‘„,„, Maxim. Mininum Ori Med 1.Nei Is may be used in.assemblY.wooden s103 ,atr:! Male to nalei I2 go.support Post of Eq.feet of Soi I Wale 151 supports,but 3/, bolts with nuts or 3/13.4 3 1,2.• Sr r,' iag screws dust be used on every joint for final G 'T, 1 I 3/4-galx.round with 5/161 holes or I 3/4"it 1 3, ...ore tubing telescopes into sleeve I 3/4•.1 3/4"•52"Male to holel 12 go.senora perforated -- S' Size Posts Sign Face Erne..Required 4 t 4 2 21 4.6 1 21 361 NO 361 NO 35" YES connect.. 2.In name than 2 sign posts shall be eloped aithin a 7 ft.circle,e•cept for specific materials noted on the 0.21C0 List. upright num I tubing diogorial brace F2. 4.6 2 35 361 IES tetescope to - 3.Anten protect is complete.alt sign supports oral orovitle 7 MI, 1 WOOD POST SYSTEM FOR GROUND ...dation.snot I be rammed from the project site. i 3.•.I 3,4"•32.Mole MOUNTED SIGN SUPPORTS this will be considered subsidiary to Item 502. • to hotel 12 go.square perforated fubirp Cr053 brace ..Z '''' ' El See BC i41 for definition of•Wor.Ihration.• I la,: -owdarmai° :-..,,.:;,_40 5 pp,• mi.,1-„T,- . •L_•_•,. _ :44,4 _ --i, s' ,rh...,zncnTutdiorfortheeze.povfou:..g,rot.t. 4 mato sides,. 36• ..JIM' 0 1 3/4.a I 3/4•.12, 1 5 bolt SHEET 5 OF 12 2: I I tan ng gnt MI=ILI ti -fill-' Traffic eT!.. _Ar Texas Department of Transportation C1414,',Ii .1 Raids,to start on m P __- . going in opposite • direct.,Nina,. 'MOW .11 boc*el'k'frIl'inidcl. L le. 12 go. 2.,.2..52,. \ Corempletetlzkied BARRICADE AND CONSTRUCTION an la 1, 01 uPright , ...... .. 1 Mole to hole/ TYPICAL SIGN SUPPORT .0e1C1 ga. "Id----.-.kr."'/ weld starts here rt.,' , 12 perforated tubing skid 2"1 2"0 2" storX. 1 I i Male to holel Ilere „.11 5. 1 12 ga.square ,,.m SINGLE LEG BASE BC C 5)-1 4 perforated ! 32 ! Side View fusing sleeve welded to skid II. 6666-14.0en ow 74001 imitnatlan TnaT ImiTinOT (c)7492T N=L3002 ton sal aw I 111.0 0'1:1 SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 9-01 B-I4 um wain I WV Ye. 1 _fLJ • WHEN NOT IN USE,REMOVE THE PEAS FROM THE RIGHT-OF-RAY OR PLACE THE PEAS RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES BEHIND BARRIER OR GUARDRAIL WITH SIGN PANEL TURNED PARALLEL TO TRAFFIC ,The Engineer may approve other messages not specifically covered here.l PORTABLE CHANGEABLE MESSAGE SIGNS I. The Engineer/Inspect ea or snail arove all rtes...use]on Mr..a. Changeable mess.a ohs 1110151. Phase 1: Condition Lists Phase 2: Possible Component Lists 0 o Z. Messages an PCYS Mould contain nodare than B woraa Naomi four to eight antr.ters per Nrai,not inch..sample word.Such Oa•TO." SUM"€ •FOR,••AT,••arc. Action to Take/Effect on Travel Location Warning w,Advonce 'Foe,esslbulacollai9}°ip!'inglePncae,orr.Dpraaesrnor Road/Lane/Romp Closure List Other Condition List g iE. alternate.Three-phase mes List List List Notice List sages as hat at lawea Each pnpu o1 me message snoultl convey a single rnougnr,and must De u,arstood by FREEWAY FRONTAGE ROADWORK ROAD MERGE FORM AT SPEED TUE-FRI Itself. CLOSED ROAD XXX FT REPAIRS RIGHT X LINES FM next LIMIT XX AM- - die the word'EMIT.to refer roan es:,rats on o freeway.,.e., X MILE CLOSED %XXX FT RIGHT %X MPH x PM 'EXIT CLOSED.-Da not use the tern•RAW.• _p 5 Always use the route or interstate des.grot ion:IN,US,Be,FM ROAD SHOULDER FLAGGER LANE DETOUR USE BEFORE MAXIMUM APR XX- :a along^.rh the 0A0.r wren referr'ng to a roadway. CLOSED CLOSED xXXO FT NARROWS I NEXT UX000 °g'- o men; are the bottom of a srariorary COAX mesapae panel Si:pultl oe AT NH XXX XXX FT RAILROAD SPEED Xx o;,ninth i fur above me:fn. y..�ere pass ale. XXxx FT X EXITS RD EXIT CROSSING XX MPH %pen-%AM o'- Tne message term'NEESErlO"snoula De used ally i/ire warty i3 to z d star*m saruracy aprnirq ow end by s+wleay evening m mlenignr. ROAD RIGHT LN RIGHT LN I TWO-WAY USE USE EXIT NEXT MINIMUM BEGINS Aa+uol Goys and oars of warty should Da disa.°yea an the PM:f r^,r CLSD 4T CLOSED NARROWS TRAFFIC [-xX % SPEED MOfJ04'f e`' EXIT zxx YAK ,s to begin on Fr,doy evening waist continue into Mc.,morn.-�g. FM XXxx X.FT XX.XX FT I XX MILE NORTH MILES XX MPH y` e The Env ineer,lnsoeatcr Tay select one of two options which are a�'_ 'go«y ale for°;soiey'inc a tw.phase.mesage m a PCYS.Earn Dn°se roof ee RIGHT x RIGHT x MERGING CONST STAY ON USE PAST ADVISORY BEGINS diopl CeA0 fa either four seoanas each or tw tree!!Caps Lan, LANES LANES TRAFFIC TRAFFIC j US xx% I-xx E US tot SPEED MAX xx 9. DO nor'last-me9aWe3 cr rara3 inclWeO in a mess"A (Tne alSSage CLOSED CPER zxx%FT xxx FT g$� mauls be steWy b'rn r,conrinwus while a;soiayea SOUTH TO I-xx N EXIT xx MPH ,�� TO.D°rat present reauntlanr,lf.stash on a r.o-prase message;i.e. CENTER DAYTIME LOOSE UNEVEN aeeo,ng t.o lines of the aessage me sale as charging the m:ra j TRUCKS WATCH %XXXY.'!X RIGHT MAX x-% $ 11.Do not use ere wrtl-Danger ,n nessage. LANE LANE GRAVEL LANES USE FOR TO LANE xX PM- .$;� it'2:Da nor Aisp'°y trs.33we'LARKS SHIFT LEFT'ar'Ls0ES SHIFT RipH,� CLOSED CLOSURES XXX.(FT XXXX FT US XXX N TRUCKS XXXXXX:x EXIT XX AM i ! an a PC16. Or;vets]o nor vbersran]the message p 13.0o.not°,splay ORssages mot scroll hcr'izcrrai ly or vert.w•ly across NIGHT I-XX SOUTH DE TCU'R ROUGH WATCH E%FECT US xxx USE NEXT the face Of me sl gnu DELAYS TO CAUTION FRI-SUN E¢3 LANE EXIT MILE ROAD FOR `w IN.Tne ial Io.;ng+fore.Isis mbrevicBot.word and a prise phrases trot CLOSURES CLOSED XxXX FT TRUCKS ore aCceptpb le for use an a PCMS.Both words in a arrow must eeFM%%%x�3$ pis.leyea together.Ronda ar b:rates.ar on th L list should not be VARIOUS EXIT XXX ROADWORK I ROADWORK abbreviated,unless shorn in the NOTED. EXPECT PREPARE DRIVE :x%AM •w-aV 15.PCMS character heianr should De at least'8 inches for trailer.mooted LANES CLOSED PAST NEXT DELAYS TO SAFELY TO 1 g 53 sho units.The, al°be visible from at least 1'2 1.51 mile alp the test CLOSED X MILE 5H XAXX FRI-SUN STOP xx PM Should be'i gibll,from at.east EDO feet at molt End 80G fee,;n yNN doll;ant. Truck....lied units mot have a character height of 10;noes EXIT RIGHT LN BUMP US XXX I REDUCE END CRIVE NEXT anc mot oe legiole fran D le Igo leer. CLOSED TO BE Xx%%F i EXIT SPEED SHOULDER IL Each line of rest Mould bee centered red cn me.mssaga award tamer than WITH TUE left a right justified. CLOSED x MILES XXx FT USE CAPE AUG xX ry U. If disabled,the PCMS SOW Id tlefailr re all I.eg.ale°;splay mar w PC Siam eataisrs e.ail I ally be used fp alert workers tom ts. MALL %LANES TRAFFIC LANES USE WATCHFOTGNIG- oa& PCYS has f3if1rcticnea.A pattern Tall as d sen'ies or naizanra DRIVEWAY CLOSED SIGNAL SHIFT H OTHER FOP. XX PM- •pS„ gas is oepraa%ate. CLOSED TUE-FRI xx%X FT ROUTES WORKERS F %x AM Fig-'.''' XxX%xxx% STAY ergo NORD OR PHRASE ABBREVIATION WORD DR PHRASE I ABBREVIATION BLVD iF LANES SHIFT in Phase I roust De uses with STAY IN LANE in Mo.2 IN K' _ : CLOSED LANE K+t See Acpl,cm'on Guidelines Note 6. Access Road AC.S NO Major _ Alternate 14T WU Mies ul Avenue 1 AVE Thies Per Hour LPN Best Route (BEST PIE Mina WR APPLICATION GUIDELINES WORDING ALTERNATIVES Raulevad _gY0 Ilona. MON Br,tlge RR. NOrnpl NGRY I.Only I or 2 phases are to be used an a P.. I The wads RI.,LEFT uq ALL can be inter cannot .ANT North N 2.it 1st CMse Iw both/Sncultl De selectedetl tract tr'e Z.Roasts s; interchanged as swami.. grit Dort... .raise.N 'Rood/Cale;Rare Clasae Liar and the'Otter Condition t'Liswarm-Y De gr91�Ma IH,U5,5H,FY antl LP can be nfenCnangetl as 'ofe. Construction 3.A 2nd pnafie oar be selectee from ill!'Actian t0 Take/Effect WN57 AND Parking AXING on Tr 3.EAST,NEST,NORTH and SOUTH.or mbreviations E,N,N and Si c Arleda Rapti RTrowel,Location,General earning,a Advance Notice be InrerManged as appropriate. an 0551NG XING Phase Lists'. DETOUR RIB Right Lone Rt LN 5.HiglwaY hams and FREEWAY replaced to obaow ore. star Route Saturday 'SAT N.A Location uded is he first only if distort.pipe a location 5.ROAD,HICHRAY antl Instead cm be'nces if rm.., as needed., Nor pgNT i8 not ifrl Wed,n the first prose selected. Service Road SEWV RO v.AHEAD any De used insteps of distances,f r1Kes3a pst E Smolder sw_ON 5.If two PCYS are used:n sequence,trey mat are seam..DY T,FT and 4I,MILE and NILES intercnx apstDpind g3•°as apwopr:are. l Du.E Slippery SLIP a m,n,nam of IGUD/t.Ecch PEMS Stroll De limi tea}o iw phases, B.1i,BEFORE rod PAST interchanged as neeaeG tXtr9en°Y E1FR Salim S ails Mould be understand.re Dy tnaraelves: 9.Distances a AHEAD can be eliminated trot,the:mess 9encr VeniCle EAKe VEX SWinDourW path S 6.For awance notice,when me current acre is.:min seven days lotat:on Ohase;f use°. we if q Entrance,Enf.r ENT sSpeedouth of me actual oak pate,calendar days should bf replacetl with Evpress Lane ESP LN Street 5t tlayi of the week.Advance natif.Cation Mould typically be for E•aeneARY EXPNr Sunday S. sore than are week pia tp me work. X%XX Feet XX%X FT (e lee PHONE Zan M. FOg MOTeappr T. SHEET 6 OF 12 Free.. Feet,FRY rnrsaayary tHVRS PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR —74"• Ts Freeway Blacked Fey BLFI to Dswhfown to OWN. Operations FrimY FRI Traffic TUE CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (41 ,Texas Department of Transportation St heady_ Nagorvows Driving PA,MY I. Trov lets TRVLRS PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE Hdzadaus uateriol xA3rui Tues TNES UPSTREAM SIDE GF THE PCMS, WHEN EXPOSED TO ONE DIRECTION c6e°°aY HWV Uhler Leve. TIRE YIN OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION XiMwa/ HWY UPR LEVEL Harial 141,Ms Upper a, VEH,vf.NS SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE Infdr3orIan INFc rwniry NARK Ir Is Ifs Ar°`es°°T. WEU FALL NATRI%PEAS SIGNS MESSAGE SIGN (PCMS) — Junction JCT a.,L'm,t RT LIMIT n,Mien Fuli Yatr;v PC115 si LLfi LFi Mast R gls oreaa gib used,the cnrer beiglt and leility/sisibil;ty rlqu;cements shall be maintained as listed in Note 15 under'PORTABLE Left Lase lit uN Nestbartl rourei R CNANGsaBIE MESSAGE SIGNS'above. Lent Clneea LN C. f'7 I�wement ',ET PWt 2.Men Afire.signs,such os the -Flogger SisterIER20-il are represented grachically on the Full Matrix PCMS sign ono,with the WaCVaI of the Engineer,11 BC(6)—1 4 Lower Level L.LEVEL Nar a il- shall maintain the legibi l lty/v;sio;I Try requirement listed move, a-I/.dpl (a 7daTJa,TvDOTIm iwa07 la.lagci Lo•Lower L.L 3.Men syn..signs are represented graphically on the Full Maui.PCYS,they shall only su°°ILLMt the use of the static sign represented,and hall not sldst:ruts flu can ism as f vte•nr far,a replace that lion, mTXa07 pm..i0a2 I f Po., i.1 full mprriw PCMS may De YEltl to sieLlare a flosnih lemof designation g arrow board pravidea it..pets the visibility,floc,rate aM dimming requirements an Spin,far me y 9-07 B-li I OUT gLL oration v IN-nurser,US-number,SH-numtr,FM-homer cam si:e.tors sun LW war 7-13 ml I I ..Sur;gr.Refl.:tors chol!Cc pra-arzlif it,.corfnum th...rn1or run 111,11W Roar,.may.located.hind channel;zing clevIces in place for a shoulder reflectivity requirements of DIAS-6600.A list of MN..it.Borrier 21'5.7.1co'llePIP's:tl'c'tisrnacket Reflectors cm be found at the Aloterial Proaucer List wel,peeress toper Or merging toper,otherwise tney snal I be del I neotea w i tn tour twit cnonne I;zing shown on BC M. - 11 .v ices placed perpendicular to traffic on the upstream si.of traff ic. 2 Color of Barrier Reflectors shall be as specifi.In the MIMI,.the g.. c.t of.reflectors.11 be considered subsidiory to Item 512. 16• I. The fleshing Arrow Boord.ould oe used for all lone closures en aulti-Ime roadways,or slow 1 1.1 waving maintenance or construction activities on the trovel Imes. 2. Flashing Arrow...is should not.us.on two-lane,two-way roa.ays,detcurs,diversions now.s.cing of barrier or work on shoulders mless the'CAUTION'display Is.detail below'is used. l'i!'''''' reflectors is 20 feet. 3. The Engineer/Inspector shall choose all oPOroPriate Signs.barricocIes anrYor other traffic control devices that should be us.in corthration•ith the Flasning Arrow Beard. Sorrier. Attach the delineators as per s''.' Ref lectors sranufacturer's r.oarrendoCors 4. The Fiosning Arrow Board.ould be able to display the following symbols: LOW PROFILE CONCRETE BARRIER ILPCB) .._ ,,,,..- • • ? •• . CONCRETE TRAFFIC BARRIER ICTO) • • e 'i.".i See D 5 0.'VIM . •• 0. as'. , mug irof Tic is on one side of the VB.1.I2i Barrier Reflectors • 0 OP • ,1,,,,,n.mem.in aporatirrately the midsection of eacn section of CM. '''.w .el vernat•mounting I.ot im is uniformly spaced of one erd of.ch Cf9,this wi I I al low for attachment of a.rrier grapple without •• • • • • 'Intel i a minim.of •• • • IT'f ow..tne reflector.The Borrier Reflector mounted on the side of 3 Barrier Reflectat, _ e • o • • v.. ou Chi shall be 1.ated directly below t.reflector mounted on top of as per rrenuf.turer s • • th.or,ier,as Mown in t.detail Wove. recontendotions. .1 CORNER CAUTION ALTERNATI.DIAMOND CAUTION • • • 1.werw 09 seporot.two-say traffic,three barrier reflectors snall be nu...Organ co.sect'cn of Cl.T.reflector unit on top shall have t.pot..reflective faces lai•Ilirectional 1.i le the reflectors on such !:. e,ae of the wrier Moll have one yellow ref iective face,as shown in DELINEATION OF END TREATMENTS -'1' tra Odd 1 Move. • • • • • • gi.,' t...C19.parates traffic traveling in the sone direction,no barrier • 0 • • • • • • • END TREATMENTS FOR • • • • • • 'il thw wdowi die bet,supplement.. / un,ft.11,wpoc.of Borrier Reflectors Is forty.01 feet. n Pow.ent markers or te.mpor,fletiblethef'active rOackway marl.,tabs CIB'S USED IN WORK ZONES • • • DOUBLE ARROW LEFT 6 RIGHT • we • CHEVRON ARROW -a', oro.1 ROI be us.as CTB delineation. . i E.treotments used on CTEPs in worm LEFT I,RIGHT DV, 9.Wm...of Barrier Reflectors to C7B Moll be per manufacturer's zones.11 reef crasn.rthy standard, P.. rarongimoutions. as.fin.,!Me national Leopard., ii2„1,,,,,, dNiming or Clamped Barrier Reflectors s.II oe replaced cs Tithed. Nigh.,Researen Reocrt 35D,Refer to 5. .T 'CAUTION.display consists of four corner laidis flashing sinultaneously,or the Alternating :1. b,me EnqIneer. the CETCD List for approved e. Dimond Caution mode as snow,1.,4,-S 11.6.nolw slope barriers.11 be delineated as shown on the about cleto.1 6. Tre straichit line caution eisploy.s NOT ALLOWED. treatments end rarufocturers. 7. The Flashing Arrow Bard shell.cooMle of minis.50 percent dimming fron rated Imo.1teee. ft., The flashing rate of Me tarps shall not be less than 25 nor sere than 40 flashes per minute. B. Minim.lOop•00 tante snail be ooprowimately 50 percent for the flashing arrow ond equal ..i, BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS intervals of 25 percent for each serpent.'phase of the flashing chevron. 9. the sequential err.alSplay iS.ALLOWED, 1'1'.?''''• 10.The flosnong arrow aisplay is the 1.00t...re;however.the seguentiel Cnevron .use axing ooyi ipt operationS. Er: WARNING LIGHTS i t.tft.PF7a.l'i!ig Arrowdeoard snail be maniac!on a vehicle,trailer or other suit..support. .,,, 7.- 12.A Fla.ing Arrow agora SHALL NOT BE USECI to laterally shift traffic. 13.A full matrit PCAIS way Pe used to simulate a Fleshing Arrow Board previa.it mot.e,eib,,,I, 6' ii): 0 I.Warning lights Snail meet the requirements of the TAIUTCD. E.Warning I ients shall NOT.installed on borric.s. Ito.rote end dimming requirements on this.ed for the sure size arrow. 14.litinimLet mount ing height of trOi ler rrownted Arrcno WoaraS Should be 7 f.t from roadway 3.Noe A•Low Intensity Floating earning lights ore contronly used with drums.They ore intended ta warn of or mark a potent,ally hazardous to bottom of pont, C-Z% area.Their use Moll.os i.icated on Shia.eet andWor other.ets of the piens by the 10,610,61.0n•Ft...The Type A Ra-ning Lights she! not be us.rile signs=Mod..win,Type ker C,Eheeting meting the requirements of Departmental notarial Salmi ficcrtion 0145•53.00. w ] I'1 4.Type-C end Type 0 360 deoree Steody Burn Li..ore intended ta.us.in a.rier,for dei.neot ion to supple.,otherr traffic control .vices.Their use atoll be cs indicot.on this sheet ond/or other sheets of Me plons Ol In....,goo,an•SB-• 5.T.Engineer th...r 41".P14.F.11 P.41F1'.IP4d1on cne tyre of warning 1.ghts to Oa',situ led on the traffic control devices. REOU I REMENT LUND., ,..,,, ult.. MINSK,.NINSER ,,,,BiLuy ATTENT ION t - ' 6.frien,required by.the rgineer,.Contractor s.11 furnish a copy of the worning lion.certif icotion.T.worning8limi rinnufact.urer,•ii i '''. sla, OF PANEL LOWS ois,,,,,, WHEN NOT IN USE,REMOVE I cert'fy the worth,I'ants meat the recuir nts of the lotest IIE Purchase Specifications for Slashing end Ste.y.urn Warning L grits 7 .en used to detineale curves,Type-C ond Type D Steady Burn Lrehts should only be placed on the outsi.of the curve,not tne inside. 9.the focotion of warning i jet'',Ond worn.,reflectors on drums snail be as.own elsewhere in Nth plans. 1 30 w 60 C 45 v 95 13 15 3.mile 1 mile Flosning arrow Boards :hall be equipped with THE ARROW BOARD FPO.THE RIGHT-OF-WAf OR PLACE THE ,,,,,,,y,rii,,,,,,,. ARROW BOARD BEHINO CONCRETE TRAFFIC BARRIER OR GUARDRAIL. C earning Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS IT. authored swestitute mounted on a i.lyao 6 flashing warning lights ore in..to teMln driverS that Huy cr•ooprooching or ore in a potentially hazardous moo. drum miocont to the trove!way. 2.Type A raid=flashing morning lights ore net intended for MI inect1on and Moll not M used in a series. FLASHING ARROW BOARDS 3.A series of sequential fla.irtg warning lights plac.en c.nnelizing clew..to farm a merging toper may..ed for del ineoTion.If used. .successive flashing of the sequential warning liglItS 6110,110.aur from the beginning of the toper te t.end or the margin,toPer. order to ioentify tne desired venicle path.lee role of flashing for each light snail be 65 fleshes per minute,plus or minus 10(Imes. 4.Type C and 0 steady-burn werning lights ore intend.to be us.in a series to aelineate tne edge of 1.travel lore on aerates,on tow SHEET 7 OF 12 -'•=- - changes,on Ime closures,anfl on other similar concli t.0113. 5•TY.W.TI.,an.,Type 0 turning I I.'S Snail be installed at locati.s of eetai led en ot.r sneets in the elms. *. Traffic Operaffans B.earning lights.11 not be ins.I led on a arum that hos a sign,chevron or vertical panel. T fre rno,mom spacing for warning tights on arms snould Ste iaent.sal to Me channel icing device spacing. TRUCK-MOUNTED ATTENUATORS Ar Texas Department of Transportation :7.--- . tt ors ITIAA1 u.d on TwOOT facilities WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBST I TUTE FOR TYPE C (STEADY BURN/WARNING LIGHTS i•ZrZ.7"::,c...-.7.1. . . _._ e.irements outlined in the Notional BARRICADE AND CONSTRUCTION I.A warning reflector or oppravel substitute fray be mount.m o punt,.drum as a suoslitute for a Type C,steady ourn warning iignt at tne Cooperative Hig.ey Res.r..part No.350.NRP 350t discretion of the Controctor Lnless otherwise noted in the 2.oThne thwoe rnD.IZT Cr13e.flector.al I Pe yellow in color ord. plaannusfect...ine a Sig it lti trm I isteo (•Roree v.eth,e..Nnthuae.i teTfo1r,1)AsfPser ssF.in gFRM,FP.PFP PF LP..,,c ARROW PANEL REFLECTORS, 3.The warning reflector.011 nova a minirrun retroreflective surface area lone.sidet of 30 sq.re inches. 3.Refer to the CfaTCD for a list of Oppraved TAIAs. WARNING LIGHTS 1 ATTENUATOR 7.Gas ore re.ired on freetroys unless otherwise noted ,,..,, ound 4.Roma reflectors shall be ful ly reflector...,including the area where attached to the arum in the pl.. ".r"nC r'f'ct' -"r 6 S e SLOStra.niuSt refloerc tSiqvUea rseu,rUfuascte hoarweeo 0 yellow .'1FOF.FP. .the have m. ID..r c ..rm do no i . mn.po 30 to 100 feet in advance of the area of crew etroo.re BC(7)-1 4 30„,,,,,,e•,..„„, ,The,..of the wornINI rhilehton focing approach',traffic Shall have sneering meeting the .00 tin '' DTAS " ''' 1 l or cot.ona retroreflectivity re.irements for without adv ersely effecting t.work perforrrence. log TOOT ' 53 -Type B or Type c, 6.The only reoson o should not.requirea is .a work "„". 1.'''''W 'al[".7'al"' 7.Men used near two-way traffic,.th sides of this worning reflector sholl.ref.ctorized ea is s heore.aortn t roadway and tne work crew is an ..1.F.F.'"..2 '`'''F'`' 1. I "FP." 5.The warning reflector sheuld.counted on the sioe of the hondle nearest opprocening traffic. attended distaxe from the TIFA. Kumasi ..... 1 the rtrn.lnum spoc,ng ler warning reflectors should be i.nticol to the channel.ing device'Peeing requir.ants. 9.07 B-14 sin OLIO I wen 1.0. a• 7-13 GENERAL NOTES 1.For long term stat.onory wore cones on freeways.Crum snoll be use.cs Handle 1:._ .8 min trm proacry chenneltr,ng device. 1 If' jiwi T.snould not 9.6••dia.;typo ?.u4Fore,inct4ertorza•;•rrote te,r1s4tatiot,...wd:r,,kc:oz:4.,,,,on fbre4etrtzsr,o4ear,41.1osn 4show,r,104be :lo.owir.i,olorl.t ion for mount, !! sections by vertical panels,or 42'two-piece cones.In tangent sections one-piece cones,be used eith tne.rovel of the Eng.ne.,.1.aril" de.. I signs. glgOOMMIR I ..r.''''"'. if riersonne,cra present on tne DrOject ot all titres to mointaon the ,,,g , ,r.r _mumnima.______ ,riL'in 5iir''':-): 3.!rtrionne'll.EPing;:i'voce:'t'7°17rbe717n'tC:'oce.;firrierap':;,';rY"ons717or.ths'a%eft:;orgt!ro't 8' • Each Oruro e - sections by vertical/Done.,twc•Diece cores or one-Diece orries as I typl minion.of 2 orange ^prove. the E oneer. 2...stripes ,DrUllS end 3/ reit".OPTS sha comply with the rewirements of the 11,it 24.Sign 12'•2, a.1". , •i..i.=:. ..o•o.o==o Lo.ing Type A retro- errant version of t.•Tewcs Montiol on...in Traffic Control.vices• I..imam Sign Domms.ono Ver tical Por.e ...:'"•-? iTUDTC01 or.a the'Canal ocrt eark Zone Traffic Control Devices List" • •o.•-. reflective sheeting [Myron CWI-8,Opposing Traffic Lone mount witn cll..... •'a, ICW:TCDO. 2'act r immimmin aim"e top Stripe Ity., pe:ng orange. D.vicler.Drive,.gn 3170.Seep Rog,. sl,rog Wwn 47*.rds c - b DrXIS,bcses,and related materia.shall evhibit good...unship end .series or otner signs os appravea travel WO3 Shall be free from oboectionale oriorks or defects t.t would odversei, I i by Engineer offeot Mar appearance Or berv.....lity. ,-, 6.The Contractor shall hove a maim.at 24 nours to rbP,arb d',1 POost. :... -y./.• dr....tit".for...placement by the Engineer/inspector.The repocce- EIMWIMIIMMIIMIIIIMM GENERAL DESIGN REQUIREMENTS Plywood, Aluminum or Metol sign men}...ice Tull.be an WOro....•... .?...g ir substrates shall NOT be used on plastic drums 1,g; Pre.aual,f i.VI OS,C OrLSPS Shell I.Ifeet the fol low,rew,rorentro "per to al low a i o.Pbelosth%c+corptsns,s..,1 icbn: f;pcLec.e4d4s gotl 411;e,'Dbo:r4ly.,1 of the Orun shot 1 ,,,,,,,,..„pyppito,f1 p ..-_ 2 The pcdy mr)loose Melo owit ingather in SuCh a meriner thot tne bcaY SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED arum..'..i't seporates from the base Men impact.by a vehicle trovei ing ot a mee0 I•---- - ----- ON PLASTIC DRUMS l'''';'•! of 10 LPN or greater but prevents accoaental sewration We to normal handl ing oncl/cr air turbulence created DY Pa..,v..... II ' =.- —i 0707 e:; „gy„ ,Nest.drums moll be constructed of I ightweiont flevible,on0 o•,.- it i 3 defaroWle mate,ols.The Contractor stool I NOT use petal crums or single piece plastic arras Gs Mannelipation devices or sign supports lo Signs.1Sed on plastic artme shall be worufacturea us ng This deto,1 is nct intended E.- ..1 Citit6 6,10 I/present a.ofi le that.a m.nirrun of 18"cries in wirltn s.strotes iist.on the CIAITCD: i...i 6 at the 36 inch roomt when viewed Fr.cry airection.Tne neoght of I.fcbrication. See.te 3 or.t.Cle2TCD list for 34 Iran un.t lbody inst.!.on.Se,She I I.0 minimum of 36 iruhts or.1 a mavimun of 42 Inches. CP•61 .11 provitters of.croved Detectob.Pectstr,on 2.Chevrons and other work zone sims w,th on orange back... Shall be rrunufactur.•i th Type 9,or Type C,Drunge sr...meting the color Ma retraref leCTivi ty reaulrefent5 c g..-3 5 She'"ItIe'failltiegnel'70'Caralir.hC;07e'r'cr,"diZ;nord77::7 a:err' 7°.."7=d7;' Bo-,codes 'B....,.] NM I nave a noin.aum of two wile,soiree 9.6 ins,doareter Mies to allow attachoent of o warning 1 ght,porn,reflector unit or approvea T ,- ,„, .4. ,10:,,,, of 045-8300,"Sign Face Material,"unoe.otherwise specofied h the Po.e• 1,:k re!. 6.The 0V7Zio'n'a‘f Me arm body Mall have a minimum of four alternating 4111M.1.1 12 3.Vertical Panels Shall.monufactur.,th Or..cro•hote Meeting roettong the recpirements of DMS-8300 Type A ,--.4; Pron.MCI White retroreflective cirCunferential StrIpeS not less that Continuous=coin Diagonal stripes on Vertical Pcroos s1.11 slope With towc, i`0!g 4 incnes nor greater thcr 8 incnes in width.Any non-reflector...a space between any t.adjacent Strum.snail not enm,2 inches in _:,... 36' I '.11, i i for nond trailing the.ntande0 troweled Ione. ,. rg, width. .Bases mai i have a=NW.volt",Of 36 incneS,a roc•inum ne.P.Of 4 26• 8' .400'" 4.Diner sign iressages Itat or symbolic.ll.Y Oe usea OS =proved Dy the Engineer.Sign aimensions sr..not e•ceed 18 inches in wirom or 24 incnes In neoG.,...t for the 99 i'.1'.!3! metes,and a minim.of two foatholin of sufficient suce to al.Da. 5~ to be held down while s.crati.the dr...,fr.lhe base. _._ ser es signs discussed in note 8 below. ..„ 1, 9 Plastic aruns Shall be CanStruCtea Of ultra-Vialet Stc13.1iZed,Orange, ..i [...41111111:40° ,4 . 45. ''' 14100. S Signs shall be installed using a 1/2 On.bolt ono,.• roigh-clens,I y po 1 yeti,I en°oloOPE,or otner...owed mtenat. 9 Orue..f Moll have a ore,.tribal last....of ll lb, (4. i Qe a-.0 nut.two woMers.and One lock,..ter for echn ,unneCt•on. lO.Drun and base shell be narked with manufacturer s mare Erd.del nutter. .111110:00.. I\., Detectatole Edge 6.Stunt,Dolts and mute Moll De fully engaged and RETROREFLECTIVE SHEETING 4"Mite The 0.quately tar...Roots Mould not are.:ore tn.,2•.--. ;ncn teyond nuts.stripes used onCr•ro sholl be construct.of sheeting meeting the .11W-41 e sr ono retro...eat-•otY requirements of Ceprirtrantoi uoter.ols , 4 7.'Chevrons may be placed on drums on the outside of ctrves, Seep i f;cat ion 0.-113130, 5,gn Voce Wter i a i s."Type•reflect i•e on surging t.trs or on shifting toners.Wen us.in these sheet mg snoll De Supplied unless other,se specified in the pions. locationS troy,.ploced op e.ery Crurn or Sawed not . ! The sheet,ng sm.be Suitable(Or use on and shall where to the drum mere'tan on every third drum.A minable of three 131 surface'Lien mot,won vehicular recut.tope sn.t.ng shalt remain snculd te usea at each locat.on cal,.for in the plans. adhered ln-olgee..awn..no delts,not.,crocking,or"as of ratroref•ecti-ilty ether than that lass aue to oar.on of Me sheet eV 8 R9-9,Rg-tP,R9-I I cr.R9-1"5.0ewolk Closet,gros min surf.. DIRECTION INDICATOR BARRICADE DETECTABLE PEDESTRIAN BARRICADES ore 24 incroll•.de.y.vaunt.on plea c ortrs,., OPPrOvOl of tne Engineer. i .nen......Peoestr,cr 1sc,.ties ore alsruptea,c.o...or o.tne Direct..Indicator Darr.co.may be tosed in"Pers. BALLAST ft......,and otror areas wnere sp.IfIc direc.onai re"...in 1 TTC pone.Ms temoorory foci o It ias mai 1 De ...table ond incanse cr.cessipiiity f•aturee conSiSt•nt,, gulcionCe tO privere is necessorr•.Mtoal lasted Doses snail be large enotion to rata up to 50 lbs.of Sang. A.If uSed,tn.direction Ina Cotor eorriccile ellauld De usea Me features present in tne ew.sting oe.strler twilit, SHEET B OF 12 This Na sten f i I lea,th tne.11ast eater ial,Mould.igh Detre. in series+a direct M.crosier throuon the mons:rico and into T mere peoestrions aim•isuol disc,oitleS normally use the closee si.iwollt.a device that is cletectaale by c perSon ---A-' Traffic 35 1Ds Osiniouno and 50!Ds Imarimuno.The.1Iast may be sand On one tne"ter..*roue,lane. ',rations •i tri a v:sual a ism i 1 i ty traveling lv.ttl Me 0;d of a;long ca... to three scrod..seperate Mon the base,sand in a sand-fill.plastic 3.The Direction Indicator Barricade snail cons.st of.8-Dirac.. snail be woo.across tne fui o elatIl of the cleave Siasealk. 'Texas Department of Transportation Large Arrow,DVI-6/Sign in the•Ix•Shown w.1.11 a Place am. ease,or otner Pal OaAti.devices as aprv....Y.Englhee,StO.lha on.,,,,c,,,,,,,,,,,Typ.p,,,p,..r,„,,,,,..,,,,,,r.„...,,...,,,.‘,..,,,.., : OetectoOl•n.estrion wrricada stallion to the one pictured of scr.bags,Il.al 1.ed,noueuer height of sana.gs obake...TN' above,long.tuainol error...in;oev ices.save concrete Wave a rol i•-,th Ty.A remoref i ear i...meet Ong in alternating S. surface may not aceed 12 inches. 5423...MRTwOBBafhru eoaoucreuessi n oeylrlo Dd csttl.ha-:il.swdei,l d.nli c r aso hWuStttrbry ytie nbupubI ccueesl nhkrrkai eaasobgbtttfti otyil-i e orcinan.nao s.vt es bnuIestil cOcohae a od , bewen 40 lb cr 50 bs o Sneer t pes ndeetteecc ttoaallee peeaOgesntgr cionn bsaartris.caoLcletsc may ud pasn ogil.nbal n1i,Tss'lh1atti1[ohctryu1e,aal1o0d Cr uc4npod.sonCl eodttm eiImi ntsni neuet aerotunutSi resasn ei aan BARRICADE AND CONS TRUCT ION . we CHANNEL DEVICES ea BC(8) 14 holes in.bottoms so that.ter Pill not collect ale free'.Deeming wrricade rails pe shown on EICIldo.ovided mot tote tO0 MI, pc-14.0. .TIPOTrIMOD71..TROT IsuTADO T a nwarl Men struck by a vehicle. rai I pray i.s to smooth cont....roi 1 sui too.for'yard e DD.DOT Naar.,2002 cam Ion Am j I msn. 6.Ballast.11 not be pleiCed On top of antes. mai I i,•i rn.SDI inters.burrs,or VW',etlpeS Patton ,....u.,3 T.Aehesives may De used to secure Dose of drubs to.vemnt 4-03 T-13 sort I mon j wart ks. _,.., I I 0.to 12. 3.lo 12 I C.to 12 0 to le 12. . nw wripwron mon!bp n werticolrectonale with a I 1...------wl 1..--.1 1----1 1.-.7_ I I ' Minim.size of 12 by 19 inotoS. • GENERAL NOTES 2.andChevrvonoz,,reewdintie.;:nit..,so give.in:...ticry:fid,rca shor,,,,,o il f ; orlon.of oligneenteltn the aireotion of travel ..Work Zone channelizing devices iHustrated on this sheet may be installed in close procimity to traffic a.ore suitable for use on hisn or low .h re.rd to chonges in need roa0ways.The Engineerq1ns.ctor stall ensure that spacing and icle operc19ornms:,ithor tn,r....y. Iii:' o' ..0thnt ' 1/!r-I. no rioontol a Placement is sniform and in=career..with tne•Tewas Manuol on Uniform Se% ,ii! 3.Cnevrons,then used,snail De erecter]on the out Traffic Control Devices•ITIAUTC01. 5.5 4,1\ .:••" rto 7 min. V 457 side of a shois curve or turn.or on the for a,. 2.Chothall$1,devices shown on this sheet any hove a Oriwecble,f ixed or ii!fi i of on intersection,They shall be in line with Oartcale base.T.requirertent for selfthignting channel iZing devices roust .specified in the General notes or other plows sneets. ,, , , 3.C h ormelizing ft vises.solf•rIght1ng sursOorts should.used in work zone 226 / and at ricnt angles to.0roacning traffic. SeP h:acina should be such that the motorist always or or eas where channelioirg devices ore frequently impoct.by errant vehicles ;.,,. Lf ri,u::It or er.::::::,n::::::1:0 n.:01::::'.;°"'"::.:ci::::::::•:,7:::orz:in:::::::1::: d re in the olons.These.vices shot I conform to the NUM>on.1. -.- Pip, 36. for, at least SOO feet •Corrol ion,Work Zane!earl ic Control Devices List.ICW.27C01. e SuPDO It. _,,.. Scrielive 5.Chevrons shall.orange.th a blowli nonrellec 4.The Contractor shall maintain aevices in a clean condition a.reoloce retroreflective Type Bri.or Ty.Crs rent...)to the Engineer/Inspector.T.Contractor shall be rewired to maintain proper ..LL .r... ,-,2',, ,a. Z..•_.- Self.rionting ,,.mi,.... Deportment.Material Specification 045'9300. device soccina and alicosent. Sn1S - unless noted otherwise.The le.no anal I"met'Pc 5.Portople bases snail be fabricated from virgin and,or recycled rs011er.The ';..V FIXED depth requorertent5 of 1711,03110. Fiwed 3ose.Opprove0 LOnesive 6.for long Torre Stationory use on t.ers or portable bases snarl weigh a minim.of 10 I.. 6.Pavement surfaces shall be prepared in a moaner that ensures proper bond.ng '1'Z, -1--` Igrivecale Base.ar Flevibie tromitions on freeways cnd clivia.higr.ways between the atmesives,the fixed mosnt bases osol the pavement surfoce. AMesi yes shall Pe pre.red ond applied according to the manufacturer'S Migid or self.rightio. Suoport con bd used, Self-rient.ng Onevrorm moy be used to sucolement remarrtnendat ions. DRIVEABLE Plastic drum Out not to replace plastic drams. 7 the installation and rm...of channel!zing devoces stall not cause ..!.Zi .trimental eff.ts to tne I inal powertent surfaces.including pavement surface discoloration or surface integrity.Driveable.ses shall not be W I.Vertical Panels iSn 31 ire riorrrally used to clunnel He traffic or div.apPor.r.,...trPfne• CHEVRONS pernnttea on final pavement surfaces.The EngineerAnspector 0011 improve all a.1 ication and removal pr.edures of fixed bases. 3.to 12.• 2.VP's may.used in doytirto or cu.,one situations. ii,li 1.---.1 Tney may.used ot the eml.of'Mulder Crop-offs and ''. other arm.Such OS lane transitions there oositive Eng ime ond nighttirs delmout,on is rea °1 -!1-' d'VF:1 Manual Armen..9-treatment of Pavement". DrOp.a 5 e e Ct err'crri oi I 1111 ion t c:Lrtlf:r:o r n e 1:r r:1;'xhe";:n7C:to n• f• l'eli t'i ir 1 1°rD'r:re'!CI e nin csi Lr:L ei s't'" 6.S'IsCee'It'ing'.for tne VP•s snail be rethoreflective Type 0 spoo 450 495' 540' 45' 90 _L 4 .,-,1- 1 1114 4 114 1 Iti II I 1 I I---1 II I 111 40 .' 265' 295- 320' 40' so ov `41111 1_s_ conform.th Departmental Mote,.Specification CM5.713Cr 50 500 550' 600 50' 100' ,,,• 2- ,,,,,,d or self-rich,. unless noted ot.rwise. 7.Where the neialth of reflective material on the vertical 55 -L v WS 550' 605' 660' 55' 110 660 720 60 120 60 ' ' ' ' panel iS 36 inches or moater.o panel stri.of LONGITUDINAL CHANNELIZING DEVICES ILCD, _ 600 PORTABLE 6 inches I.LCOs ore crash.rthy,I igntweignt,deformable devces that oregy , 65 650 715 780 65 33 - 70 700' 770' 840 70' 140' connected togetrier.They cre not Cesignea to cthtain or r.ireet a venicle on impact. VERTICAL PANELS (VPs) .2•LCDs may be..instead of a line of canes cr drums. 75 750' 625' 900 75' 150 3.LCDs shot I De DIOCe0 in accordance to a.licotion ond inst s al lotior reouirerrents s.cific to tne aevice end, 80 300' 1180. 960 BO' .0' used only when shown cn the CWZTCD list. 4.LCOs should not be used to provide positive prot.t ion for obstacles,pedestrians or workers. L.L:Ialtis7rTO::Ir7T!'rvi!:77st*:7'!;;'f:::.thr., 5.LCDs shall.supplemented with retroreflective.lin.tion os re.ired for temporary borriers 5.1,05tetl Speed M. on 9C171 wnen ol..ratignly.ral lei to the travel lanes. I.Dpoasing Traffic Lane Divi.rs MILD?ore 6.LCDs used as barricodes plac.perpendicular to traffic should..at least one row of rell.tive theeting meeting t.re.irements for Dor..i .rails as shown on 901101 Woo.near the top of the SUGGESTED MAXIMUM SPACING OF .,i770707.v ices designed to convert a LCD al,the full length of the aevice. norm.one..y roaeway section to two•way CHANNELIZING DEVICES AND Oaeration.OILD's are us.on terrqscrory .___!. ...1 C70•4 centerlines.The upiord and downward arrows MINIMuM DESIRABLE TAPER LENGTHS on the sign S face indicate the direction of WATER BALLASTED SYSTEMS USED AS BARRIERS ____I-' -T traffic on either side of the diwider.The base is secure.]to the pavement with on I.Water halleated SyStens usecl OS borriers Shal,not tie used solely to channel!.read uSerS,but a.to orotect the cWhesive or ru.er weight to minimize movement ..some per the appropriate!Child 350 orasn.rtniness requirements bos.on rec.,/see.]and Perrier opPliCation• lac Tck cOuSed by a yen.,impact or•i.gust. Z.Water bollosted systems used to channel ize veniculor traffic shall Ix su.lerrented with retroreflective del iheation SHEET 9 OF 12 18' M or cnonnei icing oevices to improve ocytireinignitime ViSibility.They may also De S.Olemanted•ith pavement inarkinge. 2.ire MD moy be used in combination with 42. 3.Mater trot lostea systems used.barriers.11 De Wooed in accordance to a.lication ono installation requirements *. Traffic Operations cones or VPs. specific ta t.device.a.used only then s.wrs on the CITZTCD list. 4.Water ballosted systems used.barriers s.uta not De used for 0 merging terser except in iow sore.Iless tn.45 101m! ir Texas Department al Transport/Won ii, 3 Spacing.tween the OTLD shall not exc..500 feet.42.cones or VPs placed.t.en the MO s snould not exceed 100 foot.acina 4.The ORD s.II Pe ono,with a bl.k non. reflective legend.Sheeti.for the MD shall urbon[meas. When used on a t.er in a low speed urbon orea.the toper snail be del ineoted ono the ta.r length - should be designed to optimize rood user operations considering the ovoi.le geometric conditions. 5.Shen water.1Iast.syst.o used as Dorriers.ve blunt e.s exposed to troffic.they sh.10 De attenuated as Der manufacturer reccarrendatIons or liar.to a point outs.the cleo-zone. BARRICADE AND CONSTRUCTION .. be retroreflective Type Br,or Type Cr,conform'. CHANNELIZING DEVICES El 10 Deportment.Material Specification 17115-9100, If used to channel,.pedestrions,longIt.inal chonnelloing devices or eater Dal lasted _, unleSS nOted otherwise.'he legend shall wet systems must have a continuous detectable bottom for users of long cones ana tee tOD 1.requirements of 0M5-9300. of the unit shall not Del less than 32 inches in hei.t. BC(9)-14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS ,..L. sextrlio. .No 109011.110011em T.T loi1.01 ' OPPOSING TRAFFIC LANE DIVIDERS (OTLD) LONGITUDINAL CHANNELIZING DEVICES OR BARRIERS 0,71x0011 verber 2002 m 1 n an mym. 9-07 9.14 7.13 am outs I INV ka. , _LIU I TYPE 3 BARRICADES Ethan rood,of a _ divitlea n^M•ay snpll ROAD w.wt \\—� 1..here positive reei...tiiona Refer to the Compliant Work lane Traffic Control Devices List IC12TCD: barricaded i the sate. _ far detoi is cf Me Type 3 Barricades onto a list of all materials a BII-2 CLOSED yi:is L20-61 camil'ity is provided,drum:.used in tn!construction 01 lux 1 Barricaes. eQy b!omitted. gE 2 type 3 Barricades Moll be used at each era of construction MJ IOL v-1pe n oral ecis elo9td to all traffic /ra 2 Prost,c construct,an fens ino j: 3 Bvricode9[.rending amass a room,should nave stripes that slope :my be used rim Wm*for s.r'e mwnwwa in me direction toward onion traffic mist flint in xraar'inp. i:/ safety as requires in me Plana. rd m Wen darn right me loft urns are provibed,the chevron air ipinq moY �� 00t t �=� \` 3.VMrical Pone.on flexible support q slope awn•ard in bath directions front me center a/the barricade. y. �-/ y x substituted for dram Men the i Where no turns are rections at a closed roan striping real should SIpCe -_ `' v -- \ 7YFicpi i `� Plast'c Arun shoulder r'itlrn is less man 4 fact. downward in pain directions toward the Center p(foodrmY S - 4.Iran ire Smolder width is greater 2� + Striding of roils,to me rigor sine of ire rorawain.Sir,euld slope 1t�`f PERSPECTIVE VIEW roan ti leer, rea'y-burn lignta mMwartl ro me lest.Far the loft a'i are m/rile rooc.oy,srr'ia into should slope mwnwpra to the right. . / 30 tear nay De phi trod f arurs are wear. o � laenti/iafion Sark;Igs nay be shown only an the back of me + ,wy These arms 5 pions must Wend the length rn- Carrico.de;Is.The maw Seam nDe I"at letters and/or capanY Sago :+ Y / . �.'��areanot reWirea of irw eu'varr wi den:ng. a used for S Shall in.De stall De for e-waj roadway 3 a .. Barricades snpl l rpi be placed pool let n fibrils:mess T adequate PERSPECTIVE VIEW De`cur ,\ 3 oleo zone is provimd. Ractlway ® LEGEND �.. Warnug lipnis shall tqi x inatallM u barricmxs. 4 ' Where barn icades rep of the we of wefonts to keep/rats turn.ng aver, ® Pies,arum g`r the use o1 sonmags•,tn aryl crnesia less Sma,s recah2naee-Tne bIl q,' d `,.ya earmops w:l C¢tied shot to heap the sdntl Iran spilling Type 7 parr.canes �-7Y i ® plastic drum with steady din light - g and ro The three rai Is en c i 3 maintain o constmr va,gnt.Saud bags snot,not be stocked n o nCrner shot be ref lector�Setl orange G1tl e • 1hot savers a'fy portion of a Carr�cae roils fef ieptire Sorer:ng, reflective white stripes on one six ID \ err yen for warning reflector gam Rock,concrete,.font,steel or other sprier abints will NOT be fm,rg one-way trot f,c oar born sides is g w$ permitted.Sandbags Marino we gh a minim.of 35!bar an at -� d a sc,:msl of for tat-way traffic. ']F+J Steady burn.fining ignr o 4-a 50 Ibs,Sandbags Shall De.tree f a treble that rears upon Barricade strip,.le snoule slant - or yellow warning reflector o VMiwlar impact.Ruttier Iauah 6 hire inner tapes,Snarl oar be used downward rn the tlirMr.on of detour, H craft,Type 3 Berrie.. 'e �I -� width mopes it nacessrr Y•im.nimlm,of? a' }p Deparrrtental 4aer�al SpCilicct.an D45-B300 tnless anerw'i se noted n'imm p1 10 lees bMrntl amp nay,.of 4 aruel giS Advance sign`ng star de as sae- rerc foe ese. -n ttd Fly PLAN VIEW e a,gb Barricades shalI NOT PLAN VIEW be used as a sign support, ±!g TYPE 3 BARRICADE (POST AND SKID) TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS . Minimm a' °- I ' ` T Wtatn al Sao mom,na! j gNlecr,ve THIS DEVICE SHALL NOT BE USED ON ,Sa �° /6've-✓ 7 i ores. 3'_a CONES PROJECTS LET AFTER MARCH 2O14. k TYPICAL STRIPING DETAIL FOR BARRICADE RAIL �2 n'..“-to orange � 6 t 2�.m to • _ IV'm ,..“-to �- qq 9 min..B'ono I-s�s 4- 2"m 2• a €i; I�- - -. I 16-m �Z.m1n,orange q. +~Q' IQI 4^mim.7- a^m n.venire �1 6"min. 3'min, d a" 42' EDGELiNE o car -- _ — t, - 42' 2'min. 2"to 6" CHANNEL I ZER mk. /,' 2B" urn. n min. m n. S,i richer /...../w1► j 2B" 28 L hi.ro. 1 min Stiffener.my a .eioe r au of s ra into _� �n ih,s device,s interAetl only Ion usB in place a/m vertical pore,to z sr!e..rs.na r be p..cwe]_n_re acrr.,cop cnaaelize traffic Cy indicating the edge of the trove.lane.1t is rat imenaea ra be stied In tranaitiara or rapers, TYPICAL PANEL DETAIL Two-Piece cones One-Piece cones Tubular Marker 2.This xvice shall not be used to separate Ion.of traffic.apposing FOR SKID OR POST TYPE BARRICADES or otherwise:or worn of objects 3.This xvice is Dased an a 42 inch,two-piece cad•itn on alternate str;pina eettern:fair 4 inn retrareflective Potosi rim en Alrmr.a-c: AI remote �..� `\ 28"Cones shot I nave a minimum weight of 9 1/2 Ibs. apOro.imote?inch pap between betas.The aplar of rtw Darn should er V correspond to the color of the eageline ryellaw for left edgeline, 42`2-piece cores s. I I have 0 mme. weight Of white for rigor eager inter for win,chat the xvice;s substituted or for M'rch it supplements-Tne reflector zed bands snarl x rerrareflect.ve Appro.. Orun;,v r,ccl Fails or 42'Cones spprp,_ ® 3D Ibs, Including base. Ty.A conforming to Departmental Material Specif,cdtion W5-830D, T 5o at 5a'mp+i son spocinp 50' unless otherwise noted. Yk *I <.The bane oust.eign a minimum of 70,oc. Min.2 arms Traif is cones are r;eular makers shoe!be preeminently orange,and SHEET (0 OF 12 Alin.2 o-urs Tiaffk or 1 Ty.3 ® meet the height as weight r[y4 irmlmis shorn move, D�affk ens Ccrricax 1 Type 1 E.Me-piece canes hove the body are]base of the cone molded in one consolidated Oa-rice. y and a see-mate ribber base, STOCSPiLE ani t, Two-piece cones have o cane sr:med body ,Teens Donor...of of Transportation Or arm last,that is mace 10 keep the devlCe upright and in piece. _ 3.Two-piece canes my hove a henale or loop e.rena'inq up to B.came the minim. CD height snow,in craer to rid in retrieving the xvice, 4 Cannes or tmular markers used et night shall nave Mire or`mite as wan. BARRICADE AND CONSTRUCT ION On Y r ❑Oesirm l!❑ ❑ ❑ ❑ reflective Pon.us snow.more. The reflective eras snarl I nave a morn,sealed pne-r s q outer 00 Type onto thee,the recuiremenl3 of Departmental Material spMlripmriM CHANNEL I Z ING DEVICES Mons Wean- srmhpi le locar,cn �. \ Dens-e3DD type A, a barri Fade,'lay be is oufsix s v Inconel:zing devices parallel re iraf,., 5.28-Cones end iwular'mortars ore generally St1,001e far snort dretipn One anti tied here clew tang. "mule de used when stack,. short-term stationery work es defined an BC:41. these should hat be used r within 30 from travel lad.s far inter-sedate-term or long-rent stationary werk We.perSIXNe!is.-site Q to maintain them in their prrxr upripnl position. BC O u 42"fig-piece con. dr ,vertical panels Or Mum are suitmle for ell work zone -- - m durations. i ea-l4.oe: mTadOla.Te0Tl9e�7sWi Ia,T.pa' and m Conesn etubular manxers urea an epee project anould be of the sarc size DT.Wi keynoterkeynoter2pC2 moon oC TRAFFIC CONTROL FOR MATERIAL STOCKPILES 5-oT (-ISsl. Din imulin warm ww 7-13 lw1 :-- mprr Fie.;L,i-e-F-Zer;ecnvz , WORK ZONE PAVEMENT MARKINGS Teoay DEPARTMENTAL MATERIAL SPECIFICATIONS Roadway Marker Tabs PAVEMENT mARKERS tREFLECTOR12,01 DMS-4200 0 GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTONS DMS-4300 EPOrf ANO ADHESIVES DMS-6100 OE I.The Contr....shall.responsible for maintaining work zone crld L Pavement marking,that ore no longer applicable,could create confusion TOP VIEW FRGNI VIEW 510E vIET. 'i evIst.ng Rovement markings,in ococr.nce with the standard or direct a motorist toward or into t.clas.portion of the raceway Wei/loath:ins and specual provisions,on all roadways open to traffic shall be reroved or obliterated Wore the rearlway is opened ta traffic. BITUMINOUS ADHESIVE FOP PAVEMENT MARKERS 03.15-6130 ao 2 r' PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-8240 !ff within the CSJ limits unless otherwise stated in the plans. 1.1..cve shol I not Dept,to detours in place ler less t.n three 1 ff.,7..e-,:w-..0.7-4i 1 TEMPORARY REMOVABLE.PREFABRICATED :4; ' 7.'°„r...=',In-th°,,t7:7r:`,1,r2,,'n',°,:,;?),`,,72:771,14:?- days.where flOggers and/or sufficient chonnetizing deviees are used in lieu of markings to outline the detour route. 1 PAVEMENT MARKINGS ..m.... TEMPORARY FLEXIBLE,REFLECTIVE OMS-8141 ,,,,, 1.Additional.01,1emental.vmmnt marking details moy.found in tne 3.Povement trorkings snail be removed to the fullest ePent.ssible, CMS-8242 2.-2 4'... --I i POADWAT MARKER TABS Pl..Or specifications. so os not to I.ve a discernable mark.ng.11113 3.11 be by cany method 'ET,2 unproved by TabOT Specification Item 677 For•E I irninoli.E•isting HAM Acne,ve pact we, I,Povement marrings shall be'installed in ccaordance w..TIMED iht of sn.ting A i i st of prep./al i I i ed ref 1 ect i ve mai secl pavement markers. Pavement Markings OM Marlprs-. um- and as sho.on the plans. Is usually more trial non-ref lective traf fic buttons,roadway marker fobs and nth. ,ki!; 4.The rernaval of pavement marking:may requir•...foci.or seal 1/4-C.less Mon 1-. pavement markings con be found at tine Material ProaUCer List ii.:; 5.men short term markings....required on the Plons.Snort term coating p.tions of the roodway as aescribed in lien br I. woo ad..,shown on BC 11 I• twrings snail conform w.th the TMUTED,tne plans and.tai Is as 'EU .0.on the Stondora Pim Sheet CISIIDAL 5.Wiest to the ooDroval of the Engineer.On/method 1.1 proves to be ?wh orb successful on a particular ty.Devote.mmy be used. STAPLES OR NAILS SHALL NOT BE USED TO SECURE ,,, 6.wen stanaord pavement morrow not in 010.O.tne roa., is opened fo traffic,DO 1,01 PASS lions shalt De erected.mark 5.Blast cleaning may.taecl Out,I I not.rechmea unless speci Leal ly TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER tre beginning of tne Sections enere paSsing is prohibited ova shown in the plans. TABS TO THE PAVEMENT SURFACE r'r PASS NIP CARE 3.gns at me beginning of sections w.re passing 3...ad 1 t el. T.Over•painting of the ma-kings SIIALL NOT BE permitted. -- . B.Removal ol rois.pavement MCrterS Shall be as directed bl ff. 1 oli'f'ro',2e 2,°!;17;17L'nce."POrve'1 c o rtri1Por" i ngi no!!'i n"i n°C"r'in"... . Engineer. ' Temporary ttevible.reftectire roadway marker fobs es.os...Irks .-i.' B.Removal of en's..Fmvement moriungs and rocrkeri.111 be puid for directly in accordance with Item 617,"ELIMINATING EIISTING PAVEMENT shall meet the requirements of DIAS•e141. RAISED PAVEMENT MARKERS MAKINGS AM MARM1ERS,2 unless othcrohle stoma in tne pions. 2.Toes detail.on tnis.eet ors to be inspected ard acme.by the Engineer or designateo representative.Sompling a.testing is not Ft R.3.rove.,"I./kern ere te RO p.c.,oFFFTD,"11.The...F. 10.Black•ouf marking N.may be used to cover conflict..e•i st I. normally required,..ver at the option of the Engineer.either-A- on IIC11/1. or-V.low may be imposed to assure quo.,before plOCerent on the 5 T.., markings far periods less than two.03 W.upprovnd by Ina Engineer roadway. Ri.E.. a Alt raiseal.vement mark.:s us.for werk z.e rrarkings.11 meet ,4 the rewirentents of Item on,-RAISED PAVEKIIT IJARSERS•cod Dwrtmental antorlul Sp.;fjcotion 01/5•42110 ar 0115-1300. A.Select five 151.more fobs at ran.from each lot or sniseent and s.anit to t.Construction Division,Materials ond Poverent T.E.. Section to.termine specification compliance. .Select five 151 labs and perform The following test.A.,five get! PREFABRICATED PAVEMENT MARKINGS 9 T,,,t; (5,t.s at 24 inch intervals oll an asphaltic Dovemen1 in at .2'.4 I.Asi'llEne1:.efoaricated pavement rosraings shall meet the requirements straight line,Using a medium size passenger vehicle or fn.., run over the morkers with the front and rear tires at a speed . o of 35 to 40 miles per hour,four t41 times in each direction.Ho ;si 2 wor.....rre.i7v,tizop,a,eofrr,,Lcstortja,:avenent.rkings'fall bac,shall moot more tht.Ono II/out of.five 151 reflective w.f..5.11 be lost or d.sploced as a result of this test. Smoli.sign variances may.noted between tois manultschrers. ...;?..! MAINTAINING WORK ZONE PAVEMENT MARKINGS ,See Stcrubed Sheet WEISTIMAi for.placement on new powents.See ,....,, ,.::, ,fr..,,,,,,,n,,,,r:1:,..,r,n.,,,,,,e,tzr;esior,,:lts.le for ma.ntaini..rk acne.verrent Sta..Sheet TCPIT ll for fob plOcemant.seal coat worl, ? ea.10no pavement markings snail oe inspected in accordance with .freo.nCy and reporting requiretents of rm.,zone traf,control Plaice.nspections as repaired by Form 599. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS 1.1.port.ngs.ould pre,.a viSible reference for a minimum dist..of 300 feet during normal daylight.urs and 160 feet Olen 1.Raised pavement mortars used OS guidermyks Snail be from tne opprovea ill...fed by auto.'le lombet.h.d1 ion.at nig,unless Sight product list,marmot the repairements of INAS-1200. diatom°is restricted ey rood.y geometric.. Z.Ali temporary construction rais.pavement Irorker3.ovidea on a .oject.11 be of Me scare moval.t.er. a,ricro.ngs foiling to meet this criteria within the first 30 aoys after p.mment shall be reploc.at the eroense of the Contractor as per 3 Achesive for guidernarlp shall be bituninous material not applied or 5peci f ication Item 562. but,rubber MCI for all sarfaceS.or thermoplastic for concrete surfaces. Guidefrarlo shall be designated Os: YELLOW:It.amber reflective Prfaces with yellow body/. MilIE-lone siiver reflective swface with.ite 13.11• SHEET 11 OF 12 *. I Trail, I 00,0 flops ,Texas Department of Transportation BARRICADE AND CONSTRUCT ION PAVEMENT MARKINGS BC(1 1)-1 4 GO emt4.0. .1401[lar.T.00tier.irOOT jaw NWT II T:=995 own spy we I awl. Z.31 9411 '' ant C.11 I wear re. l-g1 Li3 .. _ ot•az B.. j_p_LI PAVEMENT MARKING PATTERNS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 60" 3" T e Y buttons g6 TYPe II-A-A YP DOUBLE "•Ia" L. o 0 0 p o 0 0`p 0 0f p p °� t0 to,Z" a Type II-a-A T P•rEx[xr a to 12- ri v 1 10 to 7(2" YDe II-aAA-A v°/i, w•P•as r❑ 0 0 0 ❑ 0 0 o p o 0 c ❑ , t j PPa aC ° poo la ea Cabe av NO-PASS ING 4" i':' GJ Yellow i Ye t l ow o o c p o o v a°v o o-AP °P o c v°o 0 o L 2apaxr 4 to 12" ` ot- Type[t•A-a ° Type Y buttons LINE ,xpa -� \\\ `5 REFLECTORIZED PAVEMENT MARKINGS-PATTERN A RAISED PAVEMENT MARKERS-PATTERN A Ye!Icw - Type 1-C. I-A or II-A-A TYpe W or Y DU,OOs a- EDGE LINE 110 lk _- SOLID P.O..? ❑ 0 0 0 ❑ 0 0 0 ❑ 0 c ❑ ❑ 0 0 Type II-A-6 ?, p� ,} C., LINES OR S[NGLE x�"eS E' p v;o❑ 0000000oaooco000 60"•3" �'- O0p o�0 0c } c= qOp oO0 NO-PASSING LINE '� -�Yel Ipw ,,-!E�� \\ Jt 4" Waite or Yellow g€$ % to B y/Typo Y buttons 6 t0 B' Type tt-4-A vp�v 5 REFLECTORIZED PAVEMENT MARKINGS-PATTERN B RAISED PAVEMENT MARKERS-PATTERN B Type i-C Type W buttons WIDE ..lop di -•{ H 6°._3. '.1' P°itmn A;s the rol t,SrmdTd,however Pattern B 7..to used.f:pprcvep by Me'''.xer, P•aEUExr I-2.�p�0 0 0 ❑ D o 0 p of O o ❑ P Pre/per:cated m_r.r -- Zed tl 3 -c a,.,..��°_.�.re.lp,....r c..rm�,r.-er. LINE WP•u: rp a o o ❑ 0 o 0 ❑ 0 0 0 ❑ b r.t B. u........ TUN ewx"EL.,,r .Ff:E[N.IZEr- imirimmilmilmon CENTER LINE & NO PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO WAY HIGHWAYS „a„E„T1Ki14Y99t, ..vEwxr WIOM•cE L••(.xu21WA x•.•Ixc3 White °w Type 1-C °gp / Type I-C°r II-A-A- o0000C00000000oav000000000vvon 000000000 , P°•lwr c ❑ ❑ ❑ ❑ ❑ a TT 3k� wn're� a TYPO w buttons�' /TY00I•Ccr II-C-R a CLINER '"nE"4 I.-10-we--30 —4 I.5I 54 -YellOw °co poo sac .0., op °pP oPp `1 Type!-A a OR e..� o ipype r bvuttons� 0 o o v o n v 0 o 0 c 0 0 o v 0 v a d o o a o o c O v a c o o 0 0 o c P LANE le-40 1 1 el xFELELz:,.:a o ❑ / vo00 00op o0°°o0° °°000000°°00°0°0 LINE wu.lfl4„Exs ��.I l—� `A E Whita��el mew °TYPe 1-ao coo Type r buttons,' -\ pop oec �10' 30 "I wn'te or YeI I°w coo BROKEN Type 1-C or 1-e-a E.>, ryP0 W out tons, LINES lwhen rewired, __ n1^ oYPe 0oaoa' 00 oocooa0o oa00 p�.ac0• ..cov v - -- REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEAENT MARKERS O ••,scs ❑ ❑ 0 0 0 0 0 C �I AUXILIARY .v0`Si 13 1, 9 I J//� � PrefObricatea,markings may be subs,toted for reflecteraeo...spent nark Type 1-E v v a° I` 1 Type I-C or II-C-. OR o'1° EDGE I LANE LINES FOR DIVIDED HIGHWAY LANEDROP e L I NE P•.usEO Ii o G vofType 1-C /� u•..Eas I 3'I 9' �Y wr,;re/� '� ooP pad moo c ocn Typp II-A-4 Type Y buttons REMOVABLE MARKINGS 5 -6'I'�I °- 00 000000000o0c00o 000000ue0000G0009 WITH RAISED ' l 0�n PAVEMENT MARKERS (♦ �� Tse Yellow wn:ref °O coo moo p oao one If raised poverrent markers pre used ` to supPle KY ent REMOVABLE rk Tads, Rc,sed Pa'.ement Markers ___ Type 1-C Me nKlrkm sr b al l be opal Tea to me REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS top or OW tape Of me cepr0x;more mid IPr ed for bro of,ppo usken vrefpbr,cated markings may be substituted for refle°tor:Zed Pbverent merM'•ngs. :i es T at 20 foot spec,for I 4emm soup lines.,his allows an easier 20 •1 removal a/rai add pavement porkers [��rmliae only-not tote used°dogeImes LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS mtl tie. 1 SHEET 12 OF 12 - CI ----' Typo I-0. a )f. ' 0araificens - 0 0Pc poo Coo �oo apc P//P1Lc,, ,Texas Department o/Transportation DWG° �Wh.ta - 0° o o o fir' - p° 54„,,„d.. og - Mel l0W °Cp ° TYpe Y butipr.° a°a °° Type°I1-d-A °°ap °aa0 BARRICADE AND CONSTRUCTION — — — °°°paap °°°oaao' °oo��� pp° !A n°°° °p° PAVEMENT MARKING PATTERNS ° ° o n p p a o Rai Sea Pavement markers used as standard Pavement mork,nos snail be from the approved mem � dap 000 pop pCP OOP OP- product!lint and meet the White ` liem 672-RAISED PAVEMENT MAP P.O Cnta of `yPe`` BC(12)-14 REFLECTORIZED PAVEMENT MARKINGS RAISED PAVEMENT MARKERS oe-11.991 '.JOT ln,r.egt 1o. m,i.0di� r,oc ww Prercbr.coted nark.,may be substituted for ref l coati zed°aveeenr rrark,nga. �T.BaT February ISMI ern earl a it.. TWO-WAY LEFT TURN LANE Nesmos 9i 9-oi Or: 7-13 BMmen west w:. I-02 9-li ,ae1 Page 658 2011 Edition- Revision 1 Table 6H-2. Meaning of Symbols on Typical Application Diagrams • • • I Shadow vehicle ••••• Arrow board• • itir Arrow board support or trailer Sign(shown facing left) 0 0 0 (shown facing down) 11. -----1 Changeable message sign or support trailer e Surveyor Channelizing device Temporary barrier ■■■■` Crash cushion 0 Temporary barrier with warning light Direction of temporary traffic detour Traffic or pedestrian signal ••-0•• Direction of traffic Er's° V\ Truck-mounted attenuator Flagger ( . , s,) Type 3 barricade 1 High-level warning device (Flag tree) Warning light Longitudinal channelizing device /// Work space Luminaire ����� Pavement markings that should be Work vehicle removed for a long-term project sa.,..._...,,.1 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 Formula 10'Offset 11'Offset 12'Offset On a taper On a p tangent 30 2 150' 165' 180' 30' 60' 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: r.r.TT TO STOP _ shall ..11 1..., located 1-..,7 before .,the Flagger symbol sign. 4. A BE PREPARED D sign shall be located beior� sJ m..ol 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) ab'3H`d\K -Th N21OM , T ` (WON� t Note:See Tables 6H-2 and 6H-3 • i for the meaning of the , dOlS01 T symbols and/or letter codes used in this figure. 03ddd38d) \ 38 x X See note 2 - Buffer space (optional) Buffer space (optional) See-note 2 X /\ x /13\E PREPARED ; PTO STOP/ / ROAD `., '1• 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. - I 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) / \ ' GV3HV END MOM ROAD WORK OYU/ 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. Er1/2I L (optional) -------. 101110(optional) • t - 1/2 L V 10 feet MIN.to edge of pavement or outside edge of paved shoulder • MOM Od08 ROAD 0N3 T ,j, - WORK AHEAD i 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. Sect.6H 01 December 2011 2011 Edition - Revision 1 Page 715 Figure 6H-28. Sidewalk Detour or Diversion (TA-28) 7 r i - -I I— —1 T3 .--- I— -__I L— —( I__. L` c L_ r 383H SSOO 3 03SOl�NI-aIS • 36 inches _ MIN. SIDEWALK i CLOSED A _____Yi ,_ r ,. 1 1 SIDEWALK CLOSED _ LCROSS HERE —I [___ '1 L— _I D. J I_. ,/ ROAD \ i -ROAD WORK ;� WORK ; -- ' AHEAD/� .;\AHEAD ;' / t (optional) 4 t \\_// 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 1 --- - -- I I �. /. I I LEGEND I ®Type 3 Barricade •■ Channelixinq Devices Truck Abunted ROAD �1]Heavy work vehicle ® ,trenuoror ITYAI I I 65 ♦ . WORK AHEAD I rrel ter AIOV hew a :ossabl•[�parable �7 r(L, /� /� ilownlnp Arror Boors opa 5i 1R[Y5, au V 14 a ROAD </I`EJs Ce20-IU g �j I/ END i Sign a Trp/11c Flow 6��d wORK 46'Y 4e' v V ROADWORK dapper • ! END IF lags- Q Flap �: 2 I 3 AHEAD I ROAD WORK See note II 020-2 ^� F Y IF1oig 10 I 4B'Y 24' Yinimm 5uppesl.a Yb•l,nan Y,nimm - 4B"x IB' a' 8 020-2 ISee note 2,A� .V11 4 Spacing a/ Suodesled g. ♦ •. S�oprot•11 I 4■'Y 24' Posted iornul0 lope,Len',,. [flannel t ring Slon Loral lux lnoi ISee note 2,� SpeN 044 [ley ices Spa k l'p suffer Space ..::1.- ROAD ROAD [.. 'n T I * lo' il'I hx' to'', no ona of sraxa _B. ea WORN ., arre.rarre•t labor Tap.n. D'- AHEAD I : I u 3o y 150' 165• IBO' 30' 60' 120' 90' ;I' +e3oz,i0 b !II e I 35 L. 205' 225' 245' 35' 70' 160' 120' L IFlops- alb�~ � $ I 40 60 265' 295' 320' 40' 60' 240' 155' p� s.enal.I, I I • F • • To b b-o I 45 450' 495' 540' 45. 90' 320' 195' k I 50 SOD' 550' 600' 50' 100' d00' 240' ;1 b I I ■♦ g•S� I 55 550' 605' 660' 55' 110' 500' 295' o • ,v.• I 60 L•w5 600• 660' 720' 60' 120' 600' 350' y' - M I ■ $ ♦ $o In 65 650' 715' 760' OD' 130' 700' 410' ,ea? b I - I 4 - I 70 700' 7T0' R40' 70' 110' BOO' 475' w'^ I0° i Inactive• 75 750' B25' 900' 75' 150' 900' S40' o • I ,rrT c hark venic le6 47n. work vehicle •' ^� ar Diner eauilynent ■ c ISee Ibte 71 1f Convent iOnal Roads Only ✓ r 'm" � .n� - necessary for tide I NNToper lengths have been rounded off. I b *ark operation,I r1V` such as ratios,I L•Lenptn of toper li T,■•■i Orh of Offset lF Tl Wasted Spee011PN1 • moveable crones, I ■ c I TYPICAL USAGE gSti ^ ___• 's, �.�y etc.,shall remain In ® n� • h ar•ae separated from Cnarvnwl irinp devices ■ 3 lames of;zing cDy e I YOeIIE 5k[RT SHafi TERM IHTERYE0g LONL TERM �Q y be ami ire.mfntne .•... mk14 1 chame if irp traffic ice3 I QURAIIdX STATIOIsaY TERM STATIarARV SrAIIbXARY k or o le O mRnm at dll times. •■ t' �� r net re Iron het m ■ 'ry. I _ ''I b6b a et rtravelea way. I •t. a DI ■ NY, ■ ,.Y: gC ■ rt„a 'I GENERAL NOTES w 8n ■ •231 !See notes 4■51 I ■M I !r![�' • C�I I.Flogs afloat.la signs Mvr•shown,are REQUIRED. -. • b ';). K O. 2.All traffic control devices illustrated ore REQUIRED,excel!those ■ ■ Mioled with ine tri Wgla SraOI I,be Witted ufen Stated in the - rhea( I ■ I m R r Y ¢I glans.or for routine,aintenace work,when approved by the Engineer. woo ISee notes 4■51 -- - -' ■ r I ��i 3.Stockpiled material Should be placed a minim.of 30 feet Iran �d-a I ■ e I • - ■ I 4.Shod.Vet,.wi newest th WA and nigh intensity rotating,llasni,p, Mg'c m u oL • 'See pTes 4 6 5) I I osci l latinp or strobe lights.s Shad.Vehicle with a TAU SMIIa M g : :: 11 . s. ROAD WORK Z-END - I $ ROAD a I I AHEAD ROADWORK g WORK I D20-2 I AHEAD - 1 • • ago-ID 46•x 24" ENO I ROAD 4B-x 4B- 15ee note 2IA Cw20-10 WORK I Traffic /� (Flogs- See (� n ROADWORK ,�l1/, 14 ote 17 3r I Y IF,ogs4e- I AHEAD • 00fvlsbnw See rote I 1 G20.2 'Texas Department of Transportation 5landdrd I I ISee rota 21� a20•I D I IV x 413' TRAFFIC CONTROL PLAN IFloge- S. npte II CONVENTIONAL ROAD SHOULDER WORK TCP (2-lal TCP (2-1b) TCP (2-1c) TCP 12-1)-18 r WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER pr l.d . l..Iga h •Ia ('fnr l•1101 -oecemir 1915 mint r•,a I a• Conventional Roods Conventional Roads Conventional Roads 2.914.91 e �,, ,�,-. -95 2-1x I -91 2.111 e roll worntng 51gn seouence CwzG 4 �� . LEGEND Smx�asO59e Below 48 as ate(Type 3 Darr i cede ■■ Cmmne,;2;no Day ices ONE LANE' -�-11 _ r5 END CW3 4 ROAD ROAD �]Heavy Work Vehicle Truck Nour,tetl `3._ ROAD WORK 4e'x Js. xxx FT WORK Arrenuaror irw' `3: raLt 4 G20-2 Isee no,e z♦. AHEAD 00 Frosnin 14arrowd9crrd e Pcrtmle Cnmpacole „� R1-2 4B"x 24'• BE -I, p tyssrge Sign PMS' 5aS c2 x42"x42" PREPARED Cw20-10 i Si, a Traffic Flow TO STOP b«t TO T A'"•I--- -�iempprary 4ee°%aB" \� 'lap Q.fJ Flogger s field Line + g- peer off- ONCOMING ISee trots 21� / - ° uir,mun suggested Maximum`� J aesirm le sominv f u.nlmun s TRAFFIC Paerea formula roper:ergrns Sian Suggested Stooping ` RI- ' + / ,peed R.orv+ali inp F 2 wa apt;Ices Spm�ng�w,gi!,minoi .fame g 4s x 36" CW20-i o I Z' p Ono Buffa_B space e .See note 31 •�• 4e"x ie / pfrse,1pr'...10fnet Teter Tolgent 'atonce . m n xxx + L2/ 35 W62 150' 165 11RD 30- 60' 120' 90 200 ■ L•60 205 225' 245' 35 70 160 120 250 ` Devices dr 20 FEET 40 265. 295 1320 40 90 240 155 205' g spaeinp m the Toper• : $_ • / 45 450' 495' 540' 45' 90' 320' 195' 360' g a Cw16-;p END so 500 550 fioo so' 00 moo 240 425 e _ za'x s / ROAD WORK C1S ^T} Except,n ;2i-2 55 L,wS 550' 605 660' 55 110' 500 295 495 g ; emergencies, / 48 2 60 600' 660 720' 60' 120' 600 350' 570' 44 -M1T £(caper sr°roans. 65 650' 715I 760 65 130- 700 410 645 '' u :(i shot I be _ j`� lllsninatetl/ / I at night TO 700' 770'1840' 70 140' B00 475 730 .`o '' •.' yy 75 750' 97.5 900 75 150 9(,O 540 920' p;sY M�wT: N Temporary ■ • 'K= -e i_rcl Foods Only 1 24"Stop Line.,t • ' +r.-..Germ( gtns nave been roomed off. e g - C See Note 2f- ' „ o`Toper.,W+W°rn°f Offset Ft svposted SpeediwTo ^i] 100 ppro<- 5nadow Venial,with t�l s ■ Dev;es a+ TYPICAL USAGE fN4 and hips iniens'i ty ■ e 20 spec inp MOpI E I SN(;Ri SHORE tERN itlTEfasED1ATE LONG TERN g8k. TAO and h.flashing, I of"e7IOH srsTIONARi TERM s7ATI0NART I aftsNARY nS l iphls.Isee notes {li I• , ■.?j-w ,I i i I ■ HA °'F GENERAL NOTES irj: I m ■ ... .Fic,s cheered to signs where sown,ore RECpIRED- . _ Ali traffic contra)devices illustrated ore REOCIRED,esCept MPS.Ochated with the trieNle eyrtpa'. n� ■ 5nadaW Venicle I •� pay be mitt.when stater elsewhere in the p.S.or fax routine mCinteocrae work,Men approved ■ R2 wiih TMA mtl ■ by the Engineer. Devicesof 20 o ..x ,,z. nigt,',..esity I - The CW3-4iT'BE SPRREPARREED TO STEM-sign may De installed after the_W20-4.ONE LINE n specng m ins Toper °toti. proper Sign spacing shall ore maintained. o ■ g fldsn,np,g . 4.Flappers should use two-way radios or other methods of eonrun'rc°t.on to control traff c, -�, TO osc,llofin or ■ Length of work space should be based en the m per il ity of flaps to camv,ipaee- 1• ONCOMING �•2aP sSee n Iipn6 I I S.A Shadow Vehicle with a TMA should be used on t'me it era be positioned 30 to 100 feet e ien4;rcr^ s / �3 x 36" 'See notes 6 s 71 ' -n odvvtce of the arts of crew exposure without adversely affecting the performance or quality of -" TRAFFIC see Here e ■ -• the work. If workers ore no let r field_,a per present out road or work conditions require the traffic control n~g� ISee Note ZIP wwww i to remain in place.Type 3 Barr;caaes Or other channel jump devices they be substituted for the Sh°aow III Vehicle oral NA. o so I x ■ w GW20-7 7.Additional Shom'w VMicles with Tors may be pcotimea off the pmea surface,next to those shown 0ev.ces ai ore"x 4B' n order to protect a wider week space. 20 spacing e 3 IXi the Taper i 1: n I -6, XXx TCP (2-2a) FEET `W'6-2R w,_2 errlercpenc.es, Il(� ,M 24" iB"� a The RI.2'•T3EL0'sign traffic control may be used on projects with°ppr°oches that pare adequate sight 48 x (lodger stations ■■* Oisionca.For pro jtets in atom Oreai.nark:pod0 Snau 10 be nor Ienger torn ono hpif city black, "e shall be xl In rural 9re°s.roodwoys with less inan 2000 A07,work space should be no Ionper than 4DD feet. illlxr;inatetl BE 9.Tne 1.#g 11"(IELD 7O ONCOMIND TRAFFIC"side,snoll Oe placed m a support at a T foot min met " or night • -- PREPARED mcuntinp height. TO STOP,GW3-4 TCP (2-2b) wL Temporary I >< 4B'%4B" ONE LANE 2J"61op Lint L. 15et Wore 2i46, '°•ShaNel i=inp Oavi.on the center line racy be omitted men a pilot Cm'is leading trotf,c WO ROAD ,See Nore 21� approved by the Enp;neer. AHEAD I x • I,If the rrk space is located veer a har.2ontal or vertical curve,the buffer p,st°rces should pe /x x CW20.40 increased in order to=into.stopping sight distaee to the flogger one a Ru_e of stooped ven.cleS- _IL.F\ 4e"x 4B- �Lt ONE LANE Isee table move,. �/ 4 i ROAD ',loggersshould use 24•STOP.-SLOW coddles to control traffic.FI°gs eeeeie be n tea r, END xxx FT 'w2�'i-4 emergency si rutorime. ' ROAD WORK w /� e ore O2':-2 - v J- �•v ;�-� VIE ore",24 7 \�/\, OWHIan ROAD ,Texas Department of Transportation StanI WORK D / ROAD RK TRAFFIC CONTROL PLAN AHEAD cwzD-ID ROAD WORK woRK 46"x 4B' cm-z AHEAD cwzD-Io ONE-LANE TWO-WAY See note li TCP (2-2a) sQe"°'°" TRAFFIC CONTROL 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 TIN, (apt-z-Ie le- I,•, Ira In. CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS 115 l•03■" oe°eae'sea a I■aI I M.M.. �LL (Less than 2000 ADT - See Note 9) -B3 I Den 1-9T 2-12 env math se- 4.Be 2-,1 ,J.521 I /. r I I LEGEND I I END \/ r ROADWORK,B°-y lJ.. ®iyoe 3 Barricade ■■ Channel tuna Deice! ROAD WORK'20-% ROAD r qy� truck Mounietl ROAD 4B" z4- x 0 I 0 =1.1 Hea+y Work Vehicle ® Tirt=for trues WORK WORK V 'T.� _ 5 5 CW213-ID AHEAD I CWW20-IDB AHEAD r ® Trai tar Wun dBaord •••• MdrkeraPTy 11-Ae v.� 9B'Y 9B'. • rt,i,rW ° IFI e- IF logs- x PASS If Opal lcob le J• S�gn a traffic Flow 1 se°°°ote It see note II WITH 5 --- T I CARE aJ-z Flog 0-0 Flogger ;= x x PASS DO x z9 r 30 N'n'Wn °''- O I If opal,cob IB NOT p@:;irate 5,,,es,,°uci m !� sao°.st.a uin than `6 NOT WITH R9 i PASS 4-Double P ems cnwwlvlizing ,,toeing Lcnoituvinal �T ..e. CARE PJ"2 Yel law Spored Fafmula iopvf Lan 7,1 I 24-x 30'. 2J +30 In Butter % %Is pe+ices .x., BufferB Space �ap PASS --- fps lz a,p a,p D,stance c i•1 1l) �I IslINltl grIP' rice}Of l'vr ;spar Tangent a_ u ! 30 2 150' 165' I80' 30' 60' 120' 90' �d. I x '�� m is L.60 265' 295' 320' 40 80 290' 155' T FL,•t • 45 450 495' 590 45 90 320' 195 iipLB# Cwl fH 50 500' 550' 600 50' 100' 400' 240 {•a96 9B le x , CWI-4P - 55 550' 605' 660' 55' 110' 500' 295 3w 48"r 9a" 50 L•Ws600' 660' T20' 60 120' 6D0' S50' CWI-6aTI,/ X X Y Y 36" g° 411; 65 650' 215' 780' 65' 1 30' TOO' 410' CW13-.IP2 NPH , `I — 70 TOO' 770' 840 70' 140 800 9T5 :�. 2J 9 • MPH Cwi-9P 'W13-IP 4B x 4B 75 750- 825 900 75' 15D 900' 540' `�� •T CWI-fiaI 24"x 29" _f y-yy if Conventional Roads Only * I 36"x 36 a'Solid ?vie X A ;tit Taper lengths have been rounded off, ^� r Wni Te L', MPH zq�.3xl Z9 L•Lengtn of Toper lFT1 WWiath of Offset lFTl 5•P°eted Speed:MPH, ` Edges ins- y;�L� AST, m Y TYPICAL USAGE ytFL 3 4C1)IL( SHORT SRCRi Te RN INiERMEDIs1E LOND TEPN "4a b . k pi s a I �j gape;1011 STaTIONaRY TERM STD IONSRr SisTIl11RT asap - 1 - S as S TCP 12-let bNLr IBI • L • em@nf 411;i b• awl-YF Norker]°"t SModoo„w Venicl°With Fi- 43 lit JO C-C. I -2" you MA tl nigh intensity '.aV XX ~ rGENERAL NOTES 111 rot of in0• (loaning, I •.. "ir. CW13-1P "�, ._ I • 1.Floes attach.to Signs Mere,noon,ore REQUIRED. ��p w °lcill°f ing or strobe 1'?"` MPII Double • N 2.all traffic control devices illustrale0 Me REOUIWEO,a+ceDt'nose Oelwted lights. [See notes 7 I.ali. ;;;`. 24 x 2'l ,@II°w Line ri to ins triangle SyrtDol may D@ omitted when stated BISe•here in Ina plans. ~k �,� Transverse Chonneli2ing r for routine maintenance work,them 009.e0 by the Engineer, w` _ Devices S.°.at 500.to 3-When work space will be in place less Man tore@ days existing pavement ,I dd y hadpw VBhic10 with ODO in XbIX areas,or markings may remain in place.CnannOliling ices shall be ua0d f°separate ; TMe IMtl nigh inrensi tY •-� 1,4 to 1,2 mile In rural traffic. rota,ing.flashing. areas belt."'recur,n4 4.Flogger control ah0ula NOT be uses unless roadway conditions or heavy traffic -2-� oscillating M strobe --y4 ♦♦♦ Work,°aces voIMRO require additional emano]i5}R safely control traffic. Flapper 9nau l0 ~ : LWI-JL I }I sigh hs. ISee notes T W BI -All De positioned al Arta of traffic queue• o i a 48 r 48 -T , T Z 5.the R4-I"DO NOT PA55.•R4-2•PASS WITH CARE•and construction T CWI-6aT y 36" 36" tiv � regulatory speed Zone s1g15 may De install.within CW20-I0'ROAD WORF XX ' m - ISee note 21� r3AHEAD'signs.Proper'pricing of signs shall De meintained- CW13-IPPH , u-Con/I iet-7,,,.. nt nMk inp Nwl l be removeo!orloopterm pro ject5.24"Y29' M • dew ` xm- 1.A Shadow VMicle wi in a 1W Sn°ula be uses onYrime it°an DQ positione0 CWI-4L CWI-4L 30 to log feat in advmce of the are°o/crew exposure without°aversely • I " 48"%9B" 9B" 4B" al fectilfp the per lormmae°r quality of Me work.if wpfkerb are no longer T ••31 x X X X X present but road or work conditions rewire the traffic control to remain in place.Type 3 BMrlcedes or other cn°nnelizing devices may be substituted. w CWI-4L CWI]-IP CW13.1N 4.Additional Shadow Venicles rim TWs may be positioned off the pewee surface, MPH MPN 24'x 24 next to those shown in order to protect a wider work Space. i 48"x 4B 24"x 24" • - • CWI-6aT v V I TCP 12-3a) 36"x 36" n n 9-Canfl ict,no pavement markings snail De removed for long-term projects. 36-1Se note 2l. + MPH W'13-IP440 7N:sTs Far snorter Jura}icn4 awe traffic is directed over o yal Ipt centerline. T z4"x zJ 1 u°nnelzinvae"iceswhichsego oretwo-way,r°frics autooe'oaceaoni •w J_x hersat Z0orIS ito°atea;°seasore]5Imtfor,sorer,°na(or tenant Wa-1 24"z 39" sections,at 1/2151 where 5 is the speed in mph. This tighter device spocinge DO CWI-6aT Z is intended for the Mee of the conflicting markings,not the entire work zcn- PA55 x NOT 36 xno6 WITH i- PASS R4-1 see to 21♦ n x / 7 mama R9 2 24 x 30 _ �/ Traffic Tat? CARE \%14 PASS l ROAD a P° stta e:%a 24 x 30 Texas De artmen2 of hens rtaffdn If eggs;cable /� ♦ WITH -�"e' 9 g 'L x WORK `/\ F9 2 CARE AHEAD TRAFFIC CONTROL PLAN v4 4870-ID TRAFFIC SHIFTS ON u 24"x 30' END ROAD If apol,c,,e 4B"%4B" 4.!21 ROADWORK a AHEAD END i (Flo.- See II TWO-LANE ROADS cw2D-1D as-2,4 ROAD WORK 4B"x 4B" TCP (2-3b) TCP (2-3a) IFI°ge- 2-LANE ROADWAY WITH PAVED SHOULDERS 4@morels 2-LANE ROADWAY WITH PAVED SHOULDERS TCP(2-3)—i 8„ 14412-31-ie.9en Im I. ONE LANE CLOSED ONE LANE CLOSED mi., °8"I888 Vim'.., A I FM.t ADEQUATE FIELD OF VIEW INADEQUATE FIELD OF VIEW 1-93 3-a3x" 011 I-11 2.12 0.0 i tea e. 4.98 2-11 Or IIb3l LEGEND - a Type 3 Barr iodate ■■ Chorine l;zing Devices E .'ROAD I I Truck Ycls'ntetl - 5- WORK I Heavy Work Vehicle ® Artenuaror IrrsA" ww °` AHEAD T I ,am Trailer Mounted �lq�� Portable Chmpeable >.� CO20-10 % Flpan ling LrroW Bdord n••,r 1Ae$e 4B'x aB' ape Slip pCYS) iS w.3 �� .• lFlapo- i sign Traf/,c Flov ;« ( sea rat II T END - I 'ROAD WJRKI Flap a-O Flapper 2i ROAD _a $ _23 2 uinimm swaeared uD.,lun _ Q 4 a aB'X 24- Des irm lv Seat°,rip f• u:n inter. END 1 Pose a Fortmio Toper Lanetne :nonn.lixin Sipe ngItu Suggested HEAD I ROADWORK - LEFT w 3 0 b 4 4 a ux g soaa.na�ona•t„d,nal ~. cw20-10 5 �+ LANE .... g.."a.a < = ate•X 46' 02D-2 CLOSED s _ earfer space - ) 1d' 11 I 12 pn o 0n a a;e.onc. 6. w IF loop- 48"x 24' CW20-S T.. Offset OffsetIoget iger Tv+ate r '-' Y See note 11 98"x 4a % 30 2 150' 165 TBO 30 60' 720' 90' x L I -` I XXK FT l T 35 _.50 205 225 245 35' TO 160' 120' cq� = CW16-3cP w 40 265" 295'I 320" 40 BO 290' 155 -°i 30..X io2 a5 950' c95 540 45 90' 320 195 u5 i See note 4l I 50 500 550 500 50' 100' 400' 240' if5a J I j1 550' 605 660 55 110 500 295• ggn i' _50 •WS 600 660 720 60 120 600 350 ,dn • x 65 650 715 780' 6s.' 130 700 470' •~. • I sl ! 75 70D 770 189p TO" 190 B00' 4?5 .p • +I ■ 750 B25 909' 75 750 900- SaO fg w Ylr I • Cwl-fiat; „ - ■® y 36-x 36 *Corvental Roods Only �- • ttt M �, 7v;i Toper I:log ihL na'+!seen r°ynaatl of 1. ♦R L•LB tfT widthofDff SatlF is 5•Posted 5i i ■�` •• - ripDoorlFTl W peea,A1PH1 ■• •• '`° TYPICAL USAGE �,�. saaawVehr CleI u ■ ••• ryfi_46 th Tutand ■ o r °aaa {IISNDPTSHOpiTEPNTERMEIXTELON TERMS, x h'i gn r�tmnsitY InISce note Bl ■ • CWI-4P MOBILEc Oror;rip, flpah,np, k ■ pIIp6710N 5TIT7GNLRY I TERM SiLlONspY Si1r(pNNiY6¢ oillo!�nparI II��I VBII ,�� strobe lights. I ■ ; .'� • R�3 _ 5 e ores 5 t 61 - I I �w13-IFGENEFALNOT 6 L f �. MPx 24"X • -sos attached to Y?' - sips.Here stem,Ore REWIRED. _§? ■ m rw%Y'O - traffic cot-trot devices illustrated bra REWIRED,except those denoted -t- • _ •tr,the trio^.ale symbol may be omitted wheh eat.elsewhere in the plans, r for routine rminten.be work,when approved by line Engineer. o E •: r'r� ` I.The mwnstream taper is optional.when used,it should ate 100 feet m' .- • �!�1, lenptn per lane.o ,n,nm i';Ri i ■ v 4. s 4.Far short term cops icon ions,Men,post mounted sips ore not used,the distance m- • ShadOr Yehic l¢wi to legend may be shown an the sip face rather than oY a.16-30 supplemental • TYA antl high rntensit7--- _ J�gw • pscrot oting, ft�sn,ng, ■ S cal A1Sh000r Vehicle with a T.should ate used anyt,no it cm be dos,tiered Ilat'np es 5 il. ■ ,,w 30 to IOU feet in ppvan.ce a/the are°of crew exposure without oav'erpely offectinp ° r a r light s.ISee notes 5 B fil • - the per fprapnce or Wality of the work.1/workers ore no for• -. per present but road :• or work cord'itians require the traffic cortroi to remain in piece,Type 3 i. ` • Barricades or other charnel;zing devices m ac y be substituted for the Shk• •li • _ Vehicle and TW. MOT ••j„a- %� 6.w mitimat moo. r venic+es with iws may be Coati tioea,if;soon Closed LANE T lane,on the shoulder o off the paved surface,next t°those shown in order CLOSED I 1 • ' to protect a wider workspace. cwzDX IQ■i TCP t2-4a) ! qfi i • EMI ♦ CW; ;f this TCP i used far a left lane closure,CW20-5r1-LEFT LANE CLOSED-SI.. • 98'Y ate snail be us.and channel;zing dev des shell be placed on the der ermine t W1M • J protect the work space from..sing traffic v:rh the arrow board plated In'he 30'%lL .• XX closed lane near the end of the.merging toper. Isee note:I I �® 1 MPH 2417y1$4- TCP )2-4b) /S nl 6.For shorter.wagons where traffic is directed av¢r a yellow center',.,:e. • 11 ax channel iz'ing devices Mich separate two-way tr°f f,c should Oe apace°or.topers ,I • °t 20'or 15 if.:.sweat speeds are 35 zr;x slower,and for tangent sections,c END . i wt� RIGHT tie la More 6 is HI svead in norm. This rioter oev'des spec ling s;ntenaed for LANE *^e area of conflicting markings,mot lino a ere work zone. ROAD WORK ` CLOSED 48•C20 X 4 4 ROAD END V I V i cwza-5rR OHslon 4e•"z°- i WORK ROAD WORK .� ate•X ate• Operations " AHEAD 6,20-2 i Wi6-34 if Texas Department of Transportation Itarttlerd Cw2010 48 X 24 ®]0"x 12' aFiopa-'B l, " note 4l TRAFFIC CONTROL PLAN See eat'II < LANE CLOSURES ON MULTILANE CONVENTIONAL ROADS TCP (2 4a) TCP (2-4b) ROAD . WORK AHEAD cw20-I0 TCP(2-4)—18 ONE LANE CLOSED TWO See S¢e 4B x 45 tcp2.4•11.den ow id, lee lou LANES CLOSED noo-e Lf)T1 e me Yn a 1cT Des 1315 n •1 ISTOM mLL 1.55 3.03 RY ill 2-12 Mr pen I van ill. A.%2-lie LI64 1 I rG°^ef°re ewrrner I LEGEND I I t®Type 3 Barricade 3 a •••Channel;zing Des,. gl \ trailer ua.tnrm • Flash;np straw Board wa i Sion !IL __.--•• work Arco li k rb NOTES: go - I Length of Sofefy Glare Fence•ill be specified elsewhere in fne plans. 2.R? 2. Ina cufulat;ve nominal length of the nodular units shall equal the BARRIER DELINEATION WITH MODULAR GLARE SCREENS length a1 me inaiviaudl sections of temporary concrete traffic 7. [Wrier on Minn they are installed so Ins joint be N[en barrier Y t Y sections•ill not be spanned by any one unit. YJ.Panel/blades rill De oesignea such that reflective sheeting ccoforming a " with Departmental Material Specification 0 -5300,Sign Face Materials, °t, M5 Type B or C Yellow,minim^size of 2 Inches by 12;non.can be attacnea to the edge of the pone)/blade.The sheeting anal)De attached to dune i” ,`a panel/bl ode per Section of concrete barrier not to exceed a spacing of 0 30 feet.Barrier reflectors are nor necessary*nen ponel/blaaes are a6 installed with reflective sheeting as described. aril; 1.Poymenr far tnele device•+will be under Sf oteeiae Special Specification yy[y 'Modular Glare Screens far M[adl ipnf Barier.' tl a2 5.Tn;s detail is only intended to snow typed Of Ioc0l•ions where Llore $areen!could De appropriate. Required signing ens atner cevites moll e qu s be dui'flown elsewhere in the plans. F V Referto BCand/derTCP a• .1 sneer'for approach 6— 4 requiements. .'� • < DEPARTMENTAL MATERIAL SPECIFICATIONS aFga — CeniKline SIGN FACE MATERIALS DMS•13300 DELINEATORS AND OBJECT MARKERS OMS-8600 (} __ —,--4 \'... p\,--- • p MODULAR GLARE SCREENS FOR HEADLIGHT BARRIER DAIS-13610 b n* S00'Mat. -See Notes 2 L] y ?.F.: 4 Only pre-qualified praduct9!Hall De used.A copy a(the 'Cetpliont Mark Zone Traffic Contras Devices Lisa i[NZi C01 �� foundiae'pre-qualifies eb addrs and Meif sources and may ce S S 1tIl found at the fallowing web adore!': iont f lock Zone Traffic nmen S S S S Mtp OOpvaoin'tleie nrq 1Pp ir lne Opposing Opposing Lane Lan Divider Divider TP io n VERTICAL PANELS & OPPOSING TRAFFIC LANE DIVIDERS (OTLD) e114 Traffic OperMon, SEPARATING TWO—WAY TRAFFIC ON NORMALLY DIVIDED HIGHWAYS ,Texas Deportment of hansportatlon 59andare NOTES: TRAFFIC CONTROL PLAN 1. Omen two-lane,two way traffic control trust be maintained on one roadway or o normally a;via.nignray,°Dossing traffic shall be separotea with either temporary traffic barriers,charmeliz;ng device',or a temporary raised T YP l CAL DETAILS island rnrouphour fine iengin of the two way operation. The above Typical Application is intended to snag me appropriate application of chantelizinp devices when they are used for this purpose. This Is not a trot/in control pion. If this atoll is to be used far other types of roans Or owl;cation!,those lanations'mould De stated elsewhere in the pions. Q 2. Space devices according to the Tangent Spacing sno•n on the Device Spacing role on BM;out not exceeding 100'. WZ(TD)-13 ma-l3.man .TOOT fin,1.°dr�w�NSW�t•r.apr 3. Every fifth device'noulg be on ono 2nt Menn'psces eraser to Cccomrpaare an intersection, An Ono should rn.st.0a1 er ruary 1sls r duns a• I »c..r be me/if't device on each 9ifo a1 intersecting lire[ta ar roans. ierntwn 1. Locations Mere surface mount oases with danesives oreel/-righting device!sill De required in araer to maintain 3-dl •ts, men, them in rneir proper position should be noted elsewhere in the plan'. 1-13 o LLIJ WORK ZONE SHORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS 20:6" -� Type T-2 DO 1 DO 5E DOUBLE TABS 4"50 12' m mJ I PASSNOT NOT .-INO-PASS ING �.. R4-1 1'�PASS ow LINE TAPE 4"to 12'L = ;,�0 20-;6" °allow 1 1 1 1 1 111 III`\ a .' SOLID �' 4.5'tfi"r----1 ' � Fl 11 11 2o_ LINES 20,_6. T ti ycli°w SINGLE Ties 0 a m,�YPe r-2 o W Type r-z u^g NO-PASSING L[NE _ I -S TAPE or CHANNEL '-4 PASS F'\ PASS TABS <_^ TAPE !er E ii �..�WITH WITH _gu LINE I.- 20-t6' 1 \ :---44.6,6- CARE a1 2 CARE R4.2 \Yellow arWhite CENTER LINE & NO-PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS gg 10"_I'-+4 Type Y-2 or reBROKEN Twos Cm mom III 320 113 LINES -� :3" ww Nnite a Type w a _w ` ell III HI ti III III III III III gu^ !FOR CENTER LINE TAPE 'a-Jr OR LINE LINE, i.- -40 tl' --,wl F_+4.5_6- a \re,l ow or Nei to ,,yJJ/ �`u^ S-- 12•:6".--I :- 3'_3" >TYPe W ses es, III III III 11� III III III III ii TOSS m I m poi- I I / Nn to it }� }> / / ype W` V WIDE DOTTED da m m mT-'" m I m dal • • ■t ■�LI ■ ■ ■ m a 0 : l k r° n e a ° : e o I 1, 1 1 0 }} ., LINES 2 • / fn� t ) 'u• b IFOR LANE DROP LINES/ TAPE ' •\�< \ V a s t I i 7 '�yy .� -� Wi oe Oottea Line! \wide Dotted Line. Crf I w5g __._ ,2:6"-' -: 3•3" White Type W \Wide;are workings •Wide Gore workings y� 20 e6 Type we TAPE LANE LINES FOR DIVIDED HIGHWAY has TABS 'g` WIDE GORE I ®7 ''9 a w w m w w w m ail ¢� MARK INGS 34; r ' Nei re s� - a Type N> a _; TAPE LIII � W A- , 1 1 1 I 1 1 1 1 1 1 11/1 1 1 1 1--- 20"r6" 45"6"L �Wni tee `!/ _ Ye'.lOw Type T-2 Whiter_ e!. 111 ,ni, 111 111 lie 111 111 C] Type N 3 :a NOTES: TAPE TABS 1.Snow term pavement markings may De prefobricatea markings Istick down rape/or temporary flexi5le- LANE & CENTER reflective roadway marker tans unless otherwise specified elsewhere in plans. LINES FOR MULTILANE UNDIVIDED HIGHWAYS 2.Snort term pavement markings snail NOT De used to simulate cage lines. 3.Dimensions tndicatea on this sheet are typical and Ppprowieare.variations in size ofd neigh,'may occur be.. ,'wean markers or devices mode by manufmtmers,by as Puce as I/4 inchy unless otherwise noted. a As III III III poi Ill III a /.Temporary fmaintenancele-ref teat i ve roadway marker fobs will require normal maintenance replacement when used on Ito a Type W'� a roadways with en ADT per lane of up to 7500 vehicles with no more than,aX truck mix.when roadways exceed ,'hale values,oadifionot maintenance replacement of devices should De planned. we sm. 111 111 111 111 Ail k 111 011 Ail 5.Na segment of room,open to traffic snot)remain without permanent pavement markings for a period Tel man rips greater >Type Y-2 than 14 calendar day!.The CantrmtOr wit be responsible for maintaining short term pavement markings mtil I III III III III III y• III III III permanent pavement markings are in place.when trio Contractor is responsible for placement of permanent ,I� e1 1 1 1 1 1 1 1 1 1 1 1 1 I I pavement markings,no segment o1 rosier,!hall remain without permanent pavement markings for a period / _ greater than 14 calendar days unless weather conditions prohibit placement.Pefmment pavement markings snot / 111 III 111 III 111 Hi an III be wooed as soon as weather permit!. Whirs TYpe W 6.For two lone,two-way roadways,DO NOT PASS signs shall be erected to mark trim beginning of sections where TAPE TWO-WAY LEFT TURN LANE TABS sh passing is prohioi fed and PASS NITN CARE signs all be erected to mark the beginning of sections where passing is permitted.Signs snail be in accordance with the"Texas Manual on Uniform Traffic Control Devices" ITMUTCD/and pay De used to indicate the limits of no-passing zones for up to 14 calendar days.Permanent ��. �-Removable pOvenent markings should teen be placed. 000550 $haft Term If raised povemMt markers ore used to supplement REMOVABLE PavementIIMEIIII Pavement snort ton markings,the markers shall be amlied to trim tap I Traffic T.Far low volume two lone,two-Toy roadways o/4000 ADr or less,no-pa55ing lines pay be omitted Men acerdvea worker ♦- Ilslki of the tope at the amroxievee mid i Operations by the Engineer.DO NOT PASS and PASS WITH CARE signs snail De erected Isee note 6/. 1. YIL rig ITmel anger of t e rape.rnis Dlv" al laws an easier removal o1 raiewd markers andhrape. ,Terns Oepartmenl of Thanspartallon Standard B.For ex', there t pares ere a lane is being dropped plane ride gore markings or re rrcrefleet ive cnamelizing -- oevices to guide motorist through the exit. If enamel Tung devices ore to be used it would be PREFABRICATED PAVEMENT MARKINGS noted elsethere in the plots. One piece canes ore not allowed for this purpose. I.Temporary RCaveale Prefabricated Pavement MafklnSs seal I peer Mr requirements of DAS-8241. WORK ZONE SHORT TERM TEMPORARY FLEXIBLE. REFLECTIVE ROADWAY MARKER TABS (TABS, 2.Ncn-reppveale Prefmricatea Pavdmant workings snob meet fee rewire0Mt!of gismo-0145-5240 PAVEMENT MARK INGS PermonMr Prefeaemented Pavement Yorki rip!'ar 0115-B21I"Tepporo-y Cpstruet on-Grme I.Tmporref reflective mellow marker tans detoi led on this meet will be aesignateayell Type y-2(two Pre(abf ieoted Pavement 14onking5." danger re(leetiva sun aces wi in yellow Dodr,;Tyne T lone canoe°ra(lective surface ri to yellow bdayl;and Type N lone white or surf... Aver reflective surface wit'n elite body).Additional oefai is may be fovea On t3C111/. RAISED PAVEMENT MARKERS 2.Tans snail meet requirements or Departmental Material Specification DMS-13242. I.All rat sea pavement darker!'AMC far work zone markings snail meet the reauilaents of 3.When dry,teas shall be visible for a miniauti distance of 200 feet during normal daylight seem fi12,"RAISED PAVEMENT MARKERS"pea 0115-1200. __ WZ(STPM) 13 y ant hours and when DEPARTMENTAL MATERIAL SPECIFICATIONS (DA15, II, PRODUCER LISTS (MPLI ezfrwn-i/.� �elar Ica T.Oar'Sl i.opr Iw'T.aaT illuminated by WfomWile law-bepn head light at night,unless sight distance is restrictetl by roadway i' geometries. I.DIASs references move act be fauna along with Mpeoaea Itnks to their 2,,,,POT ymr'i MI wnl At I xitMl. 1•No two consecutive ions nor four twos per 1000 feet Of line shall be milling Or fail to meet me vilusl respective 1SSL are fee following rig websi rei I-SI whsiwe I vt e4 performance requirements of Note 3. htip:/www.txdcLgavlhusineswcontractors_consultantsimaterial_spec cations/defaulLhlm ,'03 " `raw, n" IieN —I I I I I I II I I I DEPARTMENTAL MATERIAL SPECIFICATIONS I I i PERMANENT PREFABRICATED PAVEMENT MARKINGS OMS-8240 UNEVEN V / ITEMPORARY!REMOVABLE!PREFABRICATED PAVEMENT MARKINGS OMS-8241 LANES if� Cwe-ll SIGN FACE MATERIALS DMS-8300 p` x COLOR USAGE SHEETING MATERIAL 5 e •See Table 1 ORANGE BACKGROUND TYPE BIL OR TYPE CrLSHEETING b?: BLACK LEGEND L BORDERS ACRYLIC NON-REFLECTIVE SHEETING 24. I I GENERAL NOTES n F __ Aea where Ed a _—Area where Edge I.If spoiling or tales occur,ROUGH ROAD ICW8-81 signs should are places i 9 advance o/tone condition a-nd are repeated every two miles where tte Condi ri an*Liars Canai rion e'ars Ili condition perm at.. W See 2.UNEVEN LANES 1018-111 signs snail are inatollea in oavance of the ��� Toole I condition WM repeated every mile.Signs installed along the uneven i g+ lone condition may are supplemented with the NEFF sal MILES ICW7-3GP1 i! SLa+ plaque or Advisory Speed ICWI3-IPI plaque. gB' I I T 1.CO CENTER LINE ICWe-121 signs ond temmparary pavement markings oa per the WZISTPMI standard snarl are installed I/yeller centerlines separating iva way traffic are obscured or obliterated.Repeat NO CENTER LINE signs wSe two miles where the center line markings are not in place.The signs and markings shall remain n pion*until permanent pavement markings are Installed. ` x •x•distance x •x-distance ` ;See Note 41 !Sep Note 41 1.Signs shall are spaced at the distances recommended as per BC st andof d3. `� 5.Additional signs moy are required as directed by the Engineer.Signs snail nO .see Table 1 I I remain in place until final surface Is applied.Signs snarl be consiaerea WI— Z suosiaiory to Item 502-BARRICADES,SIGNS AND TRAFFIC HANDLING.. G.Sigma small are Icor ieatea and mo,nted on Supports as Shawn an the BC y Sh standards and/Or listed on the'Compliant Work Zone Traffic Control Devices. /� /� UNEVEN list. 8Vi UNEVEN I 4 I 4 LANES LANES T.snort term markings snbl l not be uxd to ailmulare edge l ine!. $5, Cwe-11 bhp UNEVEN LANES ewe-II UNEVEN LANES B Athr a nraH ixM cany rirgu rDeas igins carean.cea.w•i tloa trex ceaialsn. Iaa n 4: TWO LANE CONVENTIONAL ROAD FOUR LANE CONVENTIONAL ROAD TABLEI w Eage Condition Edge Herant'GI W Warning Devices 01' NO T ,.f'L, I I Less than or equal TO: s cv w w CENTER �/ CD I/e!max!maxima-overiing) Signs CW8.11 gE LINE a war x ° Distance maximum"may are a maximum of I 1/4•for planing operations and 2•for over l ay operations if uneven CWB-12 I I lanes with cage condition 1 ore open to traffic after work operation.cease. •x-distance l See Note 41 CD )3 area missing Center Area•Here Edge �T° Less than or equal to 1• Signs Cw8-11 Line Irorkings Candi tiara esi Sis / ■See Score 1 Q �.77 0 to D Distance•0•may be o maximum of 3•if uneven lanes wiin edge contrition 2 or]are open to traffic after 1 12• work operations cease. Uneven lones should not be II" open to traffic when•D"is greater than 3•. i Notched Wedge Joint I • Traffic Opera ton s x x -x-aisronce TRAFFIC CONTROLOWING PLANING. ,Texas Department of Ti2nsportatlon stamward !See Note 41 OVERLAY AND LEVELING OPERATIONS ARE SHORN ELSEWHERE IN THE PLANS. SIGNING FOR x •x•distance I See Note 41 .1. i --- ;'UNEVEN - UNEVEN MINIMUM WARNING SIGN SIZE UNEVEN LANES LANES ^ LANES NO `U' Conventional reads 36"x 7fi" /� Cwe-11 ,usl (L,j y CENTER cwa-ll Freewgys/expresZT. WZ IUL)-1 3 LINE divided roadways 4B" 4B' cwa-12 Ru!-il.dpi pa TOOT Ic.,1.11o1,Tw001 Ia,lapol NO CENTER LINE UNEVEN LANES "'I'a°' b;I1912 cv"1 `e 1 TWO LANE CONVENTIONAL ROAD DIVIDED ROADWAY I a.2.91 I-ll !-s1 1.01 °'' I »"�. oLL Ili l LEGEND ®TYPe 3 Barricade 5° e ROAD Sign Sry :'- 7 CLOSED fl11-; j warx Area o 4B- 30• Minimum Ktt�t.l_..� Pastels Sign iw� r Wcrk 1rea. - Speed Spacing ROAD Dierance ` S CLOSED —i? 500 Fi CN20-lC 30 120' 4B"x 4B" 35 160' if.CY a. See Nata B �` STREET NAME ar'2T12 40 240' See Nate 7 45 320' E21 1.44•8 Ft cRs D DETOUR M4.95 ROAD Ril-2 50 400 cwzg-7e CLOSED 4B .30 !8� 2,x 12' I I 1000 TT 4B' 4B" 30'•.24" 55 500' Ly3 -4 I WEST l I i See Nara a BM,e.IOL,.• 60 600' l'': 24•x 12' r wg �� 65 700' 3 70 BOO' Ml-6; 75 900' 24" 21' TEXAS - c 260'APPrOx. c n't e 1 R0A0 C1C3E0 RII.7a j - R7-1 N Conventional Roods On%y o is w w uR1a 60•x 30• i -'•i.• N-x 24• Pg.? 100•Approx. - ' °" See Nate B i _• T GENERAL NOTES £= > .s. C�7•.11 ,B-Ixll B• ` ..This sneer is intended to provide details bar te mporary work zone road closures. Far permanent rand closure details see the —�- See Note 6 c b a /3 OLOM atandords. kk \ m m 1.Barricades used shall meet e requirements mom on 80rricade Ono •dg <3 Conatructian Staaora BC 101 pntl listed on ins COmpl toot Nark Zone B Tro((ip Canirol DeviCea list IL'WZTC01. P bL C> \ ., t 1.StorricOdeaCMpiled.materia m m ls snot/not be placed on e traffic side of Da .$a I / % 4.Barricades at the rood closure should extend from pavement edge to y M1-B ems, „,1 I 1 24".12• Pavement 5.Detour signing snow,is intended to illustrate the type of signing �/ i Char is appropriate for nul0ered routes or un-norbered routes as X/� ul-6; I aw• 24• 24• R7-2 labeled. It aces not indicate the full extent of detour signing TEXAS 24'x 24' repuirM. Detour routes anoula be signed as shown elsewhere in a�gc O „ DETOUR me pions. g u6-t AHEAD 6. If the rood is y 2'.IS" I CW20-20 open far a significant distance Pe orals the 48•x 4E, intersection or there are significant origin/destination paints beyond the Intersections the signs and barricades dt this .a. location anaula be located at the sage o1 me traveled way. 7,ine Street Name 314.1211 sign is to be places above me i SEEM Z•Bx 12• DETOUR 0.14-951 sign. S.Far urban areas where there is a shorter distance between me /�/� MI-61 CLOSED intersection and the actual closure location,the ROAD CLOSED TEXAS 24 x 24_ AXEAD XX MILES AXEAO CR11.101 sign may be replaced with a ROAD CLOSED 0 • CN20-]0 TO THOU TRAFFIC IR11.41 sign. If adequate space,does not exist /B•x 4B" oetween the intersection and me closure a single ROAD El u5-I� CLOSED AHEAD ICW20-301 sign Y 21• 15• 9n spaced os per the male above ono at. replace the ROAD CLOSED 1000 FT ICN20-381 and ROAD CLOSED 500 FT ICN20.3C1 signs. 9.Signs and barricades mown shall be subsidiary to"Item 502. Locations mere these details will be required shall be as mown elsewhere in the plans. DETOUR ISOO FT C0120-21 48•s 48• flan,. O,14 s ,Texas Department o/TtaTnsponat7an 5raaeany WORK ZONE ROAD CLOSURE ROAD CLOSURE BEYOND THE INTERSECTION ROAD CLOSURE AT THE INTERSECTION DETAILS Signing for o Nut4ere0 Route with on Off-Site Detour Signing for on Ion-numbered Route rich an Off-Site Detour WZ(RCD)'i 3 t©TaOT 00040 ism axe Iu,7�TIw,i 40i Iw1x00i mnI<nJ ` 1 we RVIStad c W 1.11 A.S.T-IS MS S•13 n, MAT, I,ten I. 1 � THE CITY OF ROUND RUCK BII) TABULATIONBidExtended By:M1latt Busbak,PE Transportation Department Print Name 3400 Sunrise Road Bid Opening Date: 312412020 Round Rock, Texas. 78665 Bid Opening Location:3400 Sunrise Road ` Liquidated Damages: 1 No.of Responses: 5 Project Manager: JC 1lontelongo PROJECT NAME-X020 SMP Arterials A _ __ Project Consultant: NIA -� BIDDER'S NAME• Cutler Repaving Texas Materials Austin Materials Alpha Paving tune Star Paving CONTRACTOR'S BUSINESS LOCATION: Lawrence,KS Cedar Park,TX Austin,TX Round Rock,TX Austin,TY GUARANTEE: BB-Bid Bondi Cr Cashier Check'CTC Certified Check Hid Bond Bid Bond Bid Bond Bid Bond Bid Bond STAIVNIENT OF SAFETY EXPERIENCE:Y-t-es N-No Yes Yes Yes yes Yes ADDENDUNI(S)ACKNOWLEDGED? k-yes N-No Yes Yes Yes 1'es Yes Base Bid �.........._...._............................__....................................................................................._............................... ......................... ........ .. APPROX. UNff UNII' ()NIT UNIT UNIT ITEM ITENI DESCRIPTION TY, UNIT PRICE COST Price COST PRICE. COST PRICE COST PRICE COST I Pavement Repair(12"depth) 336048 SY $2.90 5974539 20 SI)OOI $o DO $0 Oft So 5i:,i Type D HNIAC Surface Course 18463 TON S87,27 $1.613,01141 $1i.00 I SO 00 STOO $000 3 Rejuvenator Agent 33605 GAL S3 75 S126.OI8:15 So 00 $51.00 50 04 S000 4 Surface hiiling(I"Depth) 336048 SY 1 52 75 S924.13200 SO.00 SOOO SO 00 S0.Oil) 5 Valve Can Adjustment 8 EA 1 $30.00 S240 W SO€',O $o 00 SO 0fi $o 015 6 Nlardiole Adjustment 116 EA SS0 OO S5.800.4x) $0.00 SO 00 SO OO SO 00 7 Pavement Repair(I2 depth) 4868 TON $115 00 $559.820-{)0 SO 06 S000 $000 S000 8 Remove and Replace Curb and Gutter 1300 I.F $f,9 Sxi 589,7174)5x3 $9 CalS.00 S0.00 SO 00 9 Remove and Replace Reinforced Concrete Sidewalk "302 SF 519.75 S144.21450 50.00 $000 SOAR) So.(;5 I0 Remove and Replace Concrete Driveway 200 SF 5:,8 3.5 S-.670.4) So 0O S0.00 50()0 Soo I 1 Reinforced Concrele Sidewalk Ratnp 3 EA 52.717.50 SS.'-1150 S000 50.00 5000 50.00 12 Refl Pav M1rk Ty I(1V)4"(SLD)(100MIL) 400 I.F $3 29 $1.316 00 $000 S€)OO SO OO SO i:t) 13 RcflPav MrkTYI(W)4"(BRK)(100MIL) 28223 I.F St116 $10.16028 $0.00 5000 3054) 50.00 14 Refl Pave Mrkr Ti'I-C 2085 EA S4,27 $8.90295 S0.00 $000 so 0O WOO 15 Ren Pav N9rk TY I(Y)4"(SLD)(I(M lL) 34870 LF Sa.36 512.553 2-0 $0 00 S000 $0.00 $000 16 Ret]Pav kirk TY I(Y)+1"(BRK)(100Ni1L) 5467 LF $(116 S1.%8.12 SO 00 50.00 $000 SO O0 17 Refl Pav Nirkr lY 11-A-A 1200 EA S427 $3.12400 S0-00 SO 00 S000 So 00 18 Rcil Pav Nirk TY 1(t4')8"(SLD)000N91L) 15739 LF Vi 17 $12.119.03 $0.00 $o.00 $o C) $000 19 Refl Pav M9rk-I'Y I(l4')8"(BRK)(100MIL) 60 LF S4 16 $249.60 SO.00 SO.00 So OO $000 20 Refl Pav kirk TY I(14')12"(SLD)(100NIIL) 3851 LF $4 17 S16.05867 $O(A so.ao 50.00 51100 21 Ref!Pav%irk TY I(Y)12"(SL13)(100MIL) 529 LF S4 16 S2.200 64 $000 $0.(10 $000 $000 22 Rell Pav%K TY I(44')2T(SLD)(100MIL) 1074 LF S's x7 SEi.526.38 SO OO $000 S000 $000 123 Rel]Pav Nirk TY I(W)(Arrow)(IOOMIL) 162 EA $m 9) S22.177,90 S0 CSO $000 $0 00 SO 00 24 Rcfl Pav%irk TY I(14')(WORD"ONLY")(100NIIL) 109 EA Slt,4 25 S1-1'903.2.5 $000 SO.00 S!)oo SO 00 25 Rell Pav Mrk TY t(14')18"(YLD TRI)(I00NIIL) 19 EA $104 W 51.376(10 5o 00 $O.N 5+10 $000 26 INSTLDEL ASSMI(D-DY)SZ2(FLX)SRF(BI) 108 EA SIM13W 517,23000 Soo $000rr. 5000 27 Traffic Control 5 Nli:i S�1)it?tit tt t 5150.000 00 so€10 541.00 ° 4) SOAK) •� ••r TOTAL: $4.742,874.28 S0.00 50.00 rr •'r 50.00 rra $0.00 SKEET: loft .fa % '" +7..�i a • �rasaataaaaaaraaaaaaraaaaaarasa•ra•*� I MATTHEW BUSHAK j �asarararaarrrarraaraaaar•aaaaara••a� 9148010 •:,t�, ' �5�`S'���NAaL���� BID TABULA TION THE CITY OF ROUND MOCK Bid Extended By:Hatt Bushak,PE Transportation Department Print Name 3400 Sunrise Road Bid Opening Date: 3`2A 2020 Round Rock, Texas. 7$665 Bid Opening Location:3400 Sunrise Road Liquidated Damages: No.of Responses: 5 Project Nisnager. JC Rtontelongo PROJECT NAME:ZQZO SMP Arterials A Project Consultant: NSA Altemate Bid - APPROX. UNIT UNIT UNIT UNIT L N11' ITEM t ITEM DESCRIPTION QTy. UNIT PRICE COST PRICE COST PRICE COST PRICE COST PRICE COST A-1 Machine-laid Type B HRIAC Overlay(2 inch) 36965 TON S0 00 578.50 $2,9011,152.50 S99 tx7 53,659,535 40 S13000 $4.805,450 0G $103 40 $3.8017,395 C43 A-2 Surface Miling(2"Depth) 336048 S'Y S000 51.90 S6.38,491.20 S260 5873,7124.80 S200 0 S672.096 00 53.00 $1.Ov8,144 Cit A-3 Valve Can Adjustment 8 EA $000 $52 00 S416.00 $I'_5-W Sld)00.t?0 .581100 $6.70 00 561.0 S48800 A-4 kianhoie Adjustment 116 EA 50 00 $18000 520.880 00 5185.00 $21,460M 1 S18000 S20,88000 $140.010 S16.2,40 010 A-5 Pavement Repair(12"depth) 4868 TON $0 00 SI05 80 5515,034.40 S17000 $827.560(H) 51.36.110 5662,048.00 S1.1775 $621,88700 A-6 Remove and replace curb and gutter 1300 LF SD 00 551.00 571.500100 558.00 575.400 00 555.15 571,695.00 S6650 586,•150.003 1 A-7 Remove and Replace Reinforced Concrete Sidewalk 7302 SF 50.001 $11 50 $83.973.(X) 512.00 S81,62400 SI 1.55 5843.38 10 S17 00 S12-1,13,400 A-8 Remove and Replace Reinforced Concrete Driveway 200 SF S000 S1500 S3,000 CO 516 00 $3?00 00 515.00 53.000M 520.50 54.100.00 A-9 Reinforced Concrete Sidewalk Ramp 3 EA S00() $€,73000 $5.250.00 S1.85G00 55.550.00 S1,800,S10 $5;40000 52,150.00 56,450.00 A-10 Reil Pav kirk Ty I(W)4"(SLD)(I00NUL) 400 LF S0.00 $300 S1.200 00 5.3.00 S1.200.00 $360 $1,44000 S400 $1.500.00 A-1 I Refl Pav kirk TY I(W)4"(BRK)(IODRIIL) 28223 LF 50.00 $0.53 $14.958 17 $0..3,3 $14.958 19 50.65 315.341.95 $0 75 $21,16725 A-12 Refl Pave hlrkr TY I-C 2085 EA 50.00 S390 $8,13150 53.90 $8.13150 34.80 310,00'!.00 54.50 $9.38250 A-1.1 Refl Pav Nlrk TY I(Y)4"(SLD)(100MIL) 34870 LF 3000 50.50 $17,435.00 $050 Si-,AIS.00 5600 5207,32000 50.75 526.152.50 A-14 Refl Pav T- Irk-TY I(Y)4"(BRK)(10OAl1L) 5467 LF SO.CD 50.53 S2,577 51 50.53 52.897.51 50 65 S3.5.53 55 S075 54.100.25 A-15 Refl Pav NlrkrTl'll-A-A 1200 EA 50.00 53.90 54.68000 $3 90 S4,680.0H1 54.80 55.76040 $450 55,400010 A-16 Refl Pav kirk TY I(W)8"(SLD)(100N1lL) 15739 LF $000 $0.95 514.952115 $0 95 514,952.05 SI.l5 $18,0�i9.85 S1.25 S19.673 75 A-17 Refl Pav%irk TY i(14')8"(BRK)(10OWL) 60 LF S0010 53.90 $2334.00 $3()o $234 00 S4,80 S28SM $4.50 $270 00 A-18 Refl 11av E%lrk FY I(1V)12"(5LD)(IOONIIL) 3851 LF 5000 53.00 511,553.00 S350 S13,418 50 S3.50 S11,86160 S350 $13.478 SO A-19 Refl Pav IIrk"I-Y I(Y)12"(SLD)(1omm.) 52() LF so C43 53.00 51.58700) 53.50 S1,851.so $3.60 51.90-140 S3 50 51,851.501 A-20 Refl Pav kirk TY I(%V)24'(SLD)(10Oh11L) 1074 LF so W3 $5.50 55.90700 S7 010) S7.51s.M 56.60 57.088.•10 $6.75 S1,249 50 A-21 Refl Pav?�trk TY i ff)(Arruw)(10OWL) 162 EA 1 $000 0 $95.00 $15.39000 S10560 S11,010 00 5114.00 518,468.00 S15000 S24.30000 A-22 I Refl Pav aylrkTY I(W)(WORD"ONLl"')(IOOMIL) 104) EA S0-C-0 $100.00 510,90000 S1101.00 $11,990 00 Si20.[t0 51.3.080 00 SISI?1)0 S16.3500(l A-23 Refi Pav NIrk TY I(W)I S"(YLD Till)([WNI[L) 14 EA $000 595.00 51.805 040 S95 0101 S1.805M 511400 S2.16600 $150 00 $'_,85000 :-24 INSTL DEL ASShf(D-DY)SZ2(FL\)SRF(131) 108 IA $11.001 $61.30 $6.62040 562 00 S6,6!4600 $75 00 55,10000 $?5.0)0 5:5.11x100 A-25 Traffic Control 5 h1C) 50 00 546,708.00 5233,5.40 00 5103,775 00 5518,875 0) $7.50000 537,500 00 $15.0001h:1 S75,UC4100 TOTAL: 50.00 54,592,0487.75 S6,199,766.05 56,694,431.85 55,912.213.75 L Z SHEET: 2 of 2 otblig, at��•� i�y�� �ssae.paaarsfsssrssr•rrssas N.isas.� 0 MATTHEW BUSHAK •�ss.rearraroaasaar+r•a•sr'rrotra.ar►� • 1 .04% 91480 ys j�• Y f .... ..F CERTIFICATE OF INTERESTED PARTIES W- FORM12911, i 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,S,and 6 if there are no interested parties. CERTIFIGATIt?N OF FILING Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-604669 Texas Materials Group,Inc. Cedar Park,TX United States Date Filed: Nam b of governxnen ant or state agency that is a party to the contract for W c e farm is x4103/2(t2Q 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. 20-407 2020 Street Maintenance Program(SMP)Arterials A-#20-407 4 Nature of interest Name of Interested P L arty City,State,Country(place of business) (check applicable) Controlling intermediary GRN W tianta.,GA United States X - MEM r�r naui Reno 71 i 3 i tt= 5 Check only if there is NQ Interested Party. M5 6 UNSWORN DECLARATION Wiiliamsan My name is and my date of birth is ��r'�� . My address Ls .. 2-0 ,t 9 ? � 1 C_ ... , (street) (City) (state) (zip cods) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in �" County, State of _....Fan day of ��?a�,2t3 (month) (year) Signature of authorized agent of contracting business entity (Deciarent) Forms provided by Texas Ethics Commission www.eth1cs.sta1e.tx.us Version V1.1,3a6aaf7d 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. 2020-604669 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 04/03/2020 being filed. City of Round Rock Date Acknowledged: 04/09/2020 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. 20-407 2020 Street Maintenance Program (SMP)Arterials A-#20-407 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