Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-03-02-13-13D1 - 2/13/2003
WHEREAS, the City of Round Rock has duly advertised for bids for Improvements to Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots, and WHEREAS, H. Deck Construction has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of H. Deck Construction, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with H. Deck Construction for Improvements to Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 13th day of Februar ±-f/koe CHRISTINE R. MARTINEZ, City Secret O , \wdox \RESOLUTI \R303 1301.WPD /sc RESOLUTION NO. R- 03- 02- 13 -13D1 /, 'LJ'' ' ayor y of Round Rock, Texas y __'.0t' _,,A0 THE CITY OF ROUND ROCK 00 -7,: BIDS EXTENDED PUBLIC WORKS DEPARTMENT 72 i• N ,'• et vo ifrtlo k .., f s a f w .e.ao,.02112 Meopoe■laaocttoo• al , ;',' DANIEL 2008 Enterprise Dr. LYNN FIRLD41 ' AgBY : camep“Cozoocooic .cce e0c0000eco Round Rock, Texas. 78664 0 It , 63225 ;DATE : , -, 4/ SHEET (512) 218-5555 BID TABULATIOIWAMZ'Q c.- -, is ,-, '-' AND CHECKED Daniel Lynn Halden/MH 1129103 1 OF 4 CONTRACT : Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots LOCATION : City Hall Council Chambers H. Deck Construction Bid Bond? Yes Chasco Contracting Bid Bond? Yes Kiva, Inc. Bid Bond? Yes DATE: January 28, 2003 at 2:00 pm ITEM UNIT APPROX QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST CHISHOLM TRAIL IMPROVEMENTS hiMILEEMMINEEMINIM tajummumwmaimEmmummummtvicicsicimslo IESIMEMAWIMED11884.1111M1 '. 1, : . 1 1 Street bxcavation 2 Machine-Laid type A or B HMAC . , . 1.1 1 3 V ac ine al. ype D • • • on ,1 ' , .11 , 1.11 .11 '. I,:ii.ii 4 Ditch Grading, including Erosion Matting L.F. 1,300 $6.00 $7,800.00 $7.30 $9,490.00 $18.00 $23,400.00 5 Restoration and Revegetation S.Y. 3,500 $1.00 $3,500.00 $0.40 $1,400.00 $1.00 53,500.00 6 , ermop as lc 'avement trying LpLVMIWIMIII.EUIHMIEUMMMIIIMMIIIIMEMSgIMIIM .• III II . 11.11 , 11 11 7 rattic Control SUBTOTAL CHISHOLM TRAIL, N. IMPROVEMENTS (Items -7) S186,288.50 $227,010.00 $267,047.50 ORION STREET IMPROVEMENTS 8 Remove and Replace concrete curb & gutter L.F. 1,077 $25.00 $26,925.00 $38.00 $40,926.00 $20.00 $21,540.00 9 Remove and Replace concrete valley gutter S.F. 780 $8.00 $6,240.00 $16.00 $12,480.00 $12.00 $9,360.00 10 Remove and Replace concrete sidewalk S.F. 2,550 $6.00 $15,300.00 $4.40 611,220.00 69.00 $22,950.00 11 Remove and Replace concrete driveway S.F. 400 $8.00 $3,200.00 $5.30 $2,120.00 $12.00 $4,800.00 12 ur. . ramp, inc u mg remova o existing ram IgaMMEMEIRESIMEMIIIMMUJIIIMMMIIIMEMMEIMIN .11 , ss,il :11.1,» . . ', ,111,11 . ,:ii.ii 13 avement Repair 14 Pavement Milling S.Y. 1,275 $3.00 $3,825.00 $3.00 $3,825.00 65.00 $6,375.00 15 Machine-Laid type D HMAC I on 300 $36.00 $10,800.00 $50.00 $15,000.00 $56.00 $16,800.00 16 : • ' . . . , IMMIIMIIIIISMMBEMMIIESLUIIIDJMILQIMMIWLZUIIIJII MAO • , 11.11 17 rate n et a. .4, 11.11 .■ 11 11 , . 111 11 .., . ',111.11 '.■,11.11 ,,, 11,11 18 Grading, Restoration & Block Sod Reveg S.Y. 440 $3.00 $1,320.00 $11.00 $4,840.00 $10.00 $4,400.00 19 Inlet Protect:on ba. 3 $100.00 $300.00 $93.00 $29.00 $500.00 $1,500.00 20 1 hermoplastic Pavement k L.F. 1,000 $1.60 1 $1,500.00 $1,600.00 $1,500.00 $1.75 66,300.00 $1,750.00 $6,300.00 $2.00 $3,500.00 $2,000.00 $3,500.00 21 Traffic Control L.S. SUBTOTAL ORION STREET IMPROVEMENTS (Items 8-21) $93,135.00 $119,840.00 $107,225.00 .... _. _. --_ ..... - THE CITY OF ROUND ROCK p , � p BIDS EXTENDED � VAN PUBLIC WORKS DEPARTMENT pd.,. :e oe>oo ;;,,, o 4 2008 Enterprise Dr. /12.910-5 r" DANIEL LYNN Pill DFN , j BV : o Round Rock, Texas. 78664 49 4 63225 w�A DATE: (512) 218 -5555 BID TABULATIO O ASS p r_c °� SHEET L ..Qt, 41- `� AND CHECKED Daniel Lynn tlalden /MH 1/29/03 2 OF 4 CONTRACT : Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots LOCATION : City Hall Council Chambers H. Deck Construction continued Bid Bond? Yes Chnsco Contracting continued Bid Bond? Yes Kiva, Inc. continued Bid Bond? Yes DATE: January 28, 2003 at 2:00 pm ti ITEM APPROX UNIT QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST OLD SETTLER'S PARK(OSP) PARKING LOT IMPROVEMENTS 22 Street Excavation S.Y. 7,975 $2.70 $21,532.50 $3.10 $24,722.50 $2.75 $21,931.25 23 Flexible Base (10 ") S.Y. 6,617 $7.25 $47,973.25 $7.00 $46,319.00 $10.00 $66,170.00 24 Machine -Laid HMAC, Type D Ton 900 $38.25 $34,425.00 $46.00 $41,400.00 $56.00 $50,400.00 25 Concrete Ribbon Curb L.F. 1,961 $10.00 $19,610.00 $9.00 $17,649.00 $12.00 $23,532.00 26 Concrete Ribbon Curb "A" L.F. 470 $10.50 $4,935.00 $12.00 $5,640.00 $13.00 $6,110.00 27 Standard Concrete Curb and Gutter L.F. 214 $11.00 $2,354.00 $11.00 $2,354.00 $15.00 $3,210.00 28 Concrete Sidewalk "A" S.F. 1,400 $3.25 $4,550.00 $6.10 $8,540.00 $6.00 $8,400.00 29 Concrete Dumpster Pad & Approach Ea. 2 $1,800.00 $3,600.00 $2,200.00 $4,400.00 $6,000.00 $12,000.00 30 Remove Post & Store for re -use Ea. 131 $10.00 $1,310.00 $7.00 $917.00 $20.00 $2,620.00 31 Remove Cable & Store for re -use L.F. 1,535 $1.00 $1,535.00 $0.15 $230.25 $0.25 $383.75 32 Install In -Line Post Ea. 130 $26.00 $3,380.00 $40.00 $5,200.00 $25.00 $3,250.00 33 Install Corner Post Ea. 49 $35.00 $1,715.00 $45.00 $2,205.00 $50.00 $2,450.00 34 Install Cable L.F. 1,625 $1.00 $1,625.00 $1.25 $2,031.25 $3.00 $4,875.00 35 4" Sch.40 PVC Irrigation Sleeve L.F. 240 $10.00 $2,400.00 $7.50 $1,800.00 $10.00 $2,400.00 36 Concrete Wheel Stop Ea. 61 $25.00 $1,525.00 $35.00 $2,135.00 $100.00 $6,100.00 37 Accessible Parking Sign Ea. 12 $120.00 $1,440.00 $190.00 $2,280.00 $500.00 $6,000.00 38 Silt Fence L.F. 500 $3.20 $1,600.00 $1.90 $950.00 $3.00 $1,500.00 39 Drain.swale grading&install. erosion matting L.F. 90 $25.00 $2,250.00 $14.50 $1,305.00 $30.00 $2,700.00 40 Tree Protection Ea. 6 $100.00 $600.00 $35.00 $290.00 $100.00 $600.00 41 4" Thermoplastic pavement striping L.F. 4,600 $1.50 $6,900.00 $1.60 $7,360.00 $1.75 $8,050.00 42 Backfill, grading & Revegetation S.Y. 1,600 $2.00 $3,200.00 $5.60 $8,960.00 $3.00 $4,800.00 43 Sweep existing Seat Coat Surface S.Y. 1,300 $1.00 $1,300 00 $0.65 $845.00 $1.00 $1,300.00 44 Curb Ramp Ea. I $1,000.00 $1,000.00 $320.00 $320.00 $1,000.00 $1,000.00 45 Traffic control L.S. 1 $1,000.00 $1,000.00 $2,300.00 $2,300.00 $3,500.00 $3,500.00 SUBTOTAL OSP PARKING LOT IMPROVEMENTS (Items 22 -45) $171,759.75 $190,073.00 $243,282.00 TOTAL BASE BID (Items I thru 45) $451,183.25 5536,923.00 $617,554.50 THE CITY OF ROUND ROCK .,_.:'4 ' �4 Jam 8' BIDS EXTENDED AND CHECKED PUBLIC WORKS DEPARTMENT ` _ ` 0 . et .I k ilO3 WHO. L " �� 1�1111 14 � 2008 Enterprise Dr. j BY : Daniel Lynn Ilalden /MIl Round Rock, Texas. 78664 [. ; - D ' 'y G3225 e DATE: 1/29/03 s1z 218 -5555 B TABULATION ° `0 ' "F ..-0,4"4/ ' •� e> � ) (]� � / , o STF�, "• �� SHEET 3 OF 4 CONTRACT : Improvements for Chisholm Trail "ti..µ =^ - North, Orion Street and Old Settlers Park Parking Lots LOCATION : City Hall Council Chambers MAC, Inc. Bid Bond? Yes Bland /Schroeder /Archer, L.P. Bid Bond? Ycs Travis Paving & Excavation Co. Bid Bond? Yes DATE: January 28, 2003 at 2:00 pm ITEM UNIT APPROX QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST CHISHOLM TRAIL IMPROVEMENTS 1 Street Excavation S.Y. 11,050 $5.00 $55,250.00 510.00 $110,500.00 $4.00 $44,200.00 2 Machine -Laid type A or B 1-IMAC Ton 2,435 $39.00 $94,965.00 540.00 $97,400.00 $50.00 $121,750.00 3 Machine Laid Type D HMAC Ton 1,050 $40.00 $42,000.00 $40.00 $42,000.00 $50.00 $52,500.00 4 Ditch Grading, including Erosion Matting L.F. 1,300 $13.00 $16,900.00 $10.00 $13,000.00 $20.00 $26,000.00 5 Restoration and Revegetation S.Y. 3,500 53.00 $10,500.00 $4.00 $14,000.00 $10.00 $35,000.00 6 4" Thermoplastic Pavement Striping L.F. 11,100 $0.50 $5,550.00 $0.40 $4,440.00 53.50 538,850.00 7 Traffic Control L.S. 1 $10,000.00 $10,000.00 57,000.00 $7,000.00 $7,500.00 $7,500.00 SUBTOTAL CHISHOLM TRAIL N. IMPROVEMENTS (Items 1 -7) $235,165.00 $288,340.00 * $325,800.00 ORION STREET IMPROVEMENTS 8 Remove and Replace concrete curb & gutter L.F. 1,077 $60.00 $64,620.00 $40.00 $43,080.00 $15.00 $16,155.00 9 Remove and Replace concrete valley gutter S.F. 780 $15.00 $11,700.00 $25.00 $19,500.00 $15.00 $11,700.00 10 Remove and Replace concrete sidewalk S.F. 2,550 58.00 $20,400.00 $14.00 $35,700.00 $8.00 $20,400.00 11 Remove and Replace concrete driveway S.F. 400 $15.00 $6,000.00 $12.00 $4,800.00 $12.00 $4,800.00 12 Curb ramp, including removal of existing ram Ea. 5 $1,000.00 $5,000.00 $700.00 $3,500.00 $1,000.00 $5,000.00 13 Pavement Repair S.Y. 180 $50.00 59,000.00 546.00 $8,280.00 $25.00 $4,500.00 14 Pavement Milling S.Y. 1,275 $10.00 $12,750.00 $8.00 $10,200.00 $4.00 55,100.00 15 Machine- LaidtypeDHMAC Ton 300 $50.00 $15,000.00 545.00 $13,500.00 $50.00 $15,000.00 16 18" R.C.P. L.F. 45 $200.00 $9,000.00 $220.00 $9,91/0.0,0 $60.00 $2,700.00 17 3' Grate Inlet Ea. 1 $2,000.00 $2,000.00 $4,000.00 $4,000.00 $5,000.00 $5,000.00 18 Grading, Restoration & Block Sod Reveg S.Y. 440 $6.00 $2,640.00 $3.50 $1,540.00 $20.00 $8,800.00 19 Inlet Protection Ea. 3 $300.00 $900.00 $100.00 5300.00 $200.00 $600.00 20 Thermoplastic Pavement markings L.F. 1,000 $2.00 $2,000.00 $1.40 $1,400.00 $3.50 53,500.00 21 Traffic Control L.S. 1 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $7,500.00 $7,500.00 SUBTOTAL ORION STREET IMPROVEMENTS (Items 8-21) $166,010.00 $160,700.00 $110,755.00 * Adjusted upon checking and tabulatuing bid ChisholmTr,OnonSt,OSP THE CITY OF ROUND ROCK BIDS EXTENDED PUBLIC WORKS DEPARTMENT .' e ' " .� • /��� � 0 , 2008 Enterprise Dr. IlL r P 1dk Mil 1, /F ' (13Y : Round Rock, Texas. 78664 P y ' � A G 3225 !1' W re ATE : (512) 218 -5555 BID TABULATION <<°T� � , -.- -9 \-f I/, SHEET - • min... AND CHECKED Daniel Lynn Holden /MH 1/29/03 4 OF 4 CONTRACT : Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots LOCATION : City Hall Council Chambers MAC, Inc continued Bid Bond? Yes Bland /Schroeder /Archer, L.P. continued Bid Bond? Yes Travis Paving & Excavation Co. continued Bid Bond? Yes DATE: January 28, 2003 at 2:00 pm # ITEM APPROX UNIT QTY. UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST OLD SETTLER'S PARK (OSP) PARKING LOT IMPROVEMENTS 22 Street Excavation S.Y. 7,975 $3.00 $23,925.00 58.00 563,800.00 $4.00 $31,900.00 23 Flexible Base (10") S.Y. 6,617 $10.00 $66,170.00 $10.50 $69,478.50 $10.00 $66,170.00 24 Machine -Laid HMAC, Type D Ton 900 550.00 $45,000.00 542.00 537,800.00 $50.00 $45,000.00 25 Concrete Ribbon Curb L.F. 1,961 $10.00 $19,610.00 $19.00 $37,259.00 $8.00 $15,688.00 26 Concrete Ribbon Curb "A" L.F. 470 $15.00 $7,050.00 $21.00 $9,870.00 $10.00 54,700.00 27 Standard Concrete Curb and Gutter L.F. 214 $12.00 $2,568.00 $7.53 51,611.42 $15.00 $3,210.00 28 Concrete Sidewalk "A" S.F. 1,400 $4.00 $5,600.00 $4.00 $5,600.00 $5.00 $7,000.00 29 Concrete Dumpster Pad & Approach Ea. 2 $2,500.00 $5,000.00 53,000.00 $6,000.00 $3,000.00 $6,000.00 30 Remove Post & Store for re -use Ea. 131 $5.00 $655.00 $10.00 51,310.00 $10.00 $1,310.00 31 Remove Cable & Store for re-use L.F. 1,535 $1.00 $1,535.00 $0.50 $767.50 $8.00 * $12,280.00 32 Install In -Line Post Ea. 130 $40.00 $5,200.00 $25.00 $3,250.00 $20.00 $2,600.00 33 Install Corner Post Ea. 49 $50.00 $2,450.00 $30.00 $1,470.00 $30.00 $1,470.00 34 Install Cable L.F. 1,625 $2.00 53,250.00 $3.00 $4,875.00 $25.00 * $40,625.00 35 4" Sch. 40 PVC Irrigation Sleeve L.F. 240 $7.00 51,680.00 $10.00 52,400.00 520.00 $4,800.00 36 Concrete Wheel Stop Ea. 61 $40.00 $2,440.00 $30.00 51,830.00 $50.00 $3,050.00 37 Accessible Parking Sign Ea. 12 $200.00 $2,400.00 $150.00 $1,800.00 $275.00 $3,300.00 38 Silt Fence L.F. 500 $2.00 $1,000.00 $4.00 $2,000.00 $5.00 $2,500.00 39 Drain.swale grading &install. erosion matting L.F. 90 $30.00 $2,700.00 $26.00 $2,340.00 $40.00 $3,600.00 40 Tree Protection Ea. 6 $200.00 $1,200.00 $500.00 $3,Q,00.00 $100.00 $600.00 41 4" Thermoplastic pavement striping L.F. 4,600 $1.50 $6,900.00 $1.34 $6,154.00 $3.35 $15,410.00 42 Backfill, grading & Revegetation S.Y. 1,600 $3.00 $4,800.00 $1.50 $2,400.00 $6.00 $9,600.00 43 Sweep existing Seat Coat Surface S.Y. 1,300 $2.00 $2,600.00 $0.50 $650.00 $1.00 $1,300.00 44 Curb Ramp Ea. 1 $1,000.00 $1,000.00 $1,027.80 51,027.80 $1,000.00 $1,000.00 45 Traffic control L.S. 1 $3,000.00 $3,000.00 $2,000.00 $2,000.00 $7,500.00 $7,500.00 SUBTOTAL OSP PARKING LOT IMPROVEMENTS (Items 22-45) $217,733.00 $268,703.22 * $290,613.00 TOTAL BASE BID (Items 1 thru 45) $618,908.00 $717,743.22 5727,168.00 • a �� rfl • F 7�a * Adjusted upon checking and tabulating bids ChishohnTr,OrionSt,OSP CHISHOLM TRAIL NORTH, ORION STREET AND - ' OLD SETTLERS PARK . 4 PARKING LOT IMPROVEMENTS VICINITY MAP DATE: SUBJECT: ITEM: Resource: History: Funding: Cost: Source of funds: Outside Resources: Impact/ Benefit: February 7, 2003 City Council Meeting — February 13, 2003 13.D.1. Consider a resolution authorizing the Mayor to execute a contract with H. Deck Construction for the Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots. Public Comment: N/A Sponsor: N/A Danny Halden, City Engineer Chisholm Trail north of Wolle Lane to its intersection with IH 35 experiences a great deal of truck traffic and is in a somewhat dilapidated condition. Orion Street basically between Satellite View and Chandler Road abuts residential properties as well as an elementary school and is in need of curb and gutter, pavement and valley gutter repairs. Three parking lots at Old Settlers Park that are currently unpaved are in need of curbing and paving to better serve park users. The City received and opened 6 bids on January 28, 2003. H. Deck Construction submitted the best bid in the amount of $451,183.25. $451,183.25 Capital Project Funds (Street operating budget) Will provide interim improvements to Chisholm Trail until the road is ultimately reconstructed in the future. Will provide needed improvements to Orion Street, which will facilitate drainage and enhance the road's aesthetics. Will provide curbing and paving for three parking lots at Old Settlers Park that will allow the lots to be more user friendly and enhance the park setting. R- 03 Da l3 130 IMPROVEMENTS FOR CHISHOLM TRAIL NORTH, ORLON STREET AND OLD SETTLERS PARK PARKING LOTS CITY OF ROUND ROCK PUBLIC WORKS DEPARTMENT ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY JANUARY 2003 I .( .« LHDEN � D i ANIELYNN AL VQ o 5 9 63225 0 * **FyJ ?;���. 0 SPECIFICATIONS AND CONTRACT DOCUMENTS TABLE OF CONTENTS Section Description Pages 1.0 Notice to Bidders NB -1 2.0 Bid Documents BD-1 — BD -12 3.0 Post Bid Documents PBD-1 — PBD- 7 4.0 General Conditions GC-1 — GC-48 5.0 Special Conditions SC-1 — SC -12 6.0 Technical Specifications TS-1 — TS -8 7.0 Plans, Details and Notes PDN-1 — PDN -58 NOTE: TxDot Standards BC (1), (4), (9), (9A) -99, BC (2), (3), (5), (6), (7), (8), (9B), (9C) -98, TCP NOTES — 98, and TCP (2 -1), (2 -2), (2 -5), (3- 1) -98, with any modifications noted herein, have been selected by me or under my responsible supervision as tieing applicable to this project. 4 ��"°e foil /S16 3 f f p DANIEL LYNN HALDEN 9 �..0.�.63225.0...���0 100Q A `�ss QQ'" N n` �„. 1.0 NOTICE TO BIDDERS COOPARKING - N7B.doc Revised 7/2002 Sealed bids addressed to the Purchasing Agent, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, for furnishing all labor, material and equipment and performing all work required for the project titled Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots will be received until January 28, 2003, 2:00 p.m. then publicly opened and read aloud at the City Hall Council Chambers at the same address. Bid envelopes should state date and time of bid and " Sealed Bid for: Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots ". No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be retumed 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 Department of Public Works, 2008 Enterprise Drive, in Round Rock, Texas (512- 218 -5555) beginning January 15, 2003 for a non - refundable charge of $20_00 per set. 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 waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock, and to furnish performance and payment bonds 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. Publish Dates: Round Rock Leader: January 13, 2003 January 20, 2003 January 27, 2003 NOTICE TO BIDDERS NB -1 Austin American Statesman: January 13, 2003 January 20, 2003 January 27, 2003 COOPARKING - NTB.doc Revised 7/2002 2.0 BID DOCUMENTS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms 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 an intelligent proposal. 2. Should the bidder find discrepancies in, or omissions from the plans, specifications, or other documents, or should he be in doubt as to their meaning, he should notify at once the Engineer and obtain clarification or addendum prior to submitting any bid. 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 contained herein. Bids received after closing time will be retumed 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. Bids shall be submitted on proposal forms famished by the City of Round Rock. 6. All proposals shall be accompanied by a certified cashier's check upon a National or State bank 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 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal. Proposals submitted without check or bid bonds will not be considered. 7. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be retumed within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals and to waive technicalities; to advertise for new proposals; or to do the work otherwise when the best interest of the City of Round Rock will be thereby promoted. 9. In case of ambiguity or lack of clarity in the statement of prices in the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject C:\My Documents ldM000PARKING - BD2.doc BD -1 the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in rejection of such bid or other bids. 10. Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his proposal within said sixty (60) day period of time unless a prior award is made. 11. 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 percent (100 %) of the total contract price. 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. 12. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 11 above, shall be just cause for the annulment of the award. In case of annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 13. No contract shall be binding upon the City of Round Rock until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 14. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, 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 certificate of insurance form included in the contract documents must be used by the Contractor's insurer to furnish proof of insurance. 15. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the C:\My Documents\dh\COOPARKING - BD2.doc BD -2 estimates. The basis for the payment shall be the actual amount of work done and/or material furnished. 16. 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 finished product under this contract. 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 of Round Rock will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier for materials purchased. The Contractor must have a valid sales tax permit in order to issue a resale certificate. In 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 contract will transfer title of consumable, but not incorporate, materials to the City of Round Rock at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City of Round Rock 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 of Round Rock 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 of Round Rock. 17. No conditional bids will be accepted. 18. 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 of Round Rock, 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). C:\My Documrntsldh \COOPARKING - BD2.doc BD -3 KNOW ALL MEN BY THESE PRESENTS THAT WE, as PRINCIPAL and as SURETY, are held and firmly bound unto the City of Round Rock hereinafter referred to as the "OWNER ", in the penal sum of five percent (5 %) of the total amount of the bid of the PRINCIPAL submitted to the OWNER, for the work described below; for the payment of which sum in lawful money of the United States of America, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. In no case shall the liability of the SURETY hereunder exceed the sum of $ The CONDITIONS OF THIS OBLIGATION ARE SUCH, THAT whereas, said PRINCIPAL has submitted the above mentioned bid to the OWNER, for construction for the work under the "SPECIFICATIONS FOR CONSTRUCTION OF Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots for which bids are to be opened at the office of the OWNER on January 28, 2003 at 2:00 p.m.. NOW THEREFORE, if the PRINCIPAL is awarded the contract, and within the time and manner required under the heading "Instructions to Bidders ", after the prescribed forms are presented to him for signature, enters into a written agreement, substantially in the form contained in the Specifications, in accordance with the bid and files the two (2) bonds with the OWNER, one to guarantee faithful performance and the other to guarantee payment for labor and materials, then this obligation shall be null and void, otherwise, it shall be and remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said SURETY shall pay all costs incurred by the OWNER in such suit, including a reasonable attomey's fee to be fixed by the Court. In WITNESS WHEREOF, we have hereunto set our hands and seals this day of Principal: Surety: By: By: (Seal) (Seal) C:SMy Documents\dM000PARKING - BD2.dcc BID BOND BD-4 EVERGREEN NATIONAL INDEMNITY COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT H. Deck Construction Company, 1601 Oxford Blvd., Round Rock, Texas 78664 as Principal, and EVERGREEN NATIONAL INDEMNITY COMPANY, as Surety, are held and firmly bound unto City of Round Rock, 221 East Main Street, Round Rock, Texas 78664, as Obligee, in the full and just sum of Five (5 %) percent of the amount bid not to exceed $43,750.00 lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots . NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the aforesaid Principal shall be awarded the contract the said Principal will, within the time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; otherwise, the Principal and Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered this 27th day of January, 2003. H. Deck Construction Company PRINCIPAL 4043a By BOND NO. 119117 EVERGREEN NATIONAL INDEMNITY COMPANY (SEAL) By (SEAL) Schuler, A ORNEY -FACT EVERGREEN NATIONAL INDEMNITY COMPANY CLEVELAND, OIIIO FOWVER OF ATTORNEY PRINCIPAL H. Deck Construction Company EFFECTIVE January 27, 2003 CONTRACTAh10UNT Five percent of the amount bid AMOUNfOFDONDS not to exceed POWER NO. 11 9117 KNOW ALL MEN DV THESE PRESENTS: That the Evergreen National Indemnity Company. a corporation in the State of Ohio does hereby nominate, constitute and appoint:' ^--- Anna M. IIiIt, John \V. Sdmicr its true and lawful Attomc)(s)•1n•Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required, any and all bonds, undertakings, tccognizances and written obligations In the nature thereof, PROVIDED, however, that the obligation of the Company under this • PowerofAttomey shall not exceed One hlltion Five hundred Thousand Dollard (S1,500.000.00). • - t. This rowel. of Attomry is granted and is signed by facsimile purivant to the following Resolution adopted by its Board of Directors an the 23rd Lay of February, 1994:.¢e - • - :�'1 : : �;f ='� - "RESOLVED, Thai any two oaken 'or the Company shall Ear ; 'the wthority to Nkn. execute and deliver a Power of Attorney constituting u • :Anomel(s ) - (act of such persons, firms. orcorporatiom maybesclocal from arm to time. '4••• ' :;;<i :.• • •b • FURTHER RESOLVED. that the signatures of such oticcn and the Sul of the Company maybe anal to any such Power of Attorney or any ccrtiicat c • relating thereto by tuslr and any such rower of Anorney or eertikeee bearing such facsimile sic osier. or facsimile sank anal be valid and binding - upoo the Company, and nay sod: powers so eamnel and eenT,we by facsimile signuuree and facsimile seal shall be valid and binding upon the • • Company in the future with respect to anybond or undertaking to which it is Inacboi.' - - - - '•5- • IN WITNESS 1VIIEREOF the Ever « o National Indemnity Comp any ha has its . corporoto t scot Ube affixed hereunto, a-nd these prcicns to be signed • by its duly auLSorized oaken this 23rd day o f February, 1994 :' ° >"' ! OIIAL IAtO f a �^RPOR;i x� • i s t has ' ��. 3 : . 939 ` _ O(-(lO otar T,a;�." / <k "rti '•\ 3 f• N • Stalcacohk) ; ? -3 - 4 55: ' :�_ _ :r•;•_ .. :: - - a - _ ..:lies_ �..`t�y". :�i�_..�...: �,.� : :: �..=4u :` •` •� - • -. 4• :e - y��x'rr :N_ :'. : :ji! >.s S`p'�r'!r i�:C'I: •: .` :'- i_.'�. �.";;.'i7 j : :i�.. -�,. t.. 'i� S, :( :y- � :�� ^.... / : :�i' '�'' %.:: `,. ..�•�• • 'f: On Cis 115th day of E(ay`, 2001, before the.aubsenber, i Votary' for the St to of Ohio ,duty commissioned and quoliGcd, personally rime Roswct Ellis and Glom D. Southwick, of the Evergreen National Indcmn'ty to me persota lylnown to be the individuals utd officers described hcrdtS. iu :, who executed the preceding 1E151m scot and actanowlcdgcd the execution of the same and bang by me dutyswoni, deposed end said that they are the efface: of said Company aforesaid, and that the teat affixed to dee preceding instrument Es the Corporate Sul of said Company,`and the ialetCorporate Sol • - signatures as officer: were duly affixed and subscribed to the saidnstnimrnt by the authority and diroctica of said Corporation, and that theicsoluilonofs- : - ,t. :.'Y Company, referred to Lo, the preceding instrument, is now in Corcc�� ,:,r'.'.;3.' �. -•• '- `• }• : -: 's. i • • .•.. . • IN TESTIMONY I have hereunto act myhund and offered myomcol seal at Columbus Ohio; the day andytar ebove written.' SUE E DUFFY ROTARY PU3J STATEcfIXO Sue E. Duffy Notaryrubtie State of 01 My Commission expires August 6, 2004 N NATION Y.I.INDEMNITY ' • A t, 11YCOId1SISS191 1E(PTIESILD.6,2001 State of Ohio) ir e S: 1, the Undersigned, Secretary of the Evergreen Natwnal irdcmrutyCompany, a stock corporation of the S tato of Ohio, DO )HEREBY CERTIFY that t • foregoing Power of Attomry remains in full force and has not ban revoked; and foothoo tore that the Resolution of the Board of Dircelors, set forth here above, is now in force. ..� ^�w :. „ - �1 Signed and scaled in Columbus, Ohio this 27th •^'' 'i'r. January • r 2003 . IIIIII1IIIIIIIII [IIIIIIIIIII[li1111 i = toRPomiz, - �� Kurt ILWciIanQSecretary • O f Any reproduction or fususdlc of this Corm Is void and Dm' ' C? 119117 93(6191 a\ v-7',$, yrJ39 2 e• 1 ! PROPOSAL BIDDING SHEET JOB NAME: Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots JOB LOCATION: Round Rock, Williamson County, Texas OWNER: DATE: Gentlemen: Bid Estimated Item uanti Unit 1. 11,050 S.Y. City of Round Rock, Texas January 28, 2003 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 supplemental specifications, and as shown on the plans for the construction of Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: BASE BID Item Description and Written Unit Price Chisholm Trail Improvements Street Excavation, complete in place, per Square Yard for dollars and -I r 4 - f w o cents. 2. 2,435 Ton Machine -Laid Type A or B HMAC, complete in place, per Ton for +1,• -1-.i - s./ dollars and I .Fl cents. 3. 1,050 Ton Machine Laid Type D HMAC, Unit Price Amount $ 3 $ 35,5M $ 3t, $ 81;,871.5e complete in place, per Ton for 1-11 ..1 . dollars and P, f cents. $ = $ 4 41 4 BD - 5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bid Estimated Item Description Unit Item Quantity Unit and Written Unit Price Price 4. 1,300 5. 3,500 S.Y. Restoration and Revegetation, complete in place, per Square Yard for dollars and — cents. 6. 11,100 L.F. 4" Thermoplastic Pavement Striping, White or Yellow complete in place, per Linear Foot for — dollars and F.FE F.G€ cents. 7. 1 L.S. Traffic Control, complete in place, SUBTOTAL CHISHOLM TRAIL IMPROVEMENTS (Items 1 thin 7) $ i , Z. • 50 8. 1,077 9. 780 10. 2,550 L.F. Ditch Grading, including Erosion Matting, complete in place, per Linear Foot for 5 dollars and - cents. $ 4, $ 7Y>oo L.F. S.F. S.F. $ � $ ,SS $ (ct per Lymp Sum for t,- u- t.Incldollars and - cents. $ 'l000 $ 4 < o Orion Street Improvements Remove and Replace concrete Curb and Gutter, complete in place, per Linear Foot for - F,ot dollars and - cents. Remove and Replace concrete valley gutter, complete in place, per Square Foot for e t dollars and - cents. $ 8 Remove and Replace concrete sidewalk, complete in place, per Square Foot for 5 ix dollars and - cents. $ BD - 6 Amount $ V3 $ Z $ (0 2...4 Bid Estimated Item Quantity 11. 400 13. 180 14. 1,275 15. 300 18. 440 Item Description Unit Unit and Written Unit Price Price S.F. Remove and Replace concrete driveway, complete in place, per Square Foot for erit,F dollars and - cents. $ & - $ 3 -" Amount 12. 5 Ea. Curb ramp, including removal of existing ramp, complete in place, per Each for 1,F 1 H ti .04. ,udollars and — cents. $ 15oo $ T5 S.Y. Pavement Repair, complete in place, per Square Yard for 1- 1.,,.1 .,t dollars and - cents. $ •s $ 1p 3ut9 S.Y. Ton Pavement Milling, complete in place, per Square Yard for fL tt dollars and - cents. $ 3 $ 3SZ-5 Machine -Laid Type D HMAC, complete in place, per Ton for H. -1 - e : x dollars and — cents. $ 3b` $ 1°,80e. 16. 45 L.F. 18" R.C.P., complete in place, per Linear Foot for E1114. _rr. ,,- dollars e. and - cents. $ 8S $ S tz5 17. 1 Ea. 3' Grate Inlet, complete in place, per Each for c..., I 1,,, 1,"„,4,,,,4dollars and - cents. • $ ` °o" $ '4466 S.Y. Grading, Restoration and Block Sod revegetation of disturbed and exposed areas, complete in place, per Square Yard for t1.,, dr dollars and — cents. $ '` $ 1320 BD - 7 Bid Estimated Item Quantity 19. 3 20. 1,000 21. 1 22. 7,975 23. 6,617 24. 900 25. 1,961 26. 470 Item Description Unit Unit and Written Unit Price Price Ea. Inlet Protection, complete in place, per Each for o 1 ,,,,, ,A v to dollars L.F. L.S. and - cents. Thermoplastic pavement markings, complete in place, per Linear Foot for dollars and 3:l-1 cents. Traffic Control, complete in place, per Lump Sum for F.F1n t,,,.,d,eodollars and cents. $ ISoo SUBTOTAL ORION STREET IMPROVEMENTS (Items 8 thru 21) $ 9S . X35 Old Settlers Park Parking Lot Improvements $ to $ 3�0 Amount 1 5 co S.Y. Street Excavation, complete in place, per Square Yard for kwo dollars ,o and �h1 cents. $ z — $ .I .53z.5 S.Y. Flexible Base (10"), complete in place, per Square Yard for sw dollars and kwbn -Fwb Cents. $ 1 $ 411.c113.Z.5 Ton Machine -Laid HMAC, Type D, complete in place, per Ton for hl,.. I - c; dollars and - (. cents. L.F. Concrete Ribbon Curb, complete in place, per Linear Foot for 1-6.4 dollars and — cents. $ 10 $ 4 ,Coid BD - 8 $ 35 $ 3-t . L.F. Concrete Ribbon Curb "A ", complete in place, per Linear Foot for l dollars s, and .1-3.1-1 cents. $ to $ "036 Bid Estimated Item Description Unit Item Ouantitv Unit and Written Unit Price Price Amount 27. 214 L.F. Standard Concrete Curb and Gutter, complete in place, per Linear Foot for el �. (,-r.t dollars and - cents. $ 1I' $ z3`&1 28. 1,400 29. 2 S.F. Concrete Sidewalk "A", complete in place, per Square Foot for 4 I r ti dollars and 6,..”1 -. -1 rY cents. $ 3L $ Aso Ea. Concrete Dumpster Pad & Approach, complete in place, per Each for elefi l e,-,A k,4 J -n dollars and _ cents. $ Ito $ 3 '° 00 30. 131 Ea. Remove Post and Store for re-use, complete in place, per Each for }in-( dollars and cents. $ 1 $ 1310 31. 1,535 34. 1,625 L.F. Remove Cable and Store for re -use, complete in place, per Linear Foot for trn 6 dollars and - cents. $ $ t s3 32. 130 Ea. Install In -Line post, complete in place, per Each for }WL:nk -s dollars and - cents. $ it: $ 33Lo 33. 49 Ea. Install comer post, complete in place, per Each , for }l,.,l.l. 1 -,,.E dollars and - cents. $ '55 a $ 11 ■S L.F. Install Cable, complete in place, per Linear Foot for a Nt dollars and cents. $ 1 e; $ 14Z5 BD - 9 Bid Estimated Item Description Unit Item Quantity Unit and Written Unit Price Price 35. 240 36. 61 37. 12 38. 500 39. 90 41. 4,600 42. 1,600 L.F. 4" Sch. 40 PVC Irrigation Sleeve, complete in place, per Linear Foot for dollars and cents. $ 10' $ Zak o Ea. Concrete Wheel Stop, complete in place, per Each for dollars and cents. Ea. Accessible Parking Sign, complete in place, per Each for (rm. L..Au t" L ,,i4o11ars and bents. L.F. Silt Fence, complete in place, per Linear Foot for 1- l,,.tt. dollars and �wr�(. cents. $ 3� $ too L.F. Drainage swale grading with instal- lation of Erosion Matting, complete in place, per Linear Foot for ;- wet+ -I.,.,E dollars and cents. $ ZS $ zzsa 40. 6 Ea. Tree Protection, complete in place, per Each for en* h�a✓,ore u dollars and - cents. BD -10 Amount $ {cow $ laoo� L.F. 4" Thermoplastic pavement striping, complete in place, per Linear Foot for cviE dollars and (4-4 cents. • $ 1. $ 4.5 S.Y. Backfill, grading and Re- vegetation, complete in place, per Square Yard for f . dollars and cents. $ Z $ 3 zoo 1 Bid Estimated Item Description Unit Item Quantity Unit and Written Unit Price Price 43. 1,300 44. 1 45. 1 S.Y. Ea. L.S. SUBTOTAL OLD SETTLERS PARK PARKING LOT IMPROVEMENTS (Items 22 thru 45) TOTAL BASE BID (Items 1 thru 45): STATEMENT OF SEPARATE CHARGES: Curb Ramp, complete in place, per Square Yard for vvvi dollars and cents. * Note: This total must be the same amount as shown above for" Total Base Bid " BD -11 1i $ ill ,15q.15 $ 1 451, 183.25 Amount Sweep existing Seat Coat Surface, complete in place, per Square Yard for am, dollars and cents. $ l $ 43oo $ loco $ 1 000 Traffic control, complete in place, per Lump Sum, for UM/ dollars and cents. $ Woo $ coo Materials: $ 15o, 000 O All Other Charges: $ 3n 1 , 11.3 . zS *Total: $ 41 G l , vas If this proposal is accepted, the undersigned agrees to execute the contract and provide necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within one hundred fifty (150) calendar days after the date of the written Notice -to- Proceed. The undersigned certifies that the bid prices contained in the proposal 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. Respectfully Submitted, tgoattue / Print Name MOiv 2 (5■z) 7_55 -S��G Title for Telephone ` MCIA ( u-r•t. S`matt tax-y.4 C o. Name of Firm 1 I ZY. o Date Secretary, if Contractor is a Corporation I&ot t O,.CO,z,7 1SUV Address BD -12 3.0 POST BID DOCUMENTS AGREEMENT THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS AGREEMENT, made and entered into this /3 day of l l ?m ry , 2003 , by and between (Owner) City of Round Rock, Texas of the State of Texas, acting through 1.\_ e Maxwell, Mayor, thereunto duly authozed so t do, hereinafter termed OWNER, and A/, ,'2 !, ( g , of /Cc vrr L , Texas, County of 7,)t /(, tk✓ s An , and State of Texas, hereinafter termed CONTRACTOR. THE CONTRACT DOCUMENTS consist of this Agreement and any Attachments and Exhibits attached hereto, Conditions of the Contract (General, Supplementary, and other conditions), Drawings, Specifications, all Addenda issued prior to execution of the Agreement and all Change Orders and written modifications issued subsequent thereto. These form the contract, and all are as fully a part of the Contract as if attached to this agreement or repeated herein. Unless otherwise specified, definitions set forth in the General Conditions apply to all other Contract Documents. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bond bearing even date herewith, CONTRACTOR hereby agrees with the said OWNER to commence and complete the construction of certain improvements described as follows: Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots Further described as the work covered by this specification consists of furnishing all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereof, and in accordance with the Notice to Contractors, Instructions to Bidders, General Conditions of Agreement, Special Conditions, Technical Specifications, Plans, and other drawings and printed or written explanatory material thereof, and the Specifications and Addenda therefore, as prepared by the City of Round Rock, Texas, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance, Payment, and Maintenance Bonds hereof, and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date written notice to do so have been given to him, and to complete the same within one C:\My Docwnents■dh\COOPARKNG - PBD.doc PBD -1 hundred fifty (150) calendar days after the date of the written Notice to Proceed, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. CITY OF ROUND ROCK, TEXA (OWNE BY: /`Liiw -j /re' ell Mayor City Secretary (The following to be executed if the Contractor is a Corporation.) Contractor herein; that Contractor was then , certify that I am the Secretary of the Corporation named as , who signed this Contract on behalf of the (official title) of said Corporation, that said Contract was duly signed for and in behalf of said Corporation, that said Corporation by authority of its governing body, and is within the scope of its corporate powers. Corporate Seal \\ LeHuAdh \COOPARKING -PBD doc Secretary, if Contractor is a Corporation or otherwise registered with the Secretary of State Signed: PBD -2 J fCC/e — eent CEO. (CONTRACTOR) BY: ,Ll. D if/Z-- its 6N v(: (Typed name) (Title) ATTEST: 1 1 THE STATE OF TEXAS COUNTY OF WILLIAMSON C:\My DocumcntsVdM000PARKING - PBD.doc PERFORMANCE BOND Bond No. 123373 KNOW ALL MEN BY THESE PRESENTS: That H. Deck Construction Company of the City of Round Rock County of Williamson , and State of Texas , as Principal, and T * y N , 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 Hundred Fifty o pgy5$nd One Hundred Eighty Three dollars (5 451,183.25 ) 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: WHERAS, the Principal has entered into a certain written contract with the Owner dated the 13 — day of Fe,Lry - , 206.3 to which the contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, 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 Contract and occurring within a period of twelve (12) months from the date of the contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract 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. Surety, for value received, stipulates and agrees that no change, extension o 'ftime, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this PBD -3 1 1 1 1 1 1 1 1 1 I 1. 1 .1 j 1 1 1 1 1 1 1 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. PERFORMANCE BOND (continued) IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 17th day of February , 2003 Principal Title By: H. Deck Construction Company 1601 Oxford Blvd. Address Round Rock, Texas 78664 Resident Agent of Surety: - Time Insurance Agency, Inc. Printed Name 1405 E. Riverside Drive Address Austin, Texas 78741 City, State & Zip Code e John W. Schuler C:\My Doe mcnk`dMCOOPARKING -PBD doc PBD -4 Evergreen National Indemnity Company, Surety By Title Attorney -In -Fact - 10055 Sweet Valley Drive Address 'La.9 \o�9t . Schuler Valley View, OH 44125 1 1 1 1 , 1 I 1 1 11 1 11 •1 1 1 1 1 1 1 1 THE STATE OF TEXAS * * ** Evergreen National Indemnity Company COUNTY OF WILLIAMSON CAMy Documrnfs'dh\CGGPARKING - PBD.doc PAYMENT BOND PBD - 5 Bond No. 123373 KNOW ALL MEN BY THESE PRESENTS: That H. Deck Construction Company , of the City of Round Rock County of Willi , and State of Texas as Principal, and * * ** 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 t sue nde uUon this bond, in the penal sum of E an /100Tsous a ue Dollars ($ 451,183.25 ) 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 contract with the Owner, dated the day of Prue..-. , 2003 , to which Contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: Improvements for Chisholm Trail North, Orion Street and Old Settlers Park Parking Lots NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION LS 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 Contract, 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. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, 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 1. 1 1 1 1 1 1 1 -a 1 .1 1 1 1 1. 1 1 1 1 . 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 17th day of February 20 03 H. Deck Construction Company Principal By: ijzrv Title 1601 Oxford Blvd. Address Round Rock, Texas 78664 Resident Agent of Surety: Time Insurance Agency, Inc. Printed Name 1405 E. Riverside Drive Address Austin, Texas 78741 City, State & Zip Code C:\My Documentstdh \COOPARKING •PIID.doc PBD - 6 Evergreen National Indemnity Company Surety By: Title Attorney -In -Fact 10055 Sweet Valley Drive Address Valley View, OH 44125 1 1 . I I 1 1 1 1 1 1 1 1 1 1 1 1 1 { I 1 ! EVERGREEN NATIONAL INDEMNITY COMPANY COLUMBUS, OHIO POWER OF ATTORNEY H. Deck Construction Company 02/17/03 PRINCIPAL EFFECTIVE DATE CONTRACT AMOUNT 451,183.25 AMOUNT OF BOND S POWER NO. 123373 KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of Ohio does hereby nominate, constitute and appoint: ---- -- John W. Schuler - its true and lawful Attorneys) -In -Fact to make, execute, attest, seal and deliver for and on its behalf, as Surety, and as its act and deed, where required, any and all bonds, undertakings, rccognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under this Power of Attorney shall not exceed One Million Five Hundred Thousand Dollars (51,500,000.00). - This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of February, 1994: "RESOLVED, That any two officers of the Company have the authority to make, execute and deliver a Power of Attorney constituting as Attomey(s)- ,n -fact such persons, firms, or corporations as may be selected from time to time. FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile; and any such Power of Attomcy or certificate beanng such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and any such powers so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and these presents to be signed by its duly authorized officers this 27th day of August, 2001. Notary Public) ' State of Ohio) SS: OEEadn lepna65rtCE tt arrlOMtw0W4 State of Ohio) - SS: 111 1111111111111 110011111111 1101 EVERGREEN NATIONAL INDEMNITY COMPANY 7 Roswell P. Ellis, President Glenn D. Southwick, Treasurer On this 27th day of August, 2001, before the subscriber, a Notary for the State of Ohio, duly commissioned and qualified personally came Roswell P. Ellis and Glenn D. Southwick of the Evergreen National Indemnity Company, to me personally known to be the individuals and officers descnbed herein, and who executed the preceding instrument and acknowledged the execution of the same and being by me duly sworn, deposed and said that they are the officers of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signatures as officers were duly affixed and subscribed to the said instrument by the authonty and direction of said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is how in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at Columbus, Oh,o, the day and year above written Notary Public State of Ohio My Commission expires August 6, 2004 451,183.25 I, the undersigned, Secretary of the Evergreen National Indemnity Company, a stock corporation of the State of Ohio, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth herein above, is now in force. Signed and sealed in Columbus, Ohio this 17th day of February, 2003 John A. Marazza, Secretary Any reproduction or facsimile of this form is void and invalid. 1386471' EVERGREEN NATIONAL INDEMNITY IMPORTANT NOTICE • To obtain information or make a complaint: You may contact Evergreen National Indemnity Insurance Company for information or to make a complaint at: Evergreen National Indemnity Insurance Company CIO Contract Operations Planning, Inc. Attn: Claims 10055 Sweet Valley Drive Valley View, Ohio 44125 (216) 447 -9004 (216) 447 -9137 fax Insurance Company You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104, Austin, Texas 78714 -9104 (800) 252 -3439 (512) 475 -1771 fax PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about 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 BOND: This notice is for information only and does not become a part of condition of the attached document and is given to comply with Section 2253.48, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 1 CERTIFICATE OF LIABILITY INSURANCE 1 PRODUCER 1 1 INSURED c D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by 'the companies, and further hereinafter described. Exceptions to the policies are noted below. CO TYPE OF POLICY EFFECTIVE EXPIRATION LIMITS LTR INSURANCE NUMBER DATE DATE GENERAL LIABILITY GENERAL AGGREGATE $ ' PRODUCTS - COMP /OP AGG. $ PERSONAL & ADV. INJURY $ EACH OCCURRENCE $ ' FIRE DAMAGE (Any one fire) $ MED. EXPENSE (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ EXCESS LIABILITY WORKERS' COMPENSATION STATUTORY LIMITS S AND EMPLOYERS' LIABILITY EACH ACCIDENT S DISEASE - POLICY LIMIT S I DISEASE - EACH EMPLOYEE S PROFESSIONAL LIABILITY 1 1 The City of Round Rock is named as additional insured with respect to all policies except 'Workers' Compensation and Employers' Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration,date thereof, the issuing company will mail I thirty (30) days written notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager ' City of Round Rock SIGNATURE OF AUTHORIZED REPRESENTATIVE 221 E. Main Street Round Rock Texas 78664 1 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES /SPECIAL ITEMS/EXCEPTIONS C:\My Documents∎dh \COOPARKING - PBD.doe Date: COMPANIES AFFORDING COVERAGE A B EACH OCCURRENCE $ AGGREGATE $ Typed Name: Title: PBD -7 DILL IW .J1J VG/LO VJ VV VJ 11J IIWLmNIWL IYLI. LA IL/lHJ I HJl•J(JJ4G4LVL CERTIFICATE OF LIABILITY INSURANCE Date: 2 -18 -03 PRODUCER Insurance Network of Texas COMPANIES AFFORDING COVBRAGE 143 E. Austin Giddings, Texas 78942 A Bituminous Insurance B AmCotap Assurance Corporation INSURED H Deck Construction Company C Hepbert F. Deck dba 1601 Oxford Blvd. Round Rock, Texas 78664 D THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies, and further hereinafter described, Exceptions to the policies are noted below. CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION LIMITS LTR NUMBER DATE DATE GENERALLIABndTY OENERALAGGREGATE S 2,000,000 A CLP3143495B 6 -23 -02 6 -23 -03 PRODUCTS COMPIOP S 2,000,000 PERSONAL & ADV. INJURY S 1, 000 , 000 EACH OCCURRENCE s 1,000,000 FMB DAMAGE (Any one fire) S 100,000 MED. EXPENSE (Any one person) s 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 A CAP3143497B 6 -23 -02 6 -23 -03 BODA.YINRIRY if'erperson> S BODILY INJURY (Pa accident) S PROPERTY DAMAGE S B EXCESS LIABILITY WORIZRS' COMPENSATION AND EMPLOYERS' WABIUTY OTHER WCV4120359 6 - 23 - 02 6 - 23 - 03 DESCRIPTION OF OPERATIONOILOCATIONSVEH1CLPS /SPECIAL ITEMS/EXCEPTIONS DOT1 7 Typed Name: Tide: CEO EACH OCCURRENCE $ AGOREGATI $ rHUC: G/ G STATUTORY LIMITS EACH ACCIDENT $ 1,000,000 DISEASE - POLICY LIMIT $ 1,000,000 DISEASE• EACH EMPLOYEE $ 1,000,000 The Coy or Round Rock is named as additional Insured with respect to an polieka except Workers' Compensation and Employers' Liability. Shoald any of the above described policies be cancelled or changed before the expiration date thereof, the issuing company will mail thin (30) days written notice to the certificate holder named below. C5RT11 ICAT6 HOLDER: City of Mound Rock SIGNATURE OF AUTHORIZED RfiPRESENT TIVE 221 E. Main Street Round Rook Texas 79664 / �! aim' Joanne Land 4.0 GENERAL CONDITIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contents 1. Definition of Terms 1.01 - City, Contractor and Engineer 1.02 - Contract Documents 1.03 - Subcontractor 1.04 - Sub - Subcontractor 1.05 - Written Notice 1.06 - Work 1.07 - Extra Work 1.08 - Working Day 1.09 - Calendar Day 1.10 - Substantially Completed General Conditions of Agreement 2. Responsibilities of the Engineer and the Contractor 2.01 - City- Engineer Relationship 2.02 - Professional Inspection by Engineer 2.03 - Payments for Work 2.04 - Initial Determinations 2.05 - Objections 2.06 - Lines and Grades 2.07 - Contractor's Duty and Superintendence 2.08 - Contractor's Understanding 2.09 - Character of Workers 2.10 - Contractor's Buildings 2.11 - Sanitation 2.12 - Shop Drawings 2.13 - Preliminary Approval 2.14 - Defects and Their Remedies 2.15 - Changes and Alterations 2.16 - Inspectors gencond.mst/spec master GC -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. General Obligations and Responsibilities 3.01- Keeping Plans and Specifications Accessible 3.02 - Ownership of Drawings 3.03 - Adequacy of Design 3.04 - Right of Entry 3.05 - Collateral Contracts 3.06 - Discrepancies and Omissions 3.07 - Equipment, Materials and Construction Plant 3.08 - Damages 3.09 - Protection Against Accident to Employees and the Public 3.10 - Performance and Payment Bonds 3.11 - Losses from Natural Causes 3.12 - Protection of Adjoining Property 3.13 - Protection Against Claims of Subcontractors, etc. 3.14 - Protection Against Royalties or Patented Inventions 3.15 - Laws and Ordinances 3.16 - Assignment and Subletting 3.17 - Indemnification 3.18 - Insurance 3.19 - Final Clean-Up 3.20 - Guarantee Against Defective Work 3.21 - Testing of Materials 3.22 - Wage Rates 3.23 - Right to Audit 4. Prosecution and Progress 4.01 - Time and Order of Completion 4.02 - Extension of Time 4.03 - Hindrances and Delays 5. Measurement and Payment 5.01 - Quantities and Measurements 5.02 - Estimated Quantities 5.03 - Price of Work 5.04 - Partial Payments 5.05 - Use of Completed Portions 5.06 - Final Completion and Acceptance 5.07 - Final Payment 5.08 - Payments Withheld 5.09 - Delayed Payments g«kond.ntuspcc nester GC -2 1 1 1 1 1 1 1 1 7.01 - Abandonment by Contractor 8. Subcontractors 1 1 1 1 1 1 1 1 1 1 6. Extra Work and Claims 6.01 - Change Orders 6.02 - Minor Changes 6.03 - Extra Work 6.04 - Maximum Markup for Self- Performed Work 6.05 - Maximum Markup for Lower Tier Contractors 6.06 - Unit Price Proposals 6.07 - Cost Plus Proposals 6.08 - Accurate Pricing Information 6.09 - Right to Verify Information 6.10 - Pricing Information Requirements 6.11 - Time of Filing Claims 6.12 - Continuing Performance 7. Abandonment of Contract 7.02 - Abandonment by City 8.01 - Award of Subcontracts for Portions of Work 8.02 - Subcontractual Relations 8.03 - Payments to Subcontractors 9. Separate Contracts 9.01 - City's Right to Award Separate Contracts 9.02 - Mutual Responsibility of Contractors 9.03 - Cutting and Patching Under Separate Contracts 10. Protection of Persons and Property 10.01 - Safety Precautions and Programs 10.02 - Safety of Persons and Property 10.03 - Location and Protection of Utilities gencond.ing/spec master GC -3 11. Termination 11.01- Termination by City for Cause 11.02 - Termination for Convenience COOPARKING .GC.doc GC- 4 Revised .2002 1. Definition of Terms 1.01 City, Contractor and Engineer The City, the Contractor, and the Engineer and those persons or organizations identified as such in the Agreement are referred to throughout the Contract Documents as if singular in number and masculine in gender. The term "Engineer" means the Engineer or his duly authorized representative. The Engineer shall be understood to be the Engineer of the City, and nothing contained in the Contract Documents shall create any contractual or agency relationship between the Engineer and the Contractor. 1.02 Contract Documents General Conditions of Agreement The Contract Documents shall consist of the Notice to Contractors, Instructions to Bidders, Proposal, Signed Agreement, Performance and Payment Bonds (when required), Special Bonds (when required), General Conditions of the Agreement, Construction Specifications, Plans and all modifications thereof incorporated in any such documents before the execution of the agreement. The Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Signed Agreement, Performance and Payment Bonds, Special Bonds (if any), Proposal, Special Conditions of Agreement, Notice to Contractors, Technical Specifications, Plans and General Conditions of Agreement. 1.03 Subcontractor The term "Subcontractor," as employed herein, applies only to one who has a direct contract with the Contractor. It includes one who furnishes material worked to special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. 1.04 Sub- Subcontractor The term "Sub- Subcontractor" applies to one who has a direct or indirect contract with a Subcontractor to perform any of the work at the site. It includes one who furnishes material worked to a special design according to the plans or specifications of this work, but does not include one who merely furnishes material not so worked. COOPARKING - GC.doc GC- 5 Revised -2002 1.05 Written Notice 1.06 Work Written notice shall be deemed to have been duly served if delivered in person to the individual or to an officer of the corporation for whom it is intended, or if delivered to or sent by registered mail to the last business address known to him who gives the notice. The Contractor shall provide and pay for all materials, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, Light, power, fuel, transportation and other facilities necessary for the execution and completion of the work covered by the Contract Documents. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. Materials or work described in words that when so applied, have a well -known technical or trade meaning shall be held to refer to such recognized standards. 1.07 Extra Work The term "Extra Work" shall be understood to mean and include all work that may be required by the Engineer or the City to be done by the Contractor to accomplish any change, alteration or addition to the work shown upon the plans, or reasonably implied by the specifications, and not covered by the Contractor's Proposal, except as provided herein under "Changes and Alterations." 1.08 Working Day The term "Working Day" is defined as any day not including Saturdays, Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the principal units of the work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. 1.09 Calendar Day The term "Calendar Day" is defined as any day of the week or month, no days being excepted. 1.10 Substantially Completed The term "Substantially Completed" shall be understood to mean that the structure has been made suitable for use or occupancy, or that the facility is in condition to serve its intended purpose, but still may require minor miscellaneous work and adjustment. COOPARKING - GC.doc GC- 6 Revised -2002 2. Responsibilities of the Engineer and the Contractor 2.01 City- Engineer Relationship The Engineer will be the City's representative during construction. The duties, responsibilities and limitations of authority of the Engineer as the City's representative during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the City and the Engineer. The Engineer will advise and consult with the City, and all of the City's instructions to the Contractor shall be issued through the Engineer. 2.02 Professional Inspection by Engineer The Engineer shall make periodic visits to the site to familiarize himself with the progress of the executed work and to determine if such work meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents, provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on -site inspections of the quality or quantity of the work or be responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be responsible or liable for any acts, errors, omissions or negligence of the Contractor, any Subcontractor or any of the Contractor's or Subcontractor's agents, servants or employees, or any other person, finn or corporation performing or attempting to perform any of the work. 2.03 Payments for Work The Engineer shall review the Contractor's applications for payment and supporting data, determine the amount owed to the Contractor and recommend, in writing, payment to the Contractor in such amounts; such recommendation of payment to the Contractor constitutes a representation to the City of the Engineer's professional judgment that the work has progressed to the point indicated to the best of his knowledge, information and beliet', but such recommendation of an application for payment to the Contractor shall not be deemed as a representation by the Engineer that the Engineer has made any examination to determine how or for what purpose the Contractor has used the monies paid on account of the contract price. 2.04 Initial Determinations The Engineer initially shall determine all claims, disputes and other matters in question between the Contractor and the City relating to execution or progress of CGGPARKING - GC.doc GC - 7 Revised -2002 the work or interpretation of the Contract Documents. The Engineer's decision shall be rendered in writing within a reasonable time, which shall not be construed to be less than ten (10) days. 2.05 Objections In the event the Engineer renders any decision that, in the opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with the Engineer within thirty (30) days his written objection to the decision, and by such action may reserve the right to submit the question so raised to litigation as hereinafter provided. 2.06 Lines, Grades and Construction Staking The Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. The Contractor shall determine all lines and grades, and shall provide all construction staking. As a minimum, construction stakes shall be placed at intervals of 100 feet. In the event that the Contractor is unable to construct an item of work to the tolerance allowed in the specifications with construction stakes at 100 foot intervals, then staking shall be placed at closer intervals as approved by the Engineer. The Contractor shall provide a qualified and experienced work force and all materials required for performing staking and determining lines and grades. The Engineer shall famish the Contractor benchmarks and/or control points at intervals not to exceed 1,500 feet for determining lines and grades. Any benchmark or control point established by the Engineer shall be carefully preserved by the Contractor and if, in the opinion of the Engineer, any such benchmarks or control points are carelessly or willfully destroyed or disturbed by the Contractor, they shall be replaced by the Contractor at his sole expense or the cost of replacement will be charged against the Contractor and deducted from any moneys due or to become due the Contractor. The Contractor shall keep the Engineer informed a reasonable time in advance of the time and place he intends to work. The Engineer may, at his option, make spot or complete checks on all construction alignment and grades to determine the accuracy of the Contractor's survey work, work in progress, or completed work. Such checks, however, will not relieve the Contractor of his responsibility of constructing the work to the positions and elevations as shown on the plans. No direct payment will be made for this work, but the cost of all labor, equipment and supplies necessary to perform the work shall be considered subsidiary to the various bid items of the contract. COOPARKING - GC.doc GC- 8 Revised -2002 2.07 Contractor's Duty and Superintendence The Contractor shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent English- speaking Superintendent and any necessary assistants to supervise and direct the work. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given to the Contractor. The Contractor is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the City and the Engineer being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, the Contractor shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection and safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Engineering construction drawings and specifications, as well as any additional information concerning the work to be performed passing from or through the Engineer, shall not be interpreted as requiring or allowing the Contractor to deviate from the plans and specifications. The intent of such drawings, specifications and any other such information shall be to define the specificity of the work the Contractor is to perform. The Contractor shall be fully and completely liable, at his own expense, for design, construction, installation, and use or non -use of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in progress, or any visit or observation during construction, or any clarification of plans and specifications, by the Engineer or the City, or any agent, employee or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or methods, is agreed by the Contractor to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling the Contractor to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve the Contractor from full and complete responsibility for the proper performance of his work on the project, including but not limited to the propriety of means and COOPARKING -GC.doc GC- 9 Revised -2002 c. methods of the Contractor in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by the Contractor from plans and specifications that may have been in evidence during any such visitation or observation by the Engineer, or any of his representatives, whether called to the Contractor's attention or not, shall in no way relieve the Contractor from his responsibility to complete all work in accordance with said plans and specifications. 2.08 Contractor's Understanding It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters that can in any way affect the work under this contract. The Contractor agrees that he will make no claim against the City or the Engineer if, in the prosecution of the work, he finds that the actual site or subsurface conditions encountered do not conform to those indicated by excavation, test excavation, test procedures, borings, explorations or other subsurface excavations. No verbal agreement or conversation with any officer, agent or employee of the City or the Engineer either before or after the execution of this contract shall affect or modify any of the terms or obligations herein contained. 2.09 Character of Workers The Contractor agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the Engineer shall inform him in writing that any workers on the work are, in his opinion, incompetent, unfaithful or disorderly, or refuse instructions from the Engineer in the absence of the Superintendent, such worker shall be discharged from the work and shall not again be employed on the work without the Engineer's written consent. Any Contractor for work on this project may employ no illegal alien, and a penalty of $500.00 per day will be assessed for each day and for each illegal alien who works for the Contractor at this project. 2.10 Contractor's Buildings The building of structures for housing workers, or the erection of tents or other forms of protection, will be permitted only at such places as the Engineer shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the Engineer. COOPARKING - GC.doc GC -10 Revised -2002 2.11 Sanitation Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer, and their use shall be strictly enforced. 2.12 Shop Drawings The Contractor shall submit to the Engineer, with such promptness as to cause no delay in his own work or in that of any other Contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the Engineer shall pass upon them with reasonable promptness, making desired corrections. The Contractor shall make any corrections required by the Engineer, file with him two (2) corrected copies and furnish such other copies as may be needed. The Engineer's review of such drawings or schedules shall not relieve the Contractor from responsibility for deviations from drawings or specifications, unless he has in writing called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the Contractor's responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the Engineer shall be for the sole purpose of determining the general conformity of said shop drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during the Contractor's performance hereunder. 2.13 Preliminary Approval The Engineer shall not have the power to waive the obligations of this contract for the furnishing by the Contractor of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the Engineer to discover, object to or condemn any defective work or material shall release the Contractor from the obligations to fully and properly perform the contract, including without, limitation, the obligation to at once tear out, remove and properly replace any defective work or material at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that the Engineer shall, upon request of the Contractor, inspect and accept or reject any material furnished, and in the event the material has been once accepted by the Engineer, such acceptance shall be COOPARKING - GC.doc GC -11 Revised -2002 binding on the City unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer, prior to final acceptance, and if found not in accordance with the plans and/or specifications for said work, all expense of removing, re- examination and replacement shall be borne by the Contractor. Otherwise, the expense thus incurred shall be allowed as Extra Work and shall be paid for by the City; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should the Contractor proceed with such work without requesting prior inspection or approval he shall bear all expense of taking up, removing, and replacing this work if so directed by the Engineer. 2.14 Defects and Their Remedies It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by the Engineer as unsuitable or not in conformity with the plans, specifications, or the intent thereof, the Contractor shall, after receipt of written notice thereof from the Engineer, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 2.15 Changes and Alterations The Contractor further agrees that the City may make such changes and alterations as the City may see fit in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying performance and payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with, except as provided for unit price items under Section 5 "Measurement and Payment." If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price, if any, established for such work under this contract, except as provided for unit price items under Section 5 "Measurement and Payment." Otherwise, such additional work shall be paid for as provided under Extra Work. In the event,the City makes such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the City shall compensate the Contractor for any material or labor so used, and for any actual loss occasioned by such change, due to actual expense incurred in preparation for the work as originally planned. COOPARKING - GC.doc GC -12 Revised -2002 2.16 Inspectors The Engineer may provide one (or more) field inspectors at the work site for the limited purpose of observing the work in progress and reporting back to the Engineer on the extent, nature, manner and performance of the work so that the Engineer may more effectively perform his duties hereunder. Such inspectors may also communicate between the Engineer and the Contractor their respective reports, opinions, questions, answers and clarifications concerning the plans, specifications and work, but shall not be deemed the agent of the Contractor for all purposes in communicating such matters. Such inspectors may confer with the Contractor or the Contractor's Superintendent concerning the prosecution of the work and its conformity with the plans and specifications, but shall never be, in whole or part, responsible for or charged with, nor shall he assume any authority or responsibility for the means, methods or manner of completing the work or of the superintendence of the work or of the Contractor's employees. It is expressly understood and agreed that any such inspector is not authorized by the Engineer or the City to independently act for either or to answer on behalf of either, any inquiries of the Contractor concerning the plans, specifications or work. No inspector's opinion, advice, interpretation of the plans or specifications of this contract, apparent or express approval of the means or methods or manner of the Contractor's performance of work in progress or completed, or discovery or failure to discover or object to defective work of materials shall release the Contractor from his duty to complete all work in strict accordance with the plans and specifications or stop the City or the Engineer from requiring that all work be fully and properly performed and, if necessary, that defective or otherwise unacceptable work be removed and such work redone. 3. General Obligations and Responsibilities 3.01 Keeping Plans and Specifications Accessible The Engineer shall furnish the Contractor with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the Contractor shall keep one (1) copy of the same constantly accessible on the work, with the latest revisions noted thereon. 3.02 Ownership of Drawings No drawings, specifications or copies furnished by the Engineer shall be reused on other work, and, with the exception of the signed contract sets, are to be returned to the Engineer, on request, at the completion of the work. All models are the property of the City. COOPARKING - GC.doc GC - Revised -2002 3.03 Adequacy of Design It is understood that the City believes it has employed competent engineers and designers. It is therefore agreed that the City shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, the safety of the structure and the practicability of the operations of the completed project provided that the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the City. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 3.04 Right of Entry The City reserves the right to enter the property or location at which the work herein contracted for is to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work or for the purpose of constructing or installing such collateral work as the City may desire. 3.05 Collateral Contracts The City agrees to provide, by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner so as not to unreasonably delay the progress of the work or damage the Contractor, except where such delays are specifically mentioned elsewhere in the Contract Documents. The City will attempt to coordinate the collateral work of utility companies regulated by City franchises, but the City shall not be responsible for delays or other damages to the Contractor that may result from their acts or omissions. 3.06 Discrepancies and Omissions The Contractor shall provide written notice to the Engineer of any omissions or discrepancies found in the contract. It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with generally accepted practices for construction. In the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion, of the contract, specifications or drawings, the Engineer shall define what is intended to apply to the work. COOPARKING - GC.doc GC -14 Revised -2002 3.07 Equipment, Materials and Construction Plant The Contractor shall be responsible for the care, preservation, conservation and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the Contractor has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 3.08 Damages In the event the Contractor is damaged in the course of completion of the work by the act, negligence, omission, mistake or default of the City or the Engineer, thereby causing loss to the Contractor, the City agrees that he will reimburse the Contractor for such loss. In the event the City is damaged in the course of the work by the act, negligence, omission, mistake or default of the Contractor, or should the Contractor unreasonably delay the progress of the work being done by others on the job so as to cause loss for which the City becomes liable, then the Contractor shall reimburse the City for such loss. 3.09 Protection Against Accident to Employees and the Public The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of federal, state and municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state or municipal laws or regulations. The Contractor shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor. In the event there is an accident involving injury to any individual on or near the work, the Contractor shall immediately notify the City and the Engineer 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 of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to the City and the Engineer for their records. 3.10 Performance and Payment Bonds Unless otherwise specified, it is further agreed by the parties to the contract that the Contractor will execute separate performance and payment bonds, each in the sum of one hundred (100 %) percent of the total contract price, on standard forms COOPARKING - GC.doc GC-1 5 Revised -2002 for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantee required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the contract. It is agreed that the contract shall not be in effect until such performance and payment bonds are furnished and approved by the City. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this contract, and the City will make no extra payment for such bonds. Unless otherwise approved in writing by the City, the surety company underwriting the bonds shall be licensed to write such bonds in the State of Texas. 3.11 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 the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and bome by the Contractor at his own cost and expense. 3.12 Protection of Adjoining Property The said Contractor shall take proper means to protect the adjacent or adjoining property or properties, in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. The Contractor agrees to indemnify, save and hold harmless the City and the Engineer against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract regardless of whether or not it is caused in part by a party indemnified hereunder, but any such indemnity shall not apply to any claim of any kind arising solely out of the existence or character of the work. 3.13 Protection Against Claims of Subcontractors, Laborers, Material men and Furnishers of Machinery, Equipment and Supplies The Contractor agrees that he will indemnify and save the City and the Engineer from all claims growing out the lawful demands of Subcontractors, laborers, workers, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by the City, the Contractor shall furnish satisfactory evidence that all obligations of the nature COOPARKING - GC.doc GC - Revised -2002 hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the City may either pay directly any unpaid bills of which the City has written notice, or may withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims. When satisfactory evidence is furnished that all liabilities have been fully discharged, payments to the Contractor shall be resumed in full in accordance with the terms of this contract, but in no event shall either the Contractor or his surety construe the provisions of this sentence to impose any obligation upon the City. 3.14 Protection Against Royalties or Patented Inventions The Contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner. The Contractor shall defend all suits or claims for infringement of any patent or copyright rights and shall defend, indemnify and hold harmless the City and the Engineer from any loss on account thereof, except that the City shall defend all such suits and claims and shall be responsible for all such losses when a particular design, device, material or process or the product of a particular manufacturer or manufacturers is specified or required by the City; provided, however, if choice of alternate design, device, material or process is allowed to the Contractor, then the Contractor shall defend, indemnify and hold harmless the City from any loss on account thereof. If the material or process specified or required by the City is known by the Contractor to be an infringement, the Contractor shall be responsible for such loss unless he promptly gives such information to the City. 3.15 Laws and Ordinances The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations, which in any manner affect the contract or the work, and shall indemnify and save the City and the Engineer against any claim arising from the violation of any such laws, ordinances, and regulations whether by the Contractor or his employees, except where such violations are called for by the provisions of the Contract Documents. If the Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be prepared as provided in the contract for changes in the work. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the Engineer, he shall bear all costs arising therefrom. In case the City is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which the City may enter into contract, shall be controlling and shall be considered as part of this contract to the same effect as though embodied herein. COOPAxxnac - GC.doc GC -17 Revised -2002 3.16 Assignment and Subletting The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney or otherwise, or sublet said contract without the written consent of the Engineer, and that no part or feature of the work will be sublet to anyone objectionable to the Engineer or the City. The Contractor further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve the Contractor from his full obligations to the City as provided by this agreement. 3.17 Indemnification The Contractor shall defend, indemnify and hold harmless the City and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the work, provided that any such damage, claim, loss, demand, suit, judgment, cost or expense: 1. is attributable to bodily injury, sickness, disease or death of any person, including Contractor's employees and any Subcontractor's employees and any Sub - Subcontractor's employees, or to injury to or destruction of tangible property, including Contractor's property (other than the work itself) and the property of any Subcontractor of Sub - Subcontractor, including the loss of use resulting therefrom; and, 2. is caused in whole or in part by any intentional or negligent act or omission of the Contractor, any Subcontractor, any Sub - Subcontractor or anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the Contractor under this section shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation of maps, plans, reports, surveys, change orders, designs or specifications, or the approval of maps, plans, reports, surveys, change orders, designs or specifications or the issuance of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such is the sole cause of the injury or damage. In any and all claims against the City or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, any Sub - Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under this section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any COOPARKING - GC.doc GC -1 s Revised -2002 Subcontractor or Sub - Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 3.18 Insurance The Contractor shall carry insurance as follows for the duration of this contract. A. Statutory Workers' Compensation. Definitions: CAOPARKING - GC.doc Certificate of coverage ( "certificate ") - a copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC -81, TWCC- 82, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the vroiect - includes the time from the beginning of the work on the project until the contractor's employees or representative's work on the project has been completed and accepted by the City. Persons providing services on the project ( "subcontractor" in 6 406,096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner - operators, employees of any such entity or employees of any entity that fumishes 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. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, that 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. This coverage shall include the following terms: (a) Employer's Liability limits of $100,000.00 for each accident is required. GC - Revised -2002 COOPARKING - GC.doc (b) "Texas Waiver of Our Right to Recover From Others" Endorsement WC 42 03 04 shall be included in this policy. (c) Texas must appear in Item 3A of the Workers' Compensation coverage, or Item 3C must contain the following: "As States except those listed in 3A and the States of NV, ND, OH, WA, WV, and WY." The Contractor must provide a certificate of coverage prior to the City's execution of the contract. 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 City showing that coverage has been extended. The Contractor shall obtain from each person providing services on a project, and provide to the City: (a) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and no later than seven (7) calendar 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. (b) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. The Contractor shall contractually require each person with whom it contracts to provide services on the project to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts of filing of any coverage agreements, that meets the statutory requirements of Texas Labor Code, Section 401.011(44), for all of its GC-2 0 Revised -2002 COOPARKING - GC.doc employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the City in writing by certified mail or personal delivery, within ten (10) calendar days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services. By signing this contract, or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of GC-21 Revised -2002 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 worker, 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 and/or other civil actions. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor that entitles the City to declare the contract void if the Contractor does not remedy the breach within ten (10) calendar days after the receipt of notice of breach from the City. B. Comprehensive General Liability Insurance with minimum Bodily Injury limits of $300,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. C. Property Damage Insurance with minimum limits of $100,000 for each occurrence including like coverage for acts and omissions of Subcontractors and contractual liability coverage. D. Automobile Liability Insurance for all owned, non -owned and hired vehicles with minimum limits for Bodily Injury of $100,000 for each person and $300,000 for each occurrence and Property Damage minimum limits of $100,000 for each occurrence. Contractor shall require Subcontractors to provide Automobile Liability Insurance with same minimum limits. The Contractor shall not commence work at the site under this contract until he has obtained all required insurance and until the City and the Engineer have approved such insurance. The Contractor shall not allow any Subcontractors to commence work until all insurance required has been obtained and approved. Approval of the insurance by the City and the Engineer shall not relieve or decrease the liability of the Contractor hereunder. The required insurance must be written by a company licensed to do business in Texas at the time the policy is issued. In addition, the company must be acceptable to the City and all insurance (other than workers' compensation) shall be endorsed to include the City as an additional insured there under. All insurance policies/certificates shall include a clause providing that the insurer will notify the City in writing at least 30 days prior to termination, cancellation, reduction, or material change of coverage. This clause must require that the City be contacted within the specified time by written notice as evidenced by return receipt of registered or certified letter. Certificates of insurance shall contain transcripts from the proper office of the insurer, evidencing in particular those insured, the extent of the insurance, the location and the operations to which the COOPARKING - GC.doc GC Revised -2002 insurance applies, the expiration date, and the above- mentioned notice of termination, cancellation, reduction or material change of coverage. 3.19 Final Clean - Up Upon the completion of the work and before acceptance and final payment will be made, the Contractor shall clean and remove from the site of the work all surplus and discarded materials, temporary structures and debris of every kind. He shall leave the site of the work in a neat and orderly condition at least equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. In the event the Contractor fails or refuses to clean and remove surplus materials and debris as provided above, the City or the Engineer may do so, or cause same to be done, at the Contractor's expense, and the reasonable cost thereof shall be deducted from the final payment. 3.20 Guarantee Against Defective Work The Contractor warrants the materials and workmanship and that the work is in conformance with the plans and specifications included in this contract for a period of one year from the date of acceptance of the project. Said warranty binds the Contractor to correct any work that does not conform to such plans and specifications or any defects in workmanship or materials furnished under this contract that may be discovered within the said one -year period. The Contractor shall at his own expense correct such defect within thirty (30) days after receiving written notice of such defect from the City or the Engineer by repairing same to the condition called for in the Contract Documents and plans and specifications. Should the Contractor fail or refuse to repair such defect within the said thirty (30) day period or to provide acceptable assurances that such repair work will be completed within a reasonable time thereafter, the City may repair or cause to be repaired any such defect at the Contractor's expense. 3.21 Testing of Materials Unless otherwise specified, testing of all materials to be incorporated into the project will be as directed by the Engineer at the expense of the City. All retesting for work rejected on the basis of test results will be at the expense of the Contractor and the Engineer shall determine the extent of the retesting. The Engineer may require additional testing for failing tests and may require two (2) passing retests before acceptance will be made by the City. The City will designate the testing laboratory. All materials to be incorporated into the project must meet the requirements of these specifications. For manufactured materials such as reinforcing steel, expansion joint materials, concrete pipe, cement, miscellaneous steel, cast iron COOPARKING - GC.doc GC 3 Revised -2002 materials, etc., the Contractor will be required to furnish a manufacturer's certificate stating that the material meets the requirements specified for this project. 3.22 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. COOPARKING - GC.doc GC-24 Revised -2002 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. 3. Applicable wage rates are shown in Section 06 WAGE RATES of the SPECIAL CONDITIONS. 3.23 Right to Audit Whenever the City enters into any type of contractual arrangement including but not limited to lump sum contracts (i.e., fixed price or stipulated sum contracts), unit price, cost plus or time and material contracts with or without a guaranteed maximum (or not -to- exceed amounts), Contractor's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. A City representative, or an outside representative engaged by the City may perform such audits. The Contractor shall maintain all records relating to this contract for four (4) years from the date of final payment under this Contract, or until pending litigation has been completely and fully resolved, whichever occurs last. The City shall have the exclusive right to examine the records of the Contractor. The term "records" as referred to in this Contract 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 City'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 City in connection with Contractor's dealings with the City (all foregoing 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: COOPARKING - GC.doc GC - 5 Revised -2002 a) Contractor compliance with contract requirements, b) compliance with City's business ethics policies, and c) if necessary, the extent of the work performed by the Contractor at the time of contract termination. Contractor shall require all payees (examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this article by incurring the requirements hereof in a written contract agreement between Contractor and payee. Such requirements include a flow -down right of audit provisions in contracts with payees that also apply to Subcontractors and Sub - Subcontractors, material suppliers, etc. Contractor will cooperate fully and will require Related Parties and all of Contractor's subcontractors (including those entering into lump sum subcontracts) to cooperate fully in furnishing or in making available to the City from time to time whenever requested, in an expeditious manner, any and all such information, materials and data. City'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 Contract and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with this article. If an audit inspection or examination in accordance with this Article discloses overpricing or overcharges (of any nature) by the Contractor to the City in excess of one -half of one percent (.5 %) of the total contract billings, the reasonable actual cost of the City's audit shall be reimbursed to the City 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 City's findings to the Contractor. • Contractor shall take reasonable actions to prevent any actions or conditions, which could result in a conflict with the City's best interests. These obligations shall apply to the activities of Contractor's employees, agents, subcontractors, etc. in their dealings and relations with the City's current and former employees and their relatives. For example, 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 City's representatives, employees or their relatives. It is also understood by the Contractor that any solicitation of gifts or any other item of value by anyone representing the City is to be reported within two business working days to the City at the following telephone number (512) 218- 5555 (Public Works Department). Failure to report any such solicitations or offers CGGPARKING - GC.doc GC-26 Revised -2002 shall be deemed a material breach of contract entitling the City to pursue damages resulting from the failure to comply with this provision. 4. Prosecution and Progress 4.01 Time and Order of Completion It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction; provided, however, that the order and the time of prosecution shall be such that the work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the proposal: provided, also, that when the City is having other work done, either by contract or by his own force, the Engineer may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the City shall be harmonized. The Contractor shall submit, at such times as may reasonably be requested by the Engineer, schedules that shall show the order in which the Contractor proposes to carry on the Work, with dates at which the Contractor will start the several parts of the work, and estimated dates of completion of the several parts. 4.02 Extension of Time Should the Contractor be delayed in the completion of the work by any act or neglect of the City or the Engineer, or of any employee of either, or by other contractors employed by the City, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or unavoidable cause or causes beyond the Contractor's control, or by any cause that the Engineer shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension to be determined by the Engineer; provided, however, that the Contractor shall give the Engineer prompt notice in writing of the cause of such delay. Adverse weather conditions will not be justification for extension of time on "Calendar Days" contracts. 4.03 hindrances and Delays No claims shall be made by the Contractor for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of and for the convenience of the City) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the COOPARKING - GC.doc GC -2 7 Revised -2002 City, then such expense as in the judgment of the Engineer is caused by such stoppage of said work shall be paid by the City to the Contractor. 5. Measurement and Payment 5.01 Quantities and Measurements No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 5.02 Estimated Quantities The Contract Documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and material furnished. Where payment is based on the unit price method, the Contractor agrees that he will make no claim for damages, anticipated profits or otherwise on account of any differences that may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20 %) more than, or twenty percent (20 %) less than the estimated or contemplated quantity for such items, then either party to this agreement, upon demand, shall be entitled to revised consideration upon the portion of the work above or below twenty percent (20 %) of the estimated quantity. A "Major Item" shall be construed to be any individual bid item incurred in the proposal that has a total cost equal to or greater than five percent (5 %) of the total contract cost, computed on the basis of the proposal quantities and the contract unit prices. Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this agreement, as provided under "Extra Work." 5.03 Price of Work In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by the Contractor, and on the completion COOPARKING - GC.doc GC-28 Revised -2002 of all work and on the delivery of all material embraced in this contract in full conformity with the specifications and stipulations herein contained, the City agrees to pay the Contractor the prices set forth in the proposal hereto attached, which has been made a part of this contract. The Contractor hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this agreement. 5.04 Partial Payments On or before the first day of each month, the Contractor shall submit to the Engineer a statement showing the total value of the work performed up to and including the 25th day of the preceding month. The statement shall also include the value of all sound materials delivered on the job site and to be included in the work and all partially completed work whether bid as a lump sum or a unit item that in the opinion of the Engineer is acceptable. The Engineer shall examine and approve or modify and approve such statements. The City shall then pay the Contractor on or before the 20th day of the current month the total amount of the approved statement, less five percent (5 %) of the amount thereof, of which five percent (5 %) shall be retained until final payment, and further less all previous payments and all further sums that may by retained by the City under the teens of this agreement. It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault or neglect on the part of the Contractor, then the City may, upon written recommendation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor, or the Contractor, at the City's option, may be relieved of the obligation to fully complete the work and, thereupon, the Contractor shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." 5.05 Use of Completed Portions The City shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost or delays the work, the Contractor shall be entitled to such extra compensation, extension of time, or both, as the Engineer may determine. The Contractor shall notify the Engineer when, in the Contractor's opinion, the contract is "substantially completed" and when so notifying the Engineer, the Contractor shall furnish to the Engineer in writing a detailed list of unfinished work. The Engineer will review the Contractor's list of unfinished work and will COOPARKING - GC.doc GC Revised -2002 add thereto such items as the Contractor has failed to include. The "substantial completion" of the structure or facility shall not excuse the Contractor from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 5.06 Final Completion and Acceptance Within ten (10) days after the Contractor has given the Engineer written notice that the work has been completed, or substantially completed, the Engineer and the City shall inspect the work and within said time, if the work is found to be completed in accordance with the Contract Documents, the Engineer shall issue to the City and the Contractor his Certificate of Completion, and thereupon it shall be the duty of the City to issue a Certificate of Acceptance to the Contractor or to advise the Contractor in writing of the reason for non - acceptance. 5.07 Final Payment Upon the issuance of the Certificate of Completion, the Engineer shall proceed to make final measurements and prepare a final statement for the value of all work performed and materials furnished under the terms of the agreement and shall certify same to the City, who shall pay to the Contractor on or before 35th day after the date of the Certificate of Completion, the balance due the Contractor under the terms of this contract; and said payment shall become due in any event upon said performance by the Contractor. Neither the Certificate of Acceptance nor the final payment, nor any provision in the Contract Documents, shall relieve the Contractor of the obligation for fulfillment of any warranty which may be required. 5.08 Payments Withheld The City may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such an extent as may be necessary to protect itself from loss on account of a) defective work not remedied or other obligations hereunder not done. b) claims filed or reasonable evidence indicating probable filing of claims. c) failure of the Contractor to make payments properly to Subcontractors or for material or labor. d) damage to the City or another contractor's work, material or equipment. C0GPARKING -GCAoc GC-3 0 Revised -2002 e) reasonable doubt that the work can be completed for the unpaid balance of the contract amount. f) reasonable indication that the work will not be completed within the contract time. g) other causes affecting the performance of the contract. When the above grounds are removed or the Contractor provides a surety bond satisfactory to the City, which will protect the City in the amount withheld, payment shall be made for amounts withheld because of them. 5.09 Delayed Payments Should the City fail to make payment to the Contractor of the sum named in any partial or final statement when payment is due, then the City shall pay to the Contractor, in addition to the sum shown as due by such statement, interest thereon at the rate of six percent (6 %) per annum, unless otherwise specified, from date due as provided under "Partial Payments" and "Final Payment," until fully paid, which shall fully liquidate any injury to the Contractor growing out of such delay in payment. It is expressly agreed that delay by the City in making payment to the Contractor of the sum named in any partial or final statement shall not constitute a breach of this contract on the part of the City nor an abandonment thereof nor shall it to any extent or for any time relieve the Contractor of his obligations to fully and completely perform hereunder. 6. Extra Work and Claims 6.01 Change Orders The contract Language contained herein will supplement and take precedence over all other change order pricing contract provisions in file contract documents provided by either the City, Construction Manager (Contractor), General Contractor (Contractor) and/or Architect/Engineer. It is understood that these contract provisions will govem the pricing and administration of all change order proposals to be submitted by the General Contractor (Contractor), Construction Manager (C/M), Prime Contractors, Trade Contractors or Subcontractors (Subcontractor), and all other lower tier Contractors (Sub - Subcontractors) working on the Project. In the event of a conflict between the language herein and the other contract documents used for the project, the change order pricing and contract provisions in this Article shall govem. The Contractor agrees that it will incorporate the provisions of this Article into all agreements with lower -tier Contractors, Subcontractors, etc. It is understood that COGPARKING - GC.doc GC-3 1 Revised -2002 these change order pricing provisions apply to all types of contracts and/or subcontracts, specifically including lump sum (or fixed price contracts), unit price contracts, and/or cost plus contracts with or without a guaranteed maximum. It is further understood that these change order provisions will apply to all methods of change order pricing, specifically including lump sum change order proposals, unit price change order proposals, and cost plus change order proposals. Without invalidating this agreement, the City may at any time or from time to time order additions, deletions or revisions to the work; such changes will be authorized by change order to be prepared by the Engineer for execution by the City and the Contractor. The change order shall set forth the basis for any change in contract price, as hereinafter set forth for extra work, and any change in contract time which may result from the change. In the event the Contractor shall refuse to execute a change order which has been prepared by the Engineer and executed by the City, the Engineer may in writing instruct the Contractor to proceed with the work as set forth in the change order and the Contractor may make claim against the City for extra work involved therein, as hereinafter provided. 6.02 Minor Changes The Engineer may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in contract price. If the Contractor believes that any minor change or alteration authorized by the Engineer involves extra work and entitles him to an increase in the contract price, the Contractor shall make written request to the Engineer for a written field order. In such case, the Contractor by copy of his communication to the Engineer or otherwise in writing shall advise the City of his request to the Engineer for a written field order and that work involved may result in an increase in the contract price. Any request by the Contractor for a change in contract price shall be made prior to beginning the work covered by the proposed change. 6.03 Extra Work It is agreed that the basis of compensation to the Contractor for work either added or deleted by a change order or for which a claim for extra work is made shall be determined by the unit prices upon which this contract was bid to the extent that such work can be fairly classified within the various work -item descriptions and for work items that cannot be so classified by one or more of the following methods: COOPARKINO - GC.doc GC 2 Revised -2002 Method (A) By agreed unit prices; or Method (B) By agreed lump sum; If Method (B) is utilized, the Contractor will submit a properly itemized Lump Sum Change Order Proposal covering the additional work and/or the work to be deleted. This proposal will be itemized for the various components of work and segregated by labor, material, and equipment in a detailed format satisfactory to the City. The City will require itemized change orders on all change order proposals from the Contractor, Subcontractors, and Sub - Subcontractors regardless of tier. Details to be submitted will include detailed line item estimates showing detailed material quantity take -offs, material prices by item and related labor hour pricing information and extensions (by line item by drawing as applicable). Method (C) If neither Method (A) nor Method (B) is agreed upon before the extra work is commenced, then the Contractor shall submit a cost plus change order proposal as defined in the following provisions: COOPARKING - GC.doc a. Labor: Estimated labor costs to be included for self - performed work shall be based on the actual cost per hour paid by the Contractor for those workers or crews of workers who the contractor reasonably anticipates will perform the change order work. Estimated labor hours shall include hours only for those workmen and working foremen directly involved in performing the change order work. Supervision above the level of working foremen (such as general foremen, superintendent, project manager, etc.) is considered to be included in the agreed upon Markup Percentages as outlined in paragraph 6.04 of this Article. b. Labor Burden - Labor burden allowable in change orders shall be defined as employer's net actual cost of payroll taxes (FICA, Medicare, SUTA, FUTA), net actual cost for employer's cost of union benefits (or other usual and customary fringe benefits if the employees are not union employees), and net actual cost to employers for worker's compensation insurance taking into consideration adjustments for experience modifiers, premium discounts, dividends, rebates, expense constants, assigned risk pool costs, net cost reductions due to policies with deductibles for self-insured losses, assigned risk rebates, etc. the Contractor shall reduce his standard payroll tax percentages to properly reflect the effective cost reduction due to the estimated impact of the annual maximum wages subject to payroll taxes. GC-3 3 Revised -2002 c. Material: Estimated material change order costs shall reflect the Contractor's reasonably anticipated net actual cost for the purchase of the material needed for the change order work. Estimated material costs shall reflect cost reductions available to the Contractor due to trade discounts, free material credits, and/or volume rebates. Cash discounts available on material purchased for change order work shall be credited to City if the Contractor is provided City funds in time for Contractor to take advantage of any such cash discounts. Price quotations from material suppliers must be itemized by each specific item to be purchased. "Lot pricing" quotations will not be considered sufficient substantiating detail. d. Equipment: Allowable change order estimated costs may include appropriate amounts for rental of major equipment specifically needed to perform the change order work (defined as tools and equipment with an individual purchase cost of more than $750). For contractor - owned equipment, the "bare" equipment rental rates allowed to be used for pricing change order proposals shall be 75% of the monthly rate listed in the most current publication of The AED Green Book divided by 173 to arrive at a maximum hourly rate to be applied to the hours the equipment is used performing the change order work. Further, for contractor -owned equipment, the aggregate equipment rent charges for any single piece of equipment used in any change order work shall be limited to 50% of the fair market value of the piece of equipment when the first change order is priced involving usage of the piece of equipment. Fuel necetgary to operate the equipment will be considered as a separate direct cost associated with the change order work. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the Engineer for written order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work, or as to the payment therefore, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written order and shall keep an accurate account of actual costs, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to mediation or litigation. 6.04 Maximum Markup for Self - Performed Work With respect to pricing change orders to any Lump Sum Contract change order, the maximum Markup Percentage Fee to be paid to any Contractor (regardless of tier) on self - performed work shall be a single markup percentage not -to- exceed COOPARKING - GC.doc GC-34 Revised -2002 (the following sliding scale of percentages) of the net direct cost of (1) direct labor and allowable labor burden costs applicable to the change order or extra work, (2) the net cost of material and installed equipment incorporated into the change or extra work, and (3) net rental cost of major equipment and related fuel costs necessary to complete the change in the Work. The following sliding scale will apply for the pricing of the self-performed work portion of each change order proposal request: a. 15% on the first $25,000 of the change order direct cost of self - performed work, b. 10% on the portion of the change order direct cost of self- performed work between $25,000 and $50,000, and c. 7.5% on the portion of the change order direct cost of self - performed work between $50,000 and $200,000 and, e. 5% on the portion of the change order direct cost of self - performed work greater than $200,000. 6.05 Maximum Markup for Lower Tier Contractors: With respect to pricing the portion of change order proposals involving work performed by lower -tier contractors, the maximum Markup Percentage Fee allowable to the Contractor supervising the lower -tier contractor's work shall not- to exceed the following sliding scale on the aggregate amount allowed to be charged by the lower tier contractor(s) for each change order event: a. 8% on the first $25,000 of approved change order work performed by all Subcontractors combined for any particular change order proposal. b. 4% on any amount greater than $25,000 of approved change order work performed by all the Subcontractors combined for any particular change order proposal. In no event will any lump sum or percentage amounts for "contingency" be allowed to be added as a separate line item in change order estimates. Unknowns attributable to labor hours will be accounted for when estimating labor hours anticipated to accomplish the work. Unknowns attributable to material scrap and waste will be estimated as part of material costs. The Contractor's proposals for changes in the contract amount or time shall be submitted within seven (7) calendar days of the City's request, unless the City extends such period of time due to the circumstances involved. If such proposals are not received in a timely manner, or if the proposals are not acceptable to City, or if the changed work should be started immediately to avoid, damage to the project or costly delay, the City may direct the Contractor to proceed with the changes without waiting for the Contractor's proposal or for the formal change order to be issued. In the case of an unacceptable Contractor proposal, the City may direct the Contractor to proceed with the changed work on a cost plus basis with an agreed upon not -to- exceed price for the work to be performed. Such COOPARKING - GC.doc GC-35 Revised -2002 directions to the Contractor by the City shall be confirmed in writing by a "Notice to Proceed on Changes" letter within seven (7) calendar days. The cost or credit, and or time extensions will be determined by negotiations as soon as practical thereafter and incorporated in a Change Order to the Contract. In the event the Contractor has been required to furnish performance and/or payment bonds as part of the base contract price, a final contract change order will be processed to account for the Contractor's net increase or decrease in bond premium costs associated with change orders to Contractor's base contract price. Contract adjustments related to any such increased or decreased costs of insurance and/or bond coverage will not be subject to any Contractor markup for overhead and profit. 6.06 Unit Price Proposals As an alternative to Lump Sum Change Order Proposals, the City or the Construction Manager acting with the approval of the City may choose the option to use Contract Unit Prices. The Contractor will submit within seven (7) days after receipt of the City's written request for a Unit Price Proposal, a written Unit Price proposal itemizing the quantities of each item of work for which there is an applicable Contract Unit Price. The quantities must be itemized in relation to each specific contract drawing. Contract Unit Prices will be applied to net differences of quantities of the same item. Such Contract Unit Prices will be considered to cover all direct and indirect costs of furnishing and installing the item including the Subcontractor's Markup Percentage Fee. 6.07 Cost Plus Proposals As an alternative to either Lump Sum Change Order Proposals or Unit Price Change Order Proposals, the City may elect to have any extra work performed on a cost plus markup percentage fee basis. Upon written notice to proceed, the Contractor shall perform such authorized extra work at actual cost for direct labor (working foremen, journeymen, apprentices, helpers, etc.), actual cost of labor burden, actual cost of material used to perform the extra work, and actual cost of rental of major equipment (without any charge for administration, clerical expense, general supervision or superintendence of any nature whatsoever, including general foremen, or the cost or rental of small tools, minor equipment, or plant (fabrication), plus the approved markup percentage fee. The intent of this clause is to define allowable cost plus chargeable costs to be the same as those allowable when pricing Lump Sum Change Proposals as above. City and Contractor may agree in advance in writing on a maximum price for this work, and City shall not be liable for any charge in excess of the maximum. Daily time sheets with names of all the Contractor's employees working on the project will be required to be submitted to the City for both labor and equipment used by the COOPARKING - GC.doc GC-3 6 Revised -2002 Contractor for time periods during which extra work is performed on a cost plus fee basis. Daily time sheets will break down the paid hours worked by the Contractor's employees showing both base contract work as well as extra work performed by each employee. 6.08 Accurate Pricing Information The Contractor agrees that it is responsible for submitting accurate cost and pricing data to support its Lump Sum Change and/or Cost Plus Change Order Proposals or other contract price adjustments under the contract. The Contractor further agrees to submit change order proposals with cost and pricing data, which is accurate, complete, current and in accordance with the terms of the contract with respect to pricing of change orders. 6.09 Right to Verify Information Contractor agrees that any designated City's representative will 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 City later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of the contract regarding pricing of change orders, then an appropriate contract price reduction will be made. 6.10 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 in this Article. 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. 6.11 Time of Filing Claims It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in writing and filed with the Engineer within thirty (30) days after the Engineer has given any directions, order or instruction to which the Contractor desires to take exception. The Engineer shall reply within thirty (30) days to such written exceptions by the Contractor COOPARKING - GC.doc GC-37 Revised -2002 and render his final decision in writing. In case the Contractor should appeal the Engineer's decision, any demand for mediation shall be filed with the Engineer and the City in writing within ten (10) days after the date of the delivery to the Contractor of the Engineer's final decision. It is further agreed that final acceptance of the work by the City and the acceptance by the Contractor of the final payment shall be a bar to any claims by either party, except claims by City for defective work or enforcement of warranties and except as noted otherwise in the Contract Documents. 6.12 Continuing Performance The Contractor shall continue performance of the contract during all disputes or disagreements with the City. The production or delivery of goods, the furnishing of services and the construction of projects or facilities shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as the City may otherwise agree in writing. 7. Abandonment of Contract 7.01 Abandonment by Contractor In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from the City or the Engineer, or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with the Contract Documents, then and in that case, where performance and payment bonds exist, the sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the City or the surety on the performance bond, or another Contractor in completion of the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with extra work, where credit shall be allowed as provided for under Section 6 herein), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. COOPARKING - GC.doc Where there is no performance bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the City may provide for completion of the work in either of the following elective manners: GC Revised -2002 COOPARKING -GCAoc (1) The City may thereupon employ such force of men and use such machinery, equipment, tools, materials and supplies as the City may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to the Contractor, and expense so charged shall be deducted and paid by the City out of such monies as may be due, or that may thereafter at any time become due to the Contractor under and by virtue of this agreement. In case such expense is less than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract if the same had been completed by the Contractor, then the Contractor and/or his surety shall pay the amount of such excess to the City, or (2) The City, under competitive bids taken after notice published as required by law, may let the contract for the completion of the work under substantially the same terms and conditions that are provided in this contract. In case there is any increase in cost to the City under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the Contractor and the surety shall be and remain bound therefore. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this contract, the Contractor and/or his surety shall be credited therewith. When the work has been substantially completed, the Contractor and his surety shall be so notified and Certificates of Completion and Acceptance, as provided in Paragraph 5.06 hereinabove, shall be issued. A complete itemized statement of the contract accounts, certified by the Engineer as being correct, shall then be prepared and delivered to the Contractor and his surety, whereupon the Contractor and/or his surety, or the City as the case may be, shall pay the balance due as reflected by said statement within fifteen (15) days after the date of deliveries of such Certificate of Completion. In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the City had the work been completed by the Contractor under the terms of this contract, or when the Contractor and/or his surety shall pay the balance shown to be due by them to the City, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over to the Contractor and/or his surety. Should the cost to complete the work exceed the contract price, and the Contractor and/or his surety fail to pay the amount due the City within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the GC - 9 Revised -2002 site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the Contractor and his surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the Contractor and his surety subject only to the duty of the City to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, the City may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his surety. Such sale may be made at either public or private sale, with or without notice, as the City may elect. The City shall release any machinery, equipment, tools, materials, or supplies that remain on the work, and belong to persons other than the Contractor or his surety, to their proper owners. The books on all operations provided herein shall be opened to the Contractor and his surety. 7.02 Abandonment by City In case the City shall fail to comply with the terms of this contract, and should fail to comply with said terms within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the work, and may remove there from all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the Contractor and have not been wrought into the work. Thereupon, the Engineer shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value of all work actually completed by said Contractor (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor to carry the whole work to completion and that cannot be utilized. The Engineer shall then make a final statement of the balance due the Contractor by deducting from the above estimate all previous payments by the City and all other sums that may be retained by the City under the terms of this agreement and shall certify same to the City who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance shown by said final statement as due the Contractor, under the terms of this agreement. 8. Subcontractors 8.01 Award of Subcontracts for Portions of the Work Unless otherwise specified in the Contract Documents or in the Instructions to Bidders, the Contractor, as soon as practicable after the award of the contract, shall furnish to the Engineer in writing for acceptance by the City and the Engineer a list of the names of the Subcontractors proposed for the principal COOPARKMG - GC.doc GC-4 0 Revised -2002 portions of the work. The Engineer shall promptly notify the Contractor in writing if either the City or the Engineer, after due investigation, has objection to any Subcontractor on such list and does not accept him. Failure of the City or the Engineer to make objection promptly to any Subcontractor on the list shall constitute acceptance of such Subcontractor. The Contractor shall not contract with any Subcontractor or any person or organization (including those who are to furnish materials or equipment fabricated to a special design) proposed for portions of the work designated in the Contract Documents or in the Instructions to Bidders or, if none is so designated, with any Subcontractor proposed for the principal portions of the work who has been rejected by the City and the Engineer. The Contractor will not be required to contract with any Subcontractor or person or organization against whom he has a reasonable objection. If the City or the Engineer refuses to accept any Subcontractor or person or organization on a list submitted by the Contractor in response to the requirements of the Contract Documents or the Instructions to Bidders, the Contractor shall submit an acceptable substitute and the contract amount shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued; however, no increase in the contract amount shall be allowed for any such substitution unless the Contractor has acted promptly and responsively in submitting for acceptance any list or lists of names as required by the Contract Documents or the Instructions to Bidders. If the City or the Engineer requires a change of any proposed Subcontractor or person or organization previously accepted by them, the contract amount shall be increased or decreased by the difference in cost occasioned by such change and an appropriate change order shall be issued. The Contractor shall not make any substitution for any Subcontractor or person or organization who has been accepted by the City and the Engineer, unless the substitution is acceptable to the City and the Engineer. 8.02 Subcontractual Relations All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate written agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - Subcontractors) which shall contain provisions that: (1) COOPARKING - GC.doc preserve and protect the rights of the City and the Engineer under the contract with respect to the work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; GC-4 1 Revised -2002 (2) require that such work be performed in accordance with the requirements of the Contract Documents; (3) require submission to the Contractor of the applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment in accordance with this contract; (4) require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the work shall be submitted to the Contractor (via any Subcontractor or Sub - Subcontractor where appropriate) in sufficient time so that the Contractor may comply in the manner provided in the Contract Documents for like claims by the Contractor upon the City; (5) obligate each Subcontractor specifically to consent to the provisions of this section. A copy of all such subcontract agreements shall be filed by the Contractor with the Engineer before the Subcontractor shall be allowed to commence work. 8.03 Payments to Subcontractors The Contractor shall pay each Subcontractor, upon receipt of payment from the City, an amount directly based upon the value of the work performed and allowed to the Contractor on account of such Subcontractor's work, less the percentage retained from payments to the Contractor. The Contractor shall also require each Subcontractor to make similar payments to his subcontractors. If the Engineer fails to approve a payment for any cause that is the fault of the Contractor and not the fault of a particular Subcontractor, the Contractor shall pay the Subcontractor on demand made at any time after the Certificate for Payment should otherwise have been issued, for his work to the extent completed, less the retained percentage. The Engineer may, on request and at his discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of work done by such Subcontractors. , COGPARKING - GC.doc Neither the City nor the Engineer shall have any obligation to pay or to see to the payment of any monies to such Subcontractor except as may otherwise be required. GC-4 2 Revised -2002 9. Separate Contracts 9.01 City's Right to Award Separate Contracts The City reserves the right to award other contracts in connection with other portions of the project under these or similar conditions of the contract. When separate contracts are awarded for different portions of the project, "the Contractor" in the contract documents in each case shall be the Contractor who signs each separate contract. 9.02 Mutual Responsibility of Contractors The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Engineer any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive his work, except as to defects that may develop in the other separate contractor's work after the execution of the Contractor's work. Should the Contractor cause damage to the work or property of any separate contractor on the project, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the City or initiates an proceeding allowed hereunder on account of any damage alleged to have been so sustained, the City shall notify the Contractor who shall defend such proceedings at the Contractor's expense, and if any judgment or award against the City arises therefrom, the Contractor shall pay or satisfy it and shall reimburse the City for all attorneys fees and court costs or other costs that the City has incurred. 9.03 Cutting and Patching under Separate Contracts The Contractor shall be responsible for any cutting, fitting and patching that may be required to complete his work, except as otherwise specifically, provided in the Contract Documents. The Contractor shall not endanger any work of any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Engineer. COOPARKING - GC.doc GC Revised -2002 1 1 Any costs caused by defective or ill -timed work shall be borne by the party responsible therefore. 10. Protection of Persons and Property 1 0.01 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining and supervising all ' safety precautions and programs in connection with the work. 10.02 Safety of Persons and Property 1 The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to (1) all employees on the work and all other persons who may be affected thereby; (2) all the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody 1 or control of the Contractor or any of his Subcontractors or Sub - Subcontractors; and ' (3) other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, fences, roadways, structures and utilities not designated for removal, relocation or replacement in 1 the course of construction. The Contractor shall comply with all applicable laws, ordinances, rules, 1 regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. He shall erect and maintain, as required by existing conditions and progress of the ' work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. 1 When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the ' utmost care and shall carry on such activities under the supervision of properly qualified personnel. 1 All blasting, including methods of storing and handling explosives and highly inflammable materials, shall conform to federal, state and local laws and ordinances. All City ordinances shall be complied with even though some or all 1 1 COOPARKING -GC.doc GC Revised -2002 of the blasting is done outside the City limits unless the applicable ordinance is in conflict with the law of the jurisdiction where the action is being taken. The following is a list of requirements in addition to federal, state, and local laws and ordinances: COOPARKING - GC.doc 1. The Contractor shall furnish the City of Round Rock with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract at least twenty-four (24) hours prior to using explosives. A blasting permit must be obtained from the City at least five (5) days prior to use of explosives. If blasting is covered under the Contractor's General Insurance Certificate for each contract, a separate blasting certificate will not be required. 2. The following public utility companies and City departments will be notified by the Contractor, on every occasion, at least twenty - four (24) hours prior to the use of explosives: Water and Wastewater, Electric, Gas, Telephone and the City Engineering Department. 3. Explosive materials to be used shall be limited to blasting agents and dynamite, unless prior approval of other materials is obtained in writing from the Engineering Department. 4. During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles, and public or private property. Blasting mats or protective cover shall be used when required by the City Inspector, the permit, or by safe blasting practices. 5. All explosives shall be stored in accordance with Chapter 5, Section 5.200, of the City Code. 6. The Director of Engineering or his representative shall have the right to limit the use of explosives and/or blasting methods that in his opinion are dangerous to the public or nearby property of any kind. 7. The Contractor, at his expense, shall promptly repair or replace all items known to be damaged as a result of blasting. All claims of damage shall be investigated by the City of Round Rock or by consulting firms approved by the City. 8. The Contractor shall maintain accurate records throughout the blasting operations showing the type explosive used, number of holes, pounds per hole, depth of hole, total pounds per shot, delays used, date and time of blast and initials of the Inspector. The GC-45 Revised •2002 Contractor is fully responsible for all claims resulting from his blasting operation. All damage or loss to any property referred to in this article caused in whole or in part by the Contractor, any Subcontractor, any Sub - Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, except damage or loss attributable solely to faulty drawings or specifications or solely to the acts or omissions of the City or the Engineer or anyone employed by either of them, and not attributable in any degree to the fault or negligence of the Contractor. The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designated in writing by the _ Contractor to the City and the Engineer. 10.03 Location and Protection of Utilities Notwithstanding any other provision of this contract, the Contractor shall be solely responsible for the location and protection of any and all utility lines and utility customer service lines in the work area. The Contractor shall 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. Upon request, the City shall provide such information as it has about the location and grade of water, sewer, and other utilities in the work area, but such information shall not relieve or be deemed to be in satisfaction of the Contractor's obligation hereunder, which shall be primary and non - delegable. Any such lines damaged by the Contractor's operations shall be immediately repaired by the Contractor or he shall cause such damage to be repaired at his expense. 11. Termination 11.01 Termination by City for Cause Conditions for termination are as follows: Without prejudice to any other legal or equitable right or remedy that it would otherwise possess hereunder or as a matter of law, the City shall be entitled by giving Contractor five (5) days prior written notice to terminate this contract in its entirety at any time: 1. If the Contractor becomes insolvent, voluntarily files for bankruptcy, is the subject of an involuntary petition for bankruptcy commenced by its creditors, makes a general assignment for the benefit of creditors or becomes the subject of any other proceeding commenced under any statute or law for the relief of debtors; or t70GPARKING - GC.doc GC-4 6 Revised -2002 2. If a receiver trustee or liquidator of any of the property or income of Contractor shall be appointed; or 3. If Contractor a. shall fail to prosecute the work or any part thereof with diligence necessary to insure its progress and completion as prescribed by the time schedules; and Shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 4. If Contractor a. shall fail for any reason other than the failure by City to make payments called upon when due, and b. shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City; or 5. If Contractor a. shall commit a substantial default under any of the terms, provisions, conditions, or covenants contained herein; or b. shall fail to take such steps to remedy such default within ten (10) days after written notice thereof from City. In the event of such termination, the Contractor shall only be paid its reimbursable costs incurred prior to the effective date of the termination notice and shall not be entitled to receive any further fixed fee payments hereunder and shall be further subject to any claim City may have against the Contractor under other provisions of this agreement or as a matter of law, including the refund of any overpayment of reimbursable costs and/or fixed fee. If this Contract is terminated for cause, the City shall have the right but shall not be obligated to complete the work itself or by others; and to this end, the City shall be entitled to take possession of and use such equipment and materials as may be on the job site, and to exercise all rights, options, and privileges of the Contractor under its subcontracts, purchase orders, or otherwise; and the Contractor shall promptly assign such rights, options and privileges to the City. If the City elects to complete the work itself or by others, pursuant to the foregoing, the Contractor will reimburse the City for all costs incurred by the City (including, without limitation, applicable, general, and administrative expenses, and field overhead, and the cost of necessary equipment, materials, and field labor) in correcting work by Contractor that fails to meet contract requirements. Nothing contained in the preceding sections shall require the City to pay for any work that is unsatisfactory as determined by the Director or that is not submitted in compliance with the terms of this Contract. The City shall not be required to make any payments to the Contractor when the Contractor is in default under this Contract, nor shall this Article constitute a waiver of any right, at law and at equity, which the City may have if the Contractor is in default, including the right to bring legal action for damages or to force specific performance of this Contract. COOPARKING - GC.doc GC-4 7 Revised -2002 11.02 Termination for Convenience In connection with the work outlined in the Contract, it is agreed and fully understood by the Contractor that the City may cancel or indefinitely suspend further work hereunder or terminate this Contract either for cause as outlined above, or for the convenience of the City, upon fifteen (15) days written notice to Contractor, with the understanding that immediately upon receipt of said notice all work and labor being performed under this Contract shall cease. The Contractor shall invoice the City for all work satisfactorily completed and shall be compensated in accordance with the terms of this Contract for work accomplished prior to the receipt of said notice. No amount shall be due for lost or anticipated profits. After receipt of a notice of termination and acceptance otherwise directed by the City, the Contractor shall, in good faith, and to the best of his ability, do all things necessary, in the light of such notice and of such request and implementation thereof as the City may make to ensure the efficient proper closeout of the terminated work (including the protection of City property). Among other things, the Contractor shall, except as otherwise directed or approved by the City: 1. Stop the work on the date and to the extent specified in the notice of termination. 2. Place no further orders for subcontracts for services, equipment or materials, except as may be necessary for completion of such portion of the work as is not terminated. 3. Terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by the notice of termination. 4. Assign to the City, in the manner and to the extent directed by it, al right title, and interest of the Contractor under the orders or subcontracts so terminated; in which case, the City shall have the right to settle or pay any or all claims arising out of such termination of such orders and/or subcontracts. 5. With the approval of the City, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts. 6. Deliver to the City all documents, property, plans, field surveys, maps, cross sections and other data, designs and work related to the Project, all of which shall become the property of the City upon termination of this Contract, in a reasonably organized form, without restriction on future use. Should the City subsequently contract with a new contractor for continuation of services under this Project, the Contractor.shall cooperate in providing information. 7. In the event of such termination, no cost incurred after the effective date of the notice of termination shall be treated as a reimbursable cost unless it relates to carrying out the un- terminated portion or taking closeout measures. CGGPARKING - GC.doc GC-48 Revised -2002 5.0 SPECIAL CONDITIONS SECTION 01- INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to the City of Round Rock (The "City"), 221 East Main Street, Round Rock, Texas 78664, Engineer of the City, or the Engineer's authorized representative to act in any particular position for the City. 01 - 02 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 Contractor two (2) sets of conforming Contract Documents and Specifications and four (4) sets of Plans free of charge, and additional sets will be obtained from the Engineer at commercial reproduction rates plus 20% for handling. 01 -03 GOVERNING CODES 01 -05 LOCATION All construction as provided for under these Plans and Specifications shall be govemed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the City. 01 - 04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME The Contractor agrees that time is of the essence for this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and contracted for, after due allowance for such extension of time as is provided for under the provisions of Section 4.02 of the General Conditions, the City may withhold permanently from the Contractor's total compensation, not as penalty but as liquidated damages, the sum of $250.00 per calendar day. The location of work shall be as mentioned in the Notice to Bidders and as indicated on Plans. SC -1 \\ pwmain \pubworks\Qdhalden\SPECOND -Imp chisholm,orion,old sett park.doc 01 -06 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 that amount of water which is reasonable to perform the work associated with this contract and shall endeavor to avoid excessive waste. The Contractor will be required to pay for all water used if it is found that unnecessary or excessive waste is occurring during construction. 01 - 07 PAY ESTIMATES If pay estimates from the Contractor are not received by the Engineer on or before the time specified in Section of the General Conditions, then the pay estimate will not be processed and will be returned to Contractor. 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. 02 - 03 MINIMUM WAGE SCALE Contractors are required to pay prevailing wage rates to laborers, workmen and mechanics employed on behalf of the City engaged in the construction of public works. The wage rate for these jobs shall be the general prevailing wage rates for SC -2 \\ pwmain \pubworks\Qdhalden\SPECOND -Imp chisholm,orion,old seti park.doc 1 work of a similar character. This applies to Contractors and Subcontractors. The ' Contractors and Subcontractors shall keep and make available records of workers and their wages. Contractors and Subcontractors shall pay the prevailing wage rates as adopted by the City. There is a statutory penalty of $60.00 per worker per day or portion of a day that the prevailing wage rate is not paid by the Contractor or any Subcontractor. ' 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 1 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 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 PAYMENT FOR MATERIALS ON HAND ' The City will not pay for materials on hand. Payment will be made for work completed in accordance with the monthly estimate procedure stipulated in the General Conditions of the Agreement. 1 02 - 08 "AS BUILT" DRAWINGS The Contractor shall mark all changes and revisions on all pf his copies of the working drawings during the course of the Project as they occur. Upon completion of the Project and prior to final acceptance and payment, the Contractor shall submit SC -3 1 \\ pwmain \pubworks\@dhalden\SPECOND -Imp chisholm,orion,old sett park.doc 1 to the Engineer one set of his working drawings, dated and signed by himself and his project superintendent and Labeled as "As- Built ", that shows all changes and revisions outlined above and that shows field locations of all above ground appurtenances including but not limited to valves, fire hydrants and manholes. These as -built drawings shall become the property of the City. Each appurtenance shall be located by at least two (2) horizontal distances measured from existing, easily identifiable, immovable appurtenances such as fire hydrants or valves. Property pins can be used for as -built tie -ins provided no existing utilities as previously described are available. Costs for delivering as drawings shall be subsidiary to other bid items. 02 -9 LAND FOR WORK The City provides, as indicated on Drawings, land upon which work is to 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 The City, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02 - 10 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 City will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. 02 - 11 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 or his designated representative in the field for assistance to establish comers of parking lots. 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. SC -4 \\pwmain \pubworks\Qdhalden\SPECOND -Imp chisholm,orion,old setl parkdoc 1 1 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 directed by the Engineer, at the end of each day two lanes of traffic shall be opened to the public. 1 The Contractor shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. This item shall be considered subsidiary to the bid item, Traffic Control, and no additional compensation shall be given for 1 complying with this Special Condition. SECTION 04 INSURANCE Section 3.18 of the General Conditions of the Agreement is hereby amended to 1 include the following: 3.18 Insurance ' Contractor shall carry insurance in the following types and amounts for the duration of this Contract, which shall include items owned by The City in care, custody and ' control of Contractor prior and during construction and warranty period, and famish Certificates of Insurance along with copies of policy declaration pages and all policy endorsements as evidence thereof: 1 a. Statutory Worker's Compensation and minimum $100,000 Employers Liability Insurance. b. Commercial General Liability Insurance with minimum limits of $500,000 per occurrence and $1,000,000 Aggregate or $500,000 for this designated 1 project and $100,000 Fire Damage. c. Automobile Liability Insurance for all owned, nonowned and hired vehicles 1 with minimum limits for Bodily Injury of $250,000 for each person and $500,000 for each occurrence and Property Damage limits of $100,000 or Combined Single Limit of $600,000. 1 d. On all new or remodeling building projects: All Risk Builders Risk Insurance for insurable building projects shall be insured in the amount of the contract SC -5 1 \\ pwmain \pubworks\Qdhalden\SPECOND -Imp chisholm,orion,old sett park.doc 1 price for such improvements. The City and Contractor waive all rights against each other for damages caused by fire or other perils to the extent covered by Builders Risk Insurance required under this section, except as to such rights as they may have in the proceeds of such insurance. Contractor shall require similar waivers by Subcontractors and Sub - subcontractors. e. Owner's and Contractor's Protective Policy. The Contractor shall provide and maintain during the life of this contract and until all work under said contract has been completed and accepted by the City, an Owner's and Contractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Commercial General Liability coverage as described above, entitled "Commercial General Liability Insurance." When offsite storage is permitted, policy will be endorsed for transit and offsite storage in amounts sufficient to protect property being transported or stored. This insurance shall include, as insured, City of Round Rock, Contractor, Subcontractors and Sub - subcontractors in the work, as their respective interest may appear. If insurance policies are not written for amount specified in b. and c. above, Contractor is required to carry an Excess Liability Insurance Policy for any difference in amounts specified. Contractor shall be responsible for deductibles and self-insured retentions, if any, stated in policies. Any self-insured retention shall not exceed ten percent of minimum required limits. All deductibles or self-insured retentions shall be disclosed on Certificate of Insurance required above. Contractor shall not commence work at site under this Contract until he has obtained required insurance and until The City's Contract Administration Office has reviewed such insurance. Contractor shall not allow any Subcontractors to commence work until insurance required has been obtained and approved. Approval of insurance by The City shall not relieve or decrease liability of Contractor hereunder. Insurance to be written by a company licensed to do business in the State of Texas at the time policy is issued and acceptable to the City. Contractor shall produce an endorsement to each effected policy: 1. Naming City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 as additional insured (except Workers' Compensation and Builders Risk). SC -6 \\pwmain\pubworks\Qa dhalden\SPECOND -Imp chisholm,orion,old set' park.doc 2. That obligates the insurance company to notify Joanne Land, City Secretary, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 of any and all changes to policy 30 days prior to termination, cancellation, reduction, or material change of coverage. 3. That the "other" insurance clause shall not apply to the City where City of Round Rock is an additional insured shown on policy. It is intended that policies required in this agreement, covering both The City and Contractor, shall be considered primary coverage as applicable. Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during term of this Contract or as required in the Contract. If Contractor is underwritten on a claim -made basis, the retroactive date shall be prior to, or coincident with, the date of this Contract and the Certificate of insurance shall state that coverage is claims made and also the retroactive date. Contractor shall maintain coverage for duration of this Contract and for two years following completion of this Contract. Contractor shall provide the City annually a Certificate of Insurance as evidence of such insurance. It is further agreed that Contractor shall provide The City a 30 day notice of aggregate erosion, an advance of the retroactive date, cancellation and/or renewal. It is also agreed that Contractor will invoke the tail option at request of Owner and the Extended Reporting Period (ERP) premium shall be paid by Contractor. Owner reserves the right to review insurance requirements of this section during effective period of the Contract and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by Owner based upon changes in statutory law, court decisions or the claims history of the industry as well as Contractor. Owner shall be entitled, upon request, and without expense, to receive copies of policies and all endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy tenns, conditions, limitations or exclusions, except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter on any of such policies. Contractor shall pay actual losses not covered by insurance as required by this section. SC -7 \\ pwmain \pubworks\©dhalden\SPECOND -Imp chisholm,orion,old set' park.doc 1 1 ' SECTION 06- WAGE RATES General Decision Number TX000043 1 Superseded General Decision No. TX990043 State: TEXAS 1 Construction Type: HEAVY ' HIGHWAY County(ies): 1 BELL CORYELL TRAVIS BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS ' COMAL MCLENNAN Heavy (excluding tunnels and dams) and Highway Construction Projects (does not include I building structures in rest area projects). NOT TO BE USED FOR WORK ON SEWAGE OR WATER TREATMENT PLANTS OR LIFT /PUMP STATIONS IN BELL, CORYELL, McLENNAN AND WILLIAMSON COUNTIES. Modification Number Publication Date 0 02/11/2000 1 County(ies): BELL CORYELL TRAVIS I BEXAR GUADALUPE WILLIAMSON BRAZOS HAYS COMAL MCLENNAN 1 SUTX2042A 03/26/1998 Rates Fringes 1 AIR TOOL OPERATOR 8.08 ASPHALT HEATER OPERATOR 11.00 ASPHALT RAKER 8.00 ' ASPHALT SHOVELER 7.97 BATCHING PLANT WEIGHER 11.00 CARPENTER 10.80 1 CONCRETE FINISHER - PAVING 9.57 CONCRETE FINISHER - STRUCTURES 8.83 CONCRETE RUBBER 8.52 ' ELECTRICIAN 16.25 SC -8 ' \\ pwmain \pubworks\@dhaiden\SPECOND -Imp chisholm,orion,old sell park.doc 1 Rates Fringes FLAGGER 6.86 FORM BUILDER - STRUCTURES 8.77 FORM LINER - PAVING & CURB 8.00 FORM SETTER- PAVING & CURB 8.68 FORM SETTER- STRUCTURES 8.73 LABORER - COMMON 7.12 LABORER- UTILITY 7.99 MECHANIC 12.15 OILER 11.40 SERVICER 8.44 PAINTER - STRUCTURES 10.00 PIPE LAYER 8.27 ASPHALT DISTRIBUTOR OPERATOR 9.70 ASPHALT PAVING MACHINE 9.26 BROOM OR SWEEPER OPERATOR 7.12 BULLDOZER 9.28 CONCRETE CURING MACHINE 7.79 CONCRETE FINISHING MACHINE 11.00 CONCRETE PAVING SAW 9.79 SLIPFORM MACHINE OPERATOR 11.15 CRANE, CLAMSHELL, BACKHOE, DERRICK, DRAGLINE, SHOVEL 10.12 FOUNDATION DRILL OPERATOR TRUCK MOUNTED 15.00 FRONT END LOADER 8.86 HOIST - DOUBLE DRUM & LESS 10.81 MIXER 7.12 MIXER - CONCRETE PAVING 11.00 MOTOR GRADER FINE GRADE 12.37 MOTOR GRADER 11.14 PAVEMENT MARKING MACHINE 8.31 PLANER OPERATOR 15.75 ROLLER, STEEL WHEEL PLANT -MIX PAVEMENTS 7.73 ROLLER, STEEL WHEEL OTHER FLATWHEEL OR TAMPING 7.33 ROLLER, PNEUMATIC, SELF PROPELLED 7.17 SCRAPERS 8.38 TRACTOR - CRAWLER TYPE 9.40 TRAVELING MIXER 7.92 TRENCHING MACHINE, HEAVY 9.92 WAGON- DRILLBORING MACHINE 8.00 REINFORCING STEEL SETTER PAVING 14.50 SC -9 \\ pwmain \pubworks\©dhalden\SPECOND -Imp chisholm,orion,old sell parkdoc REINFORCING STEEL SETTER STRUCTURES 10.61 STEEL WORKER - STRUCTURAL 11.73 SPREADER BOX OPERATOR 8.55 WORK ZONE BARRICADE 8.29 SIGN INSTALLER 7.97 TRUCK DRIVER - SINGLE AXLE LIGHT 8.32 TRUCK DRIVER - SINGLE AXLE HEAVY 7.954 TRUCK DRIVER - TANDEM AXLE SEMI TRAILER 8.02 TRUCK DRIVER - LOWBOY /FLOAT 10.12 WELDER 11.02 1.) Rates Fringes Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 15.5(a) 1 (ii)) WAGE DETERMINATION APPEALS PROCESS Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by SC -10 \\ pwmain \pubworks\@dhalden\SPECOND -Imp chisholm,orion,old sett park.doc c the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION SC -11 \\ pwmain \pubworks\@dhalden\SPECOND -Imp chisholm,orion,old sett park.doc CLASSIFICATION Rate Health Penslo n Vacation Total Wage ASBESTOS WORKER $8.78 $0.00 $0.00 $0.00 $8.78 CARPENTER $15.52 $1.57 $0.97 $0.00 $18.06 CARPET LAYER/FLOORING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 CONCRETE FINISHER $10.27 $0.00 $0.00 $0.00 $10.27 DATA COMMUNICATION/TELECOM INSTALLER $12.08 $0.76 $0.50 $0.05 $13.39 DRYWALL INSTALLER/CEILING INSTALLER $10.91 $0.00 $0.00 $0.00 $10.91 ELECTRICIAN $17.44 $2.16 $1.05 $1.05 $21.70 ELEVATOR MECHANIC $16.75 $3.85 $2.19 $1.50 $24.29 FIRE PROOFING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 GLAZIER $13.60 $2.24 $1.15 $0.54 $17.53 HEAVY EQUIPMENT OPERATOR $10.56 $0.00 $0.00 $0.00 $10.56 INSULATOR $13.75 $1.16 $0.92 $0.03 $15.86 IRON WORKER $12.18 $0.00 $0.00 $0.00 $12.18 LABORER/HELPER $7.48 $0.02 $0.00 $0.00 $7.50 LATHER/PLASTERER $12.50 $0.00 $0.00 $0.00 $12.50 LIGHT EQUIPMENT OPERATOR $7.75 $0.00 $0.00 $0.00 $7.75 MASON $16.00 $0.00 $0.00 $0.00 $16.00 METAL BUILDING ASSEMBLER $11.00 $0.62 $0.00 $0.34 $11.96 MILLWRIGHT $15.91 $1.63 $1.00 $0.00 $18.54 PAINTER/WALL COVERING INSTALLER $8.00 $0.00 $0.00 $0.00 $8.00 PIPEFITTER $18.10 $1.42 $1.80 $0.00 $21.32 PLUMBER $12.68 $0.00 $0.00 $0.00 $12.68 ROOFER $10.00 $0.00 $0.00 $0.00 $10.00 SHEET METAL WORKER $18.40 $2.39 $2.55 $0.33 $23.67 SPRINKLER FITTER $18.25 $3.40 $2.20 $0.00 $23.85 TERRAZZO WORKER $0.00' $0.00 $0.00 $0.00 $0.00' TILE SETTER $15.00 $0.32 $0.00 $0.00 $15.32 WATERPROOFER/CAULKER $10.64 $0.00 $0.00 $0.00 $10.64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COUNTY NAME: WILLIAMSON PREVAILING WAGE RATE DETERMINATION BUILDING CONSTRUCTION TRADES Date Printed: April 15, 1997 * $0.00 in the rate field indicated insufficient data was received to determine a prevailing wage rate for this classification. Govemment Code Title 10, Sec. 2258.023, paragraph C state: "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 in Section 2258.022. (Property of General Services Commission, Based on 1996 Survey results) SC -12 1\ pwmain \pubworks\Qdhalden\SPECOND -Imp chisholm,orion,old seli park.doc 6.0 TECHNICAL SPECIFICATIONS 1 1 ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK 1 The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the construction of street and parking lot improvements, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS 1 STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The City of Austin Standard Specifications (latest version up to and including I November 26, 2001) are hereby referred to and included in this contract as fully and to the same extent as if copied at length herein and they shall be 1 applied to this project except as modified herein and on the Plans. Wherever the term "City of Austin" is used in the Austin Specifications, it 1 shall be construed to mean the City of Round Rock. Wherever the term "Engineer" is used in the Austin Specifications, it shall be I construed to mean the City of Round Rock. 1 NOTE: The item number designations shown in parentheses adjacent to captions herein is a reference to City of Austin Standards Specifications. 1 Copies of the basic City of Austin Standard Specifications pertaining to this contract are included at the end of this section for ease of reference. 1 1 1 1 techspec..mst/spec master TS -1 1 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 of 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 streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger. 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. 2.01.2 BACKWORK 2.02 GRADING techspec.mst/spee.master 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. 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. TS -2 1 1 ITEM 3 EXAMINATION AND REVIEW 1 3.01 EXAMINATION OF WORK 1 The work covered under this Contract may be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, 1 and the Owner'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 1 methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and Owner must be notified a minimum of 24 -hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or Owner's representative. 1 3.03 PROTECTION OF STAKES. MARKS, ETC. 1 All engineering and surveyor's stakes, marks, property corners, 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. 1 1 1 1 1 1 ' techspec msu TS -3 1 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 techspeamstispec master 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. Unless otherwise directed by the Engineer, no existing road will be permitted to remain closed over a weekend. 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. . TS-4 1 1 ITEM 5 MATERIALS 1 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 I 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 1 be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP 1 No material which has been used by the Contractor for any temporary purpose I 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 owner to discriminate against I an equal product of another manufacturer, but rather to set a defmite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper" or "equal to" are used, they 1 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 judgement of I 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 I 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 1 Engineer will have the right to require the use of such specifically designated material, article or process. 1 1 1 ' ,.msu master TS -5 1 ITEM 6 STREET EXCAVATION (Item 1105) tmhspec.mst/spec master Section 1105.5 shall be amended to read as follows: When not included as work elsewhere under aparticular bid item, all accepted street excavation will be measured by the square yard of surface area of excavation, regardless of depth. Section 110S.6 shall be amended to read as follows: This item will be paid for at the contract unit bid price for "Street Excavation ", measured as provided for in section 110S.5, and shall include full compensation for all work herein specified, including preparing right -of- way, clearing and grubbing, removing Portland cement concrete, embankment, subgrade preparation and, proof rolling, and the furnishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. ITEM 7 FLEXIBLE BASE (Item 210S) Section 210S.6 shall be amended as follows: When not included as work elsewhere under a particular bid item, "Flexible Base" will be measured by the square yard, within the limits indicated in the plans, of base constructed at the thicknesses indicated in the plans. The last lines of Section 210S.7 shall be amended to read as follows: Payment will be made under the following: Pay Item for Flexible Base (_") Per Square Yard TS -6 ITEM 8 OLD SETTLERS PARK PARKING LOTS tecnspec.msuspec.master POSTS AND CABLE INSTALLATION Posts shall be of material and installed similar to standard guard rail posts currently in place in various areas in the park. As directed, the contractor shall remove existing posts in conflict with the proposed construction and store for re- installation. The contractor shall exercise care in removing posts. Any posts damaged by the contractor due to negligence on his part shall be replaced by the contractor at his expense. The owner will provide required additional posts as necessary to the contractor and replacement posts for posts that were previously damaged or damaged during removal without fault ofthe contractor. Posts removed for later reinstallation and posts provided by the owner shall be stored and protected by the contractor and any such posts lost, stolen or damaged shall be replaced by the contractor at his sole expense. Unless otherwise directed by the Engineer, posts shall be set so that the face of the posts are 24" from edge of ribbon curb or sidewalk. The contractor shall install all posts in neat lines, plumb and in such a manner that the posts are properly founded and not easily moved. In line posts shall be set approximately three feet in the ground and backfilled with properly compacted soil. Comer posts shall be set approximately three feet in the ground and backfilled with tamped class A concrete from the bottom of the post to within 8" of the finished ground surface. Concrete shall extend a minimum of 6" beyond the outside circumference of the post. Tamped soil shall be placed around corner posts from the top of the concrete embedment to the fmished ground surface. As directed, the contractor shall remove existing stranded cable in conflict with construction and store for later reinstallation. Cable damaged due to his negligence shall be replaced by the contractor at no cost to the owner. The owner will supply required additional cable as necessary to the contractor and replacement cable for cable that was previously damaged or damaged during removal without fault ofthe contractor. Cable removed for later reinstallation and cable provided by the owner shall be stored and protected by the contractor and any such cable lost, stolen or damaged shall be replaced by the contractor at his sole expense. TS -7 EROSION MATTING techspec.mst/spec master The contractor will supply all necessary hardware for attaching cable to corner posts and for cable splices. All such hardware shall be of a type that does not leave cable ends exposed. The contractor shall dispose of any damaged posts or cable, or any posts or cable removed for reinstallation that are not utilized. IRRIGATION SLEEVE INSTALLATION Irrigation sleeves shall be installed one foot below top of subgrade measured to top of sleeve. Sleeves shall be bedded in Type 3/8 F gravel, or approved equal, from 6" below the sleeves to 12" above the sleeves and 6" on sides. Multiple sleeves shall be installed side -by -side in the same trench. Sleeves shall extend 3' past back of curb and shall be extended to 2" above finished grade with sweeps, risers and a cap. Sleeves shall be installed so as not to conflict with post installations. This item will be measured by the linear foot and shall include all excavation, bedding, installation of sleeves, sweeps, risers, caps, and backfill. Erosion matting, American Excelsior QUICKGRASS, or approved equal, shall be provided where called for in the plans and shall be properly anchored and installed in accordance with the manufacturer's recommendations over properly prepared, fertilized and seeded area. BACKFILL, GRADING AND REVETATION This item shall consist of all excavation, filling, shaping and grading, to the lines and grades called for in the plans, abutting all improvements constructed. This item shall also include providing and installing topsoil as necessary and properly seeding and fertilizing all exposed soil areas. This item will be measured by the square yard of surface area. TS -8 110S.1 Description This item shall govem: (1) the excavation and proper utilization or otherwise satisfactory disposal of all excavated material, of whatever character, within the right of way or other limits of the work indicated and (2) the construction, compaction, shaping and finishing of all earthwork on the entire project in accordance with the specification requirements herein outlined, in conformity with the required lines, grades and typical cross sections indicated on the Drawings or as directed by the Engineer or designated representative. When not otherwise included in the Contract Documents, this item shall include the Work described in specification Item Nos. 101S, "Preparing Right of Way", 102S, "Clearing and Grubbing ", 104S, "Removing Portland Cement Concrete ", 132S, "Embankment", 201S, " Subgrade Preparation" and 236S, "Proof Rolling ". This specification is applicable for projects or work involving either inch -pound or SI units. Within the text inch -pound units are given preference followed by SI units shown within parentheses. 110S.2 Submlttals The submittal requirements of this specification item may include: A. A permit when utility adjustments are made in the right -of -way, B. A plan for removal and deposition of all Waste' materials, and C. A Blasting Permit if blasting is required and allowed on the project. 110S.3 Classification 110S.4 Construction Methods ITEM NO. 110S STREET EXCAVATION All excavation shall be unclassified and shall include all materials encountered regardless of their nature or the manner in:which they are removed. Prior to commencement of this work, all required erosion control and tree protection measures shall be in place. The existing utilities shall be located and protected as specified in the Standard Contract Documents, Section 00700, "General Conditions" and /or indicated on the Drawings. A permit shall be required when utility adjustments are to be made in preparation for construction in the right -of -way, as specified in Section 5.2.0 of the City of Austin Utilities Criteria Manual. Construction equipment shall not be operated nor construction materials stockpiled under the canopies of ti'ees, unless otherwise indicated on the Drawings. Excavation or embankment materials shall not be placed within the drip line of trees until tree wells are constructed, that conform to Item No. 610S, " Preservation of Trees and Other Vegetation ". All street excavation shall be performed as specified herein and shall conform tb the established alignment, grades and cross sections. The Contractor will be required to set blue -tops for the subgrade along centerlines, at quarter points and curb lines or edge of pavement at intervals not exceeding 50 feet (15 meters). Suitable excavated materials shall be utilized, insofar as practicable, in constructing any required embankments. The construction of all embankments shall conform to Item No. 132S, "Embankment". 1105 5/21/01 Page 1 Street Excavation All earth cuts for base and/or pavement structure construction shall be scarified to a uniform depth of at least 6 inches (150 millimeters) below the required finished subgrade elevation for the entire roadbed width. The material shall be mixed, reshaped by blading, sprinkled and then rolled in accordance with Section 2 of the City of Austin Specification Item 132S, "Embankment'. High PI materials (i.e. PI z 20 %) which exhibit a Plasticity Index (PI) greater by 5 % than the surrounding materials or any materials with a moisture content greater than 2 percent ( %) in excess of optimum moisture shall be classified as unsuitable and must be removed or manipulated to meet the above criteria before use. Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor. Unsuitable material encountered below the subgrade elevation in roadway cuts, when declared "Waste' by the Engineer, shall be replaced with material from the roadway excavation or with other suitable material as approved by the Engineer or designated representative. It shall become the Contractor's responsibility to dispose of•this material off the limits of the right of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to the General Notes on the Drawings and to the Standard Contract Document Section 01550, "Public Safety and Convenience". In all cases where blasting is permitted, a Blasting Permit must be obtained in advance from the City of Austin Public Works Department. 110S.5 Measurement All accepted street excavation will be measured by either Method A or B as follows: A. Method A Measurement of the volume of excavation in cubic yards (cubic meters: 1 cubic meter is equal to 1.308 cubic yards) by the average end areas. Cross sectional areas shall be computed from the existing ground surface to the established line of the subgrade over the limits of the right of way or other work limits shown on the Drawings, including parkway slopes and sidewalk areas. B. Method B Measurement of the volume of excavation in cubic yards (cubic meters: 1 cubic meter is equal to 1.308 cubic yards), based upon the average end areas taken from pre - construction cross sections and planned grades. The planned quantities for street excavation will be used as the measurement for payment of this item. 110S.6. Payment This item will be paid for at the contract unit bid price for "Street Excavation ", as provided under measurement Method A or B as included in the bid. The bid price shall include full compensation for all work herein specified, including subgrade preparation, unless specified otherwise, and the fumishing of all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item No. 110S-A: Street Excavation Per Cubic yard. Pay Item No. 110S-B: Street Excavation, Plan Quantity Per Cubic yard. End 110S 5/21/01 Page 2 Street Excavation »r.+ ;ea 1 1 ITEM NO. 120S CHANNEL EXCAVATION 120S.1 Description This item shall govem (1) excavation of channels within the limits indicated, regardless of the type of material encountered, (2) removal and proper utilization or otherwise satisfactory disposal of all excavated materials and (3) construction, shaping and finishing of all earthwork involved in conformity with the required line, grades and cross sections indicated. When not otherwise indicated, this item shall include the work described in Specification Item Nos. 101S, "Preparing Right of Way", No. 102S, "Clearing and Grubbing ", No. 104S, "Removing Portland Cement Concrete" No. 132S, "Embankment" and No. 236S, "Proof Rolling'. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text inch -pound units are given preference followed by SI units shown within parentheses. 120S.2 Submittals The submittal requirements of this specification item may include: A. A plan for removal and deposition of all 'Waste' materials, and B. A Blasting Permit if blasting is required and allowed on the project. 120S.3 Classification 1 All channel excavation will be unclassified and shall include all materials encountered regardless of their nature or the manner in which they are removed. 1 120S.4 Construction Methods Prior to commencing this work, all required erosion control and tree protection measures shall be in place ' and all existing utilities located and protected as specified in the Standard Contract Document Section 00700, "General Conditions" and/or indicated on the Drawings. Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated. Construction materials shall not be 1 placed under the canopies of trees. Excavation or embankment materials shall not be placed within the drip line of trees until tree wells are _constructed that conform to Specification Item No. 610S, °Preservation of Trees and Other Vegetation'. 1 All channel excavation shall be performed as specified herein and shall conform to the established alignment, grades and cross sections. When fill sections are required, Specification Item No. 132S, "Embankments" shall govem the construction method. Suitable excavated materials shall be utilized, 1 Insofar as practicable, in constructing the required embankments. Precautions will be maintained at all times to protect all trees in the area of construction. Where removal of trees is necessary, they shall be 1 marked as directed by the Engineer or designated representative. 1 120S 5/21/01 Page 1 Channel Excavation Unsuitable excavated materials or excavation in excess of that needed for construction shall be known as "Waste" and shall become the property of the Contractor. It shall become his sole responsibility to dispose of this material off the limits of the right of way in an environmentally sound manner at a permitted disposal site. All blasting shall conform to the Standard Contract Document Section 01550, "Public Safety and Convenience". In all cases, a Blasting Permit must be obtained in advance from the City of Austin.Public Works Department. 120S.5 Measurement Accepted channel excavation will be measured by either Method A or B as follows: A. Method A Measurement of the volume of excavation in cubic yard (cubic meters: 1 cubic meter is equal to 1.308 cubic yards) by the average end areas. Cross - sectional areas shall be computed from the existing 1 ground surface to the established final section indicated. B. Method B Measurement of the volume of excavation in cubic yards (cubic meters: 1 cubic meter is equal to 1.308 cubic yards), based upon average end areas taken from preconstruction cross sections and planned grades. The plan quantities for channel excavation will be used as the measurement for payment for this item. 1 This item will be paid for at the contract unit bid price for "Channel Excavation ", as provided under measurement Method A, or B and included in the bid. The bid price shall include full compensation for fumishing all materials, equipment, tools, labor and incidentals necessary to complete the work. Payment will be made under one of the following: 120S.6 Payment Pay Item No. 120S-A: Channel Excavation Pay Item No. 120S -B: Channel Excavation, Plan Quantity Per Cubic Yard. ' End 1 1 1 1 1 SPECIFIC CROSS REFERENCE MATERIALS Specification 120S, 'CHANNEL EXCAVATION" City of Austin Standard Contract Documents Designation Description 00700 General Conditions 01500 Temporary Facilities 01550 Public Safety and Convenience 120S • 5/21/01 ^'3 +'3vS: -? fo Page 2 1 Per Cubic Yard. Channel Excavation a) Preparation for Soil Constants and Sieve Analysis Tex -101 -E b) Liquid Limit Tex -104 -E c) Plastic Limit Tex -105 -E d) Plasticity Index Tex -106 -E e) Sieve Analysis Tex -110 -E f) Wet Ball Mill Tex -116 -E g) Triaxial Test Tex -117, Part II r 1 1 1 1 1 1 1 ■j 1 1 1 1 • L Current Version: 8/18/00 Previous Versions" 05/17/99, 8 /18/98 . m411/22/95 210S.1 Description This item govems fumishing and placing a crushed stone base course for surfacing, pavement, or other base courses. "Flexible Base° shall be constructed on an approved, prepared surface in one or more courses conforming to the typical sections and to the lines and grades, indicated on the Drawings or established by the Engineer or designated representative. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. 210S.2 Submittals The submittal requirements of this specification item may include: A. Source, gradation and TxDoT test results for the crushed limestone material, B. Notification that the crushed limestone is completed and ready for testing, and C. Feld density test results for in -place compacted flexible base, 210S.3 Material A. Mineral Aggregate The material shall be crushed argillaceous limestone meeting the requirements specified herein. The material shall be from sources approved by the City and shall consist of durable crushed stone that has been screened to the required gradation. Flexible base materials shall be tested according to the following TxDoT standard test methods: Base material shall be stockpiled after crushing, then tested by the .City's designated laboratory and approved by the Engineer or designated representative prior to being hauled to the Project. 210S 8/18/00 Page 1 Item No. 210S Flexible Base Flexible Base Sieve Designation Other Requirements % Retained US SI 13/4' 45 mm 0 7/8" 22.4 mm 10 -35 3/8' 9.5 mm 30 -50 #4 4.75 mm 45 -65 #40 425 pm 70-85 - Maximum Plasticity Index 10 Maximum Wet Ball Mill 42 Maximum Increase in passing #40 (425 pm) sieve from Wet Ball Mill Test PO Current Version: 8/18/00 Previous Versions" 05/17/99, 8118/98 and 11/22/95 . The material shall be well graded and shall meet the following requirements: Minimum compressive strength when subjected to the triaxial test shall be 35 psi at 0 psi lateral pressure [240 kiloPascal (kPa) at 0 kPa lateral pressure] and 175 psi at 15 psi lateral pressure [1200 kiloPascal (kPa) at 100 kPa lateral pressure]. B. Asphaltic Material Prime Coat. Prime Coat shall conform to the requirements of Standard Specification Item 306S, 'Prime Coat ", except for measurement and payment. 210S.4 Stockpiling, Storage and Management A. Managing Material: The stockpile shall be constructed on a relatively smooth area that has been cleared of debris, weeds, brush, trees and grass. Stockpiles shall contain between 25,000 and 50,000 cubic yards (19,100 to 38,200 cubic meters). The stockpile shall be constructed using scrapers, bottom dumps or other similar equipment that allows dumping and spreading without rehandling. The stockpile shall be constructed to allow dumping and spreading in one direction only. The height of the stockpile shall not exceed the capabilities of available equipment to make a full cut (bottom to top) on any of the four sides. A stockpile shall be completed before being tested by the City. The supplier shall notify the City when a stockpile has been completed and is ready to be tested. The stockpile shall not be added to after it has been tested. The Contractor shall provide material only from stockpiles that have been inspected, tested and accepted by the City. A ticket showing the date, source, stockpile number, and net weight (mass) shall be provided to the Inspector with each load of material delivered to the Project. Material shall be loaded from the stockpile by making successive vertical cuts through its entire depth. 210S 8/18/00 Page 2 Flexible Base 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Current Version: 8/18/00 Previous Versions" 05/17/99, 8/18/98 and 11/22/95 B. Test Sampling: The Contractor's supplier may choose the method of sample gathering for testing by the City's laboratory as follows: 1. The supplier shall make a full- height cut a sufficient distance into each side of the stockpile to obtain a uniform sample. The four samples (one from each side of the stockpile) shall then be combined and mixed into a single "test' specimen from which the City's laboratory can obtain a sample. 2. As the stockpile is constructed, a perpendicular cut will be made across the spreading direction at every two feet to four feet (0.6 to 1.2 meters) of height and the sample used to start a 'mini" stockpile. The process shall be repeated in two feet to four feet (0.6 to 1.2 meter) increments of height, until the stockpile and the "mini' stockpile are completed. Samples shall be obtained from the "mini" stockpile in the same manner described in (1) above. C. Testing and Acceptance: The City will pay for initial testing of the stockpiled material. When initial tests indicate that the material is unacceptable, the City may, if requested by the Contractor's supplier, sample and test the material one more time. The additional sampling and testing shall be paid for by the supplier. 210S.5 Construction Methods A. Preparation of Subgrade: Flexible base shall not be placed until the Contractor has verified by proof rolling that the subgrade has been prepared and compacted in conformity with Standard Specification Item 201 S, "Subgrade Preparation,' to the typical sections, lines and grades indicated on the Drawings. Any deviation shall be corrected and proof rolled prior to placement of the flexible base material. The Contractor shall not place flexible base until the subgrade has cured to the satisfaction of the Engineer or designated representative, regardless of whether or not the subgrade has been successfully proof rolled. As a minimum, this will be after the surface displays no damp spots and there is no evidence of "sponginess" in the subgrade. B. First Lift Immediately before placing the flexible base material, the subgrade shall be checked for conformity with grade and section. The thickness of each lift of flexible base shall be equal increments of the total base depth. No single lift shall be more than six inches (150 mm) or less than three inches (75 mm) compacted thickness. The material shall be delivered in approved vehicles. It shall be the responsibility of the Contractor to deliver the required amount of material. If it becomes evident that insufficient material was placed, additional material as necessary shall be delivered and the entire course scarified, mixed and compacted. Material deposited upon the subgrade shall be spread and shaped the same day unless otherwise approved by the Engineer or designated representative. In the event inclement 210S 8/18/00 Page 3 Flexible Base Current Version: 8118/00 Previous Versions" 05/17/99, 8/18/98 and 11/22/95 weather or other unforeseen circumstances render spreading of the material impractical, the material shall be spread as soon as conditions allow. Additionally, if the material cannot be spread and worked the same day it is deposited, the Contractor shall "close up" the dump piles before leaving the job site. "Closed up" shall be defined as the use of a motor grader to blade all dump piles together, leaving no open space between piles. The material shall be spread, sprinkled, if required, then thoroughly mixed; bladed, dragged and shaped to conform to the typical sections indicated on the Drawings. All areas and 'nests" of segregated coarse or fine material shall be corrected or removed and replaced with well - graded material. Each lift shall be sprinkled as required to bring the material to optimum moisture content, then compacted to the extent necessary to provide not less than the percent density specified in Section 210S.5.D, "Density." In no case shall the material be worked at more than 2 percent above or below optimum moisture as determined by TxDoT Test Method Tex- 113-E. In addition to the requirements specified for density, the full depth of flexible base material shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section of flexible base material is completed, tests, as necessary, will be made by the Engineer or designated representative. As a minimum, three in -place density tests per section per day will be taken. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. All initial testing will be paid for by the City. All retesting shall be paid for by the Contractor. Throughout the entire operation, the surface of the material shall be maintained by blading and, upon completion, shall be smooth and shall conform to the typical section indicated on the Drawings and to the established lines and grades. In that area on which pavement is to be placed, any deviation in excess of 1/4 inch (6.5 mm) in cross section or 1/4 inch in a length of 16 feet (6.5 mm in a length of 5 meters) measured longitudinally shall be corrected by loosening, adding or removing material, and by reshaping and recompacting. All irregularities, depressions or weak spots shall be corrected immediately by scarifying the areas affected, adding suitable material as required, and by reshaping and recompacting. Should the lift, due to any reason or cause, lose the required stability, density and/or finish before the surfacing is complete, it shall be recompacted and refinished at the Contractor's expense. C. Succeeding Lifts: Construction methods for succeeding lifts shall be the same as prescribed for the first lift. For that lift of the flexible base upon which the curb and gutter will be constructed, as well as the last flexible base lift (i.e. top of the flexible base), the Contractor shall check the surface of the lift for conformity to the lines and grades by setting 'blue tops' at intervals not exceeding 50 feet (15 meters) on the centerline, at quarterpoints at curb lines or edge of pavement, and at other points that may be indicated on the Drawings. When the thickness of a particular lift of the flexible base is in question, the Contractor shall check the surface of the lift for conformity to the lines and grades by setting 'blue tops' at intervals not exceeding 50 feet (15 meters) on the centerline, at quarter points, at 210S 8/18/00 Page 4 Flexible Base • Current Version: 8/18/00 Previous Versions" 05/17/99, 8/18/98 and 11/22/95 curb lines or edge of pavement, and at other points that may be indicated on the Drawings D. Density: The flexible base shall be compacted to not less than 100 percent density as determined by TxDoT Test Method Tex - 113 -E. Feld density determination shall be made in accordance with TxDoT Test Method Tex - 115-E unless otherwise approved by the Engineer or designated representative. Each lift of the flexible base shall also be tested by proof rolling in conformity with Standard Specification Item 236S "Proof Rolling." E. Priming: After the flexible base material has been compacted to not less than 100 percent density, and tested by proof rolling, a prime coat will be applied in accordance with Standard Specification Item 306S, 'Prime Coat.' F. Curing: Pavement materials, such as a tack coat or surface course, shall not be placed on the primed surface until the prime coat has been absorbed into the base course. At least 24 hours, or longer if designated by the Engineer or designated representative, shall be allowed when cutback asphalt is used as the prime coat. 210S.6 Measurement "Flexible Base will be measured by the cubic yard (cubic meter. 1 cubic meter equals 1.196 cubic yards), complete in place, as indicated in the Contract Documents. 210S.7 Payment This item will be paid for at the contract unit bid price for 'Flexible Base. The unit bid price shall include full compensation for all work specified herein, including the furnishing, hauling, placing and compacting of all materials; for rolling, proof rolling, recompacting and refinishing; for all water required; for retesting as necessary; for priming; and for all equipment, tools, labor and incidentals necessary to complete the Work. Prime coat will not be measured and paid for directly but shall be considered subsidiary to Standard Specification Item 2105, "Flexible Base." Payment will be made under one of the following: Pay Item No. 210S - A: Flexible Base Per Cubic Yard. END 210S 8/18/00 Page 5 Flexible Base 1 r 1• 1 1 : 1 1 1 1 1 1 1 1 . • 1 1 1 340.2 Materials (1) Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 Item No. 340 Hot Mix Asphaltic Concrete Pavement 340.1 Description This item shall govem for base, level -up, and surface courses composed of a compacted mixture of aggregate and asphaltic cement mixed hot in a mixing plant. The hot mix asphaltic concrete pavement shall be constructed on a previously completed and approved subgrade, base material, concrete slab or existing pavement. The Contractor shall fumish materials to meet the requirements specified herein and shall be solely responsible for the quality and consistency of the product delivered to the Project. Aggregate: The aggregate shall be composed of course aggregate, a fine aggregate and, if required or allowed, a mineral filler and may include reclaimed asphalt pavement (RAP). RAP use will be allowed in all mixtures except as specifically excluded herein or on the Drawings. 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 otherwise shown on the Drawings. (a) Coarse Aggregate: Coarse aggregate is defined as that part of the aggregate retained on the No. 10 sieve and shall consist of clean, tough, durable fragments of crushed stone or crushed gravel of uniform quality throughout. Gravel from each source shall be so crushed as to have a minimum of 85% of the particles retained on the No. 4 sieve with two or more mechanically induced crushed faces as determined by TxDOT Test Method TEX -460 -A (Part 1). The material passing the No. 4 sieve and retained on the No. 10 sieve must be the product of crushing aggregate that was originally retained on the No. 4 sieve. (b) Reclaimed Asphalt Pavement (RAP): RAP is defined as a salvaged, milled, pulverized, broken or crushed asphaltic pavement. The RAP to be used in the mix shall be crushed or broken to the extent that 100 percent will pass the 2 inch sieve. The stockpiled RAP shall not be contaminated by dirt or other objectionable materials. Unless otherwise shown on the Drawings, stockpiled, crushed RAP must have either a decantation of no more than 5 percent or a plasticity index of no more than 8, when tested in accordance with TxDOT Test Method Tex - 406 -A, Part I, or Test Method Tex- 106-E, respectively. RAP will be permitted to be used in a surface course provided hot more than 10% RAP is used. (c) Fine Aggregate: Fine aggregate is defined as that part of the aggregate passing the No. 10 sieve and shall be of uniform quality throughout. A maximum of 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 08/23/96 Page 1 Hot Mix Asphaltic Concrete Pavement A (2) 'Crushed gravel screenings may be used with, or in lieu of, stone screenings only when shown on the Drawings. Crushed gravel screenings must be the product of crushing aggregate that was originally retained on the No. 4 sieve and must meet the gradation for stone screenings shown above. (d) Mineral Filler: Mineral filler shall consist of thoroughly dried stone dust, Portland cement, fly ash, lime or other mineral dust approved by the Engineer. The mineral filler shall be free from foreign matter. Portland cement manufactured in a cement kiln fueled by hazardous waste as defined in 30 Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other specification concerning the use of cement • materials. Contractor shall maintain a record of source for each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or raw materials. 340 08/23/96 Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 Screenings shall be supplied from sources whose coarse aggregate meets the abrasion and magnesium sulfate soundness Toss requirements shown in Table 1. (1) Unless otherwise shown on the Drawings, stone screenings are required and shall be the product of a rock crushing operation and meet the following gradation requirements when tested in accordance with TxDOT Test Method Tex - 200 -F, Part I. MATERIAL . PERCENT BY WEIGHT Passing the 3/8 inch sieve 100 Passing the No. 10 sieve 70 - 100 Passing the No. 200 sieve 0 - 15 Fly ash obtained from a source using a process fueled by hazardous waste as defined in 30 Texas Administrative Code, Section 335.1, shall be prohibited. This applies to any other specification concerning the use of fly ash. Contractor shall maintain a record of source for each batch. Supplier shall certify that no hazardous waste is used in the fuel mix or raw materials. The addition of baghouse fines or other collected fines will be permitted if the mixture quality is not adversely affected in the opinion of the Engineer. In no case shall the amount of material passing the No. 200 sieve exceed the tolerances of the job -mix formula or the master gradation limits. When tested by TEX- 200- F(P_art 1' or Part III, as applicable), the mineral filler shall meet the following gradation requirements. Baghouse fines.are, not required to meet the gradation requirements. ' MATERIAL PERCENT BY WEIGHT Passing No. 30 inch Sieve 95 -100 Passing No. 80 Sieve, not less than 75 • Passing No. 200 Sieve, not less than 55 Page 2 Hot Mix Asphaltic Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Requirement 1 Test Method 1 Amount COARSE AGGREGATE Deleterious Material, percent, maximum Tex- 217 -F, I L 1.5 Decantation, percent, maximum Tex - 217 -F, II 1.5 Los Angeles Abrasion, percent, maximum Tex -410 -A 40 Magnesium Sulfate Soundness Loss 5 cycle, percent, maximum Tex -410 -A 30 FINE AGGREGATE Linear Shrinkage, maximum Tex - 107 -E, II 3 COMBINED AGGREGATES Sand Equivalent Value, minimum 1 Tex-203-F. I 45 340 Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 TABLE 1: AGGREGATE QUALITY REQUIREMENTS • • - Aggregates, without added mineral filler or additives, combined as used in the job -mix formula (Plant Corrected). (2) Asphaltic Material (a) Paving Mixture. Asphalt cement for the paving mixture shall conform to the requirements of Item 301, "Asphalts, Oils and Emulsions ", for AC-20 unless otherwise indicated in the Project Documents. (b) RAP Paving Mixture. When more than 20 percent RAP is used in the produced mixture, the asphalt in the RAP shall be restored to the properties indicated below. Restoration will be made by adding asphalt recycling agent and/or virgin asphalt cement meeting the requirements of Item 301, "Asphalts, Oils and Emulsions ". The mixture design will include recovery of asphalt from the RAP in accordance with TxDOT Test Method Tex - 211 -F. The recovered asphalt shall be blended in the laboratory with the amount of asphalt cement and/or asphalt recycling agent selected for the Project. The following test shall be performed on the laboratory blend by the producer of the asphaltic concrete. - (1) Viscosity, 140 F, poises - Test Method Tex -528 -C (2) Thin Film Oven Aging Test - Test Method Tex -510 -C (3) Viscosity, 140 F, poises, on residue from the Thin Film Oven Aging Test -Test Method Tex -528 -C (4) Penetration at 77 F, 100 g, 5 sec, on residue from the Thin Film Oven Aging Test - Test Method Tex -502 -C The viscosity in poises equivalent to the residue penetration at 77 F shall be calculated as set forth in TxDOT Test Method Tex- 535-C. The viscosity index of the residue shall then be calculated as follows: Residue Viscosity_ Residue Viscosity, poises, (equivalent Penetration@ 77F) Index Residue Viscosity, 140 F ty, poises Page 3 Hot Mix Asphaltic Concrete Pavement Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 The aging index of the laboratory blended asphalt shall be determined as follows: 340 08/23/96 Aging Index = Residue Viscosity. 140 F. poises Original Viscosity, 140 F poises The laboratory blended asphalt shall meet the following requirements: Residue Viscosity Index, maximum Aging Index, maximum 1500 3.0 Samples of asphalt recovered from plant produced mixture shall show the asphalt to meet the following requirements when tested in accordance with TxDOT Test Methods Tex -211 -F and Tex - 502 -C: Penetration, 77 F, 100 g, 5 sec - - 30 min. and 55 max. (c) Tack Coat: Tack Coat shall conform to Item 307, "Tack Coat". (3) Additives: Additives to facilitate mixing and/or improve the quality of the asphaltic mixture or tack coat may be used with the authorization of the Engineer. The Contractor may choose to use either lime or a liquid antistripping agent to reduce moisture susceptibility of the aggregate. (4) Temporary Pavement Markings: Temporary pavement markings shall conform to Item 864, "Abbreviated Pavement Markings ". 340.3 Paving Mixtures An asphalt mixture design is a laboratory process, which includes the determination of the quality and quantity of the asphalt and the individual aggregates, and the testing of the combined mixture (Laboratory Design). The job mix formula (JMF) shall list the quantity of each component to be used in the mix after the laboratory design has been adjusted by running it through a particular plant (Plant Corrected). The JMF will be the standard to which the Acceptance Plan will be applied. The JMF of one drum or batching unit shall not be used for another unit. The Contractor shall submit to the Engineer on forms provided by the Engineer, an asphalt mixture design reviewed, signed and sealed by a Texas Registered Professional Engineer or certified by a TxDOT Level II Certified Asphalt Technician. The asphalt mixture design shall be submitted every two (2) years. Mix designs older than one year will not be accepted without a review of current test data of the proposed materials to ensure that the materials meet specification requirements. The JMF (Plant Corrected) shall be submitted to the Engineer on a form provided by the Engineer through the Inspector of the Project for review, for each individual Project, a minimum of three (3) working days before the ; mixture is to be placed. Under no circumstances will a mixture be placed before its use is reviewed by the Engineer. Performance of the mix design shall remain the responsibility of the Contractor. Page 4 Hot Mix Asphaltic Concrete Pavement Sieve Size Type A Coarse Base Type B Fine Base Type C Coarse Surface Type D Fine Surface Type F Fine Mixture 1 -1/2" 100 Asphalt Content ±0.5 • 1 -1/4" 95-100 1° * 100 7/8" 70 -90 95 -100 100 5/8" 75 -95 95 -100 1/2" 50-70 100 3/8" 60 -80 70 -85 85-100 100 1/4" 95-100 No. 4 30 -50 40 -60 43-63 50 -70 No. 10 20-34 27-40 30-40 32-42 32-42 No. 40 5 -20 10 -25 10-25 11 -26 9 -24 No. 80 2 -12 3 -13 3 -13 4-14 3 -13 No. 200 : 1-6* 1 -6* 1 -6* 1 -6* 1-6* VMA% minimum 11 12 13 14 ' 15 Rec. Min. Lift 3" 2" 1-3/4" 1" 3/4" SIEVES PERCENT BY WEIGHT 2* Sieve through No. 10 Sieve ±5.0 • No. 40 through No. 200 Sieve ± 3.0 . Asphalt Content ±0.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • (1) Mixture Design: The mix shall be designed in TxDOT Construction Bulletin C-14 and Test Method Tex - 204-F to conform with the requirements herein. The master grading limits of the appropriate type and the JMF will be plotted on a graduated chart with sieve sizes raised to the 0.45 power and be submitted to the Engineer with the asphalt mixture design. The Bulk Specific Gravity of aggregates in RAP will be determined on extracted aggregates. (2) Types: The blend of coarse aggregate, fine aggregate, and mineral filler, if allowed, shall conform to the master gradation shown in Table 2 for the type of mixture specified in conformance to TxDOT Test Method Tex - 200 -F, Dry Sieve Analysis. The voids in the mineral aggregate (VMA) will be determined as a mixture design requirement only, in accordance with TxDOT Test Method Tex - 207 -F, and shall not be less than the value indicated in Table 2. (3) * 2 - 8 when Test Method Tex - 200 - F, Part 11 (Washed Sieve Analysis) is used. Tolerances: Fluctuations in the gradation and asphalt content of the Job Mix Formula shall not vary by more than the following but shall be limited to the range of the master gradation as determined by TEX- 210 -F. 340 08/23/96 Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 TABLE 2: Master Grading Percent Passing by Weight or Volume Page 5 Hot Mix Asphaltic Concrete Pavement (4) Stability and Density: The mixture shall be designed at or near optimum density as indicated. The laboratory mixture shall be molded in accordance with TxDOT Test Method TEX -206 -F and the Bulk Specific Gravity determined in accordance with TxDOT 'Test Method TEX -207 -F with the following percent of Maximum Theoretical Density as measured by TxDOT Test Method TEX -227 -F and Stability conforming to TxDOT Test Method TEX- 208 -F: (5) Current Version: 08/23/96; Previous Versions 11/22/95, 02/17/94 Job Mix Formula Field Adjustments: The Contractor shall produce a mixture of uniform composition closely conforming to the reviewed JMF within the limits of the tolerances given above and the Acceptance Plan. If it is determined by the City's laboratory that adjustments to the JMF are necessary to achieve the specified requirements, the Engineer may allow adjustments of the JMF within the following limits without a laboratory redesign of the mixture. The adjusted JMF shall not exceed the master grading for the type of mixture specified nor shall the adjustments exceed 5 percent on any one sieve, 1/2 inch size and larger, or 3 percent on the sieve size below the 1/2 inch sieve of the JMF (Plant Corrected) reviewed for the Project. When the considered adjustments exceed either the 5 or 3 percent limits, and the Engineer determines that the impact of these changes may adversely affect pavement performance, a new laboratory mixture design will be required. The asphalt content may be adjusted as concurred by the Engineer to maintain desirable laboratory density near the optimum value while achieving other mix requirements. However, iricreasing the asphalt content of the mixture in order to reduce pavement air voids will not be allowed. Also, if the percent air voids is determined to be less than 4 percent, adjustments shall be made to the plant production by the Contractor, within the tolerances as outlined above so that an adequate air void level results. 340.4 Equipment All equipment used for the production, placement and compaction of the mixture shall be maintained in good repair and operating conditions to the satisfaction 'o the Engineer. All equipment shall be made available for inspection. Any equipment shall not be used until it is repaired to the satisfaction of the Engineer. Mixing Plants: Plants may be of the weigh -batch or drum -mix type equipped with suitable material conveyers, aggregate proportioning devices, dryers, bins, dust collectors and sensing and recording devices as appropriate for the mixing plant type. 340 08/23/96 Page 6 Hot Mix Asphaltic Concrete Pavement (1) i� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OPTIMUM LABORATORY LABORATORY DENSITY (%) DENSITY ( %) MIN. MAX. STABILITY Local Streets Surface Courses 96 94.5 97.5 35 Min. Collectors & Arterials Surface 96 94.5 97.5 40 -55 Courses 96 94.5 97.5 35 Min. All Base Courses (4) Stability and Density: The mixture shall be designed at or near optimum density as indicated. The laboratory mixture shall be molded in accordance with TxDOT Test Method TEX -206 -F and the Bulk Specific Gravity determined in accordance with TxDOT 'Test Method TEX -207 -F with the following percent of Maximum Theoretical Density as measured by TxDOT Test Method TEX -227 -F and Stability conforming to TxDOT Test Method TEX- 208 -F: (5) Current Version: 08/23/96; Previous Versions 11/22/95, 02/17/94 Job Mix Formula Field Adjustments: The Contractor shall produce a mixture of uniform composition closely conforming to the reviewed JMF within the limits of the tolerances given above and the Acceptance Plan. If it is determined by the City's laboratory that adjustments to the JMF are necessary to achieve the specified requirements, the Engineer may allow adjustments of the JMF within the following limits without a laboratory redesign of the mixture. The adjusted JMF shall not exceed the master grading for the type of mixture specified nor shall the adjustments exceed 5 percent on any one sieve, 1/2 inch size and larger, or 3 percent on the sieve size below the 1/2 inch sieve of the JMF (Plant Corrected) reviewed for the Project. When the considered adjustments exceed either the 5 or 3 percent limits, and the Engineer determines that the impact of these changes may adversely affect pavement performance, a new laboratory mixture design will be required. The asphalt content may be adjusted as concurred by the Engineer to maintain desirable laboratory density near the optimum value while achieving other mix requirements. However, iricreasing the asphalt content of the mixture in order to reduce pavement air voids will not be allowed. Also, if the percent air voids is determined to be less than 4 percent, adjustments shall be made to the plant production by the Contractor, within the tolerances as outlined above so that an adequate air void level results. 340.4 Equipment All equipment used for the production, placement and compaction of the mixture shall be maintained in good repair and operating conditions to the satisfaction 'o the Engineer. All equipment shall be made available for inspection. Any equipment shall not be used until it is repaired to the satisfaction of the Engineer. Mixing Plants: Plants may be of the weigh -batch or drum -mix type equipped with suitable material conveyers, aggregate proportioning devices, dryers, bins, dust collectors and sensing and recording devices as appropriate for the mixing plant type. 340 08/23/96 Page 6 Hot Mix Asphaltic Concrete Pavement (1) i� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (2) Spreading and Finishing Paving Machine: The paving machine shall be self- propelled and equipped with a heated screed capable of producing a finish surface meeting the requirements of the street cross - section specked on' the Drawings and all surface tests. Extensions to the screed shall have the same heating and vibratory capabilities as the primary unit. The paving machine shall be equipped with an automatic dual longitudinal screed control system and a transverse screed control system. The longitudinal controls shall be capable of operating from any longitudinal grade reference including a stringline, ski, mobil stringline or matching shoe. Unless otherwise shown on the Drawings, the Contractor may use any one of these grade references. The Contractor shall furnish all labor and equipment required for grade reference. (3) Rollers: The Contractor shall select rollers conforming to Item 230, "Rolling (Flat Wheel)" and Item 232, "Rolling (Pneumatic Tire) ". Rollers not conforming to these requirements shall be immediately removed from the Project. (4) Motor Grader: A self - propelled motor grader may be used only when its use is approved by the Engineer. It shall have a blade of not less than 12 feet and a wheelbase of not less than 16 feet. Smaller graders may be used for small irregular areas when approved by the Engineer. Material Transfer Equipment: Equipment transfer mixture from the hauling units or the roadbed to the spreading and finishing machine will be allowed unless otherwise shown on the Drawings. Windrow pick -up equipment, if permitted, shall be constructed in such a manner that substantially all of the mixture deposited on the roadbed is picked up and loaded into the spreading and finishing machine. The loading equipment shall be designed so that it does not interfere with the spreading and finishing machine in obtaining the required line, grade and surface without resorting to hand finishing. (6) Straight edge: . The Contractor shall provide a ten foot straightedge acceptable to the Engineer for surface testing. (5) 340.5 Stockpiling Aggregates Aggregates shall be stockpiled to facilitate blending. If the aggregate is not stockpiled on a hard, non- contaminant base, the bottom six inch layer of the stockpiles shall not be used. Where space is limited, stockpiles shall be separated by walls or other appropriate barriers. Aggregate shall be stockpiled and protected from the weather a minimum of 24 hours prior to use to minimize free moisture content. When stockpiles are too large•to protect from the weather, accurate and continuous means acceptable to the Engineer erall be provided to monitor aggregate moisture. Aggregates shall be stockpiled and handled such that segregation and contamination are minimized. No stockpile shall contain aggregate, including RAP, from more than one source. • . 340 08/23/96 Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 Page'7 Hot Mix Asphaltic Concrete Pavement Current Version: 08/23/96; Previous Versions 1//22/95, 02/17(94 . 340.6 Mixture Temperature • The Contractor shall select a target temperature for discharge from the mixer between 250 F and 350 F for the mixture suitable to weather and Project conditions. The target temperature shall be reported to the Engineer daily and recorded in the Daily Progress Report. The mixture temperature shall not vary by more than 25 F. from the target temperature upon discharge from the mixer. No mixture cooler than 50 F from target temperature shall be accepted or placed on the Project. 340.7 Mixture Storage A surge- storage system may be used to minimize production interruptions during the normal day's operations. When approved by the Engineer, ovemight storage in insulated storage bins may be used provided that material temperature and physical properties are not adversely affected. Mixtures with hardened lumps shall not be used. Stored mixtures shall not be exempt of any requirements provided in this specification. When a surge- storage system is used, it shall be equipped with a device such as a gob hopper or other device approved by the Engineer to prevent segregation in the surge - storage bin. 340.8 Mixture Moisture Content Mixture produced from any plant shall not have a moisture content in excess of 3/4 percent by weight when discharged from the mixer. The moisture content shall be determined in accordance with TxDOT Test Method Tex - 212 -F, Part II, except that the sample shall be left in the oven a total of not less than four (4) hours. 340.9 Construction Methods (1) General: The Contractor shall be responsible for the production, transportation, placement and compaction of the specified paving mixture to the requirements of this specification. The Contractor shall also be responsible for providing a safe environment for inspection personnel to inspect the equipment and to take samples. Any material delivered to the Project that by visual inspection can reasonably be expected not to meet specification requirements (i.e. segregated or bumed material, deficient or excess asphalt, low mixing temperature, visible contaminants, etc.), as determined by the Engineer, shall not be used or left in place. Equipment shall be inspected prior to use and, if found to be'detisctive or in an operating condition that could potentially affect the quality of the finished pavement, as determined by the Engineer, its use shall not be allowed. Leakage of fuels, oils, grease, hydraulic or brake fluids or other contaminants onto the prepared surface or newly -laid mat will not be allowed. The paving mixture, when placed with a spreading and finishing machine, shall not be placed when the air temperature is below 50 F and. is falling, but it may be placed when the air temperature is above 40 F and rising. The paving mixture, when used as a level -up course or when placed with a motor grader, shall not be placed when the air temperature is below 60 F and is falling, but it may be placed when the air temperature is 50 F and rising. Mat thickness of 1 -1/2 inches and less shall not be 340 08/23/96 Page 8 Hot Mix Asphaltic Concrete Pavement s`' na - : •Ircck:a/. <04 fcl- Current Version: 08/23/96;' Previous Versions 1//22/95, 02/17/94 placed when the temperature of the surface on which the mat is to be placed is below 50 F. The temperature shall be taken in a shaded area away from artificial heat. Surfaces to be paved shall be finished, primed, cured, broomed and tacked, as appropriate, to the satisfaction of the Engineer. If the surface on which the first course of the paving mixture is to be placed is a flexible base course, and a cut -back asphalt is to be used as a prime coat, the flexible base shall have been primed and cured a minimum of 24 hours before the paving mixture may be placed. The 24 hour restriction will not apply to a flexible base that has been primed with material other than a cut -back. However, the surface on which the tack coat and/or paving mixture is to be placed shall be in a dry condition. Pavement shall be opened to traffic as soon as possible after temporary pavement markings or permanent markings are in place as indicated or as directed by the Engineer. Construction traffic allowed on pavements open to the public will be subject to all laws goveming traffic on streets and highways. (2) Tack Coat: The surface upon which the tack is to be placed shall be cleaned thoroughly to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat as governed by Item 307, "Tack Coat'. The tack coat shall be applied with an approved sprayer at a rate not to exceed 0.05 gallons per square yard. Where the paving mixture will adhere to the surface on which it is to be placed without the use of a tack coat, the tack coat may be eliminated by the Engineer. All contact surfaces of curbs, castings and structures shall be painted with a thin uniform application of tack coat. Whenever cut -back asphalts are used as a tack coat, the tack coat shall be rolled with a pneumatic roller. During the application of tack coat, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. All splatter shall be removed by the Contractor at his expense before the Work can be accepted. Transporting Asphaltic Concrete: The asphaltic mixture shall be hauled to the Work site in tight vehicles previously cleaned of all foreign material. In cool weather or for long hauls, covering of the truck bodies is required. (4) Placing: , Placing of the asphaltic mixture shall be done .without tearing, shoving, gouging or segregating the mixture and without producing streaks in the mat. Unloading into the finishing machine shall be controlled so that bouncing or jarring the spreading and finishing machine shall not occur and the required lines and grades shall be obtained without resorting to hand finishing except as permitted below in this Section. Unless otherwise shown on the Drawings, dumping of the asphaltic material in a windrow and then placing the mixture in the finishing machine with windrow pick -up equipment will be permitted provided the temperature of the asphaltic mixture does not drop more than 50 F below the target temperature before being placed by the finishing machine. (3) 340 08/23/96 Page 9 Hot Mix Asphaltic Concrete Pavement Current Version: 08/23/96; Previous Versions 1//22/95, 02(17/94 Under no circumstances will the asphaltic material be permitted to be dumped on or near the Job site and then reloaded for hauling to the site of placement. Exceptions may be allowed if approved by the Engineer. When approved by the Engineer, level -up courses may be spread with a motor grader meeting the requirements of this specification. The spreading and finishing machine shall be operated at a uniform forward speed consistent with the plant production rate, hauling capability and roller train capacity to result in a continuous operation. Stopping of the spreading and finishing machine between trucks is to be held to a minimum. If, in the opinion of the Engineer, delivery of material is adversely affecting the mat (excessive stopping of the spreading and finishing machine, Toss of mixture temperature, etc.), the Engineer may require paving operations to cease until acceptable methods are provided to minimize starting and stopping of the spreading and finishing machine. _ The hopper gates of the spreading and finishing machine shall be adjusted to provide an adequate and consistent flow of material. This shall result in enough material being delivered to the augers so that they are operating approximately 85 percent of the time or more. The augers shall provide means to supply adequate flow of material to the center of the paver. Augers shall supply an adequate flow of material for the full width of the mat being placed. Augers should be kept approximately one -half to three - quarters full of mixture at all times during the paving operation. When the asphaltic mixture is placed in a narrow strip.along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when permitted by the Engineer. The paving material adjacent to castings and curb and gutter shall be finished uniformly high so that when compacted, it will be slightly above but not more than 1/8 inch above the edge of the casting or gutter lip. Longitudinal joints in the mat shall be placed to coincide with lane lines. Transverse joints shall be offset a minimum of five (5) Feet. (5) Compacting: The pavement shall be compacted thoroughly and uniformly to obtain the compaction and cross section meeting the requirements of the Drawings and specifications. Regardless of the method used for compaction, all rolling for compaction shall cease before the mixture drops below 175 F. Rolling with a pneumatic tire roller to seal the surface shall be provided. Rolling with a tandem or other steel -wheel roller shall be provided if required to iron out any roller marks. Vibratory rollers shall not be allowed in the vibrating mode on mats with a plan depth of less than 1 -1/2 inches. 340.10 Sampling and Testing The asphalt mixture shall be tested daily at the Project site for conformance to specification requirements. The Engineer shall determine sample locations based on the Contractor's anticipated production and the random number method of TxDOT. Test Method Tex - 225 -F. Each day's anticipated production shall be sectioned into three (3) equal single -pass, sub- 340 08/23/96 Page 10 Hot Mix Asphaltic Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1- 1 Current Version: 08/23196; Previous Versions 1//22/95, 02/17/94 area Tots. Each day's sample locations shall be equally distributed over the three (3) sub- areas. If, due to *the weather or plant malfunctions, the Contractor's daily anticipated production is not made, the random locations will not be recalculated. Also, no•more than one location of the three (3) sub -areas is to be located in an irregular shaped area such as a cul-de -sac. Unless otherwise approved by the Engineer, a minimum of three bag samples and three correlating cores will be obtained from-each day's production. Bag samples shall be taken during lay - down operations. The primary sampling point for the bag samples shall be from the windrow if a windrow elevator is used. If a windrow elevator is not used, the sample shall be taken from the middle of the paving machine hopper. This will require stopping the paving machine in order for the Inspector to safely secure a sample by digging into the hopper. Gradation, asphalt content and stability shall be reported for each of the bag samples. The stability value reported for each of the bag samples shall be the average of three (3) tests per bag. Pavement thickness and density shall be determined by 6 - inch cores. One core shall be taken for every 2,000 single -pass square yards with a minimum of three (3) cores for all projects. One core shall be taken at the same station and pass sampled for each of the bag samples. For each day's placement, density of cores for which no corresponding bag samples were taken shall be determined by using the average Maximum Theoretical Density of the day's three (3) bag samples or as may otherwise be determined by the Engineer. The Engineer may alter, increase or waive the testing schedule to ensure material and workmanship compliance with specification requirements. Acceptability of the completed pavement shall be based on the average of test results for the Project as defined in Article 340.11, "Acceptance Plan'. For total areas of less than 500 square yards, a total of only two bag samples and two correlating cores. will be obtained. If the Contractor desires additional testing, it shall be at his entire expense. When, in the opinion of the Engineer, test results appear unrepresentative, additional testing may be authorized. The retesting will be at the expense of the Contractor and the results of the retesting shall be averaged with the results of the original testing. If the results of retesting indicate that the original testing was erroneous, the original test results will be discarded. Pavements with low density results may be recored; but, the pavement shall not receive any additional compactive effort. Cores shall be taken by the City's laboratory within 48 hours of paving unless otherwise authorized by Engineer. Pavements that will not or can not be cored within 48 hours shall be closed to both public and construction traffic. • 340.11 Acceptance Plan For the purpose of the Acceptance Plan only, the "Project' shall be defined as follows: The Project is the quantity of each of the specified mixture types as determined by the Engineer before the paving operation begins. Considerations for defining the Project shall include paving operation staged due to traffic considerations, changes to the,Job Mix Formula, phasing of large projects, or other factors affecting the consistency in the production, lay - down/compaction, use of completed portions, and/or aging of in -place material. Acceptability of the completed pavement shall be based on the average of a minimum of three.tests per Project,for.each of the mixture types specified. Pay adjustments for two or more acceptance factors shall :be accumulative. Pay adjustments of 100% unit price reduction shall require removal and replacement of the Work. Replacement materials shall be subject to all requirements of this specification. 340 • 08/23/96 Page 11 Hot Mix Asphaltic Concrete Pavement Current Version: 08/23/96; Previous Versions 11122/95, 02117/94 Altematively, the Engineer may allow the Work to remain in place without payment provided that the Work is warranted for an extended period and under conditions as determined by the Engineer. The decision of the Engineer as to the removal and replacement of the Work shall be the final authority. (1) Non - Pay - Adjustment Acceptance Factors: (a) Surface Characteristics: Unless otherwise directed by the Engineer, all pavements shall be tested for smoothness. Surfaces shall be tested with a 10 foot straightedge parallel to the roadway centerline and perpendicular to the centerline on flat, cross -slope sections. Maximum allowable deviation in 10 feet shall be 1/8 inch parallel to the centerline and 1/4 inch perpendicular to the centerline. Sections exceeding these maximums shall be corrected to the satisfaction of the Engineer. The completed surface must meet the approval of the Engineer for surface smoothness, finish and appearance. If the surface ravels, ruts or deteriorates in any manner prior to the end of the warranty period, it will be the Contractor's responsibility to correct this condition at his expense to the satisfaction of the Engineer and in conformance with the requirements of this specification. For HMAC rehabilitation and overlay projects, if cracks develop in. the pavement surface within the one year warranty period, the Contractor shall seal the cracks in accordance with Item 313, "Rubber Asphalt Joint and Crack Sealer". Payment for this work will be measured and paid for as Mobilization (LS) and Crack Sealing (LF). For new HMAC roadways constructed in accordance with the Drawings and specifications, if cracks less than 1/4 inch in width develop in the pavement surface within the one year warranty period the Contractor shall seal the cracks in accordance with Item 313, "Rubber Asphalt Joint and Crack Sealer". Payment for this Work will be measured and paid for as Mobilization (LS) and Crack Sealing (LF). If cracks equal to or greater than 1/4 inch in width develop in the pavement surface within the one year warranty period, the cracking shall be reviewed and evaluated by the Engineer before corrective action is taken. (b) Stability: Stability test results shall be used as indicators of potential problems. Where. stability test results fall outside the range specified in this specification, additional tests shall be taken as directed by the Engineer for further evaluation and monitoring of the paving mixture. This additional stability testing will be at the expense of the Contractor. When, in the opinion of the Engineer, the stability is deemed unacceptable for the intended use of the pavement, the paving mixture shall be removed and replaced to the limits indicated by test results or may be left in place on conditions acceptable to the Engineer. When the paving mixture is removed and replaced, it shall be at the sole expense of the Contractor. (c) Laboratory Density: Laboratory density results as determined by TxDOT Test Method Tex -207 -F shall be used as indicators of potential problems. Where laboratory density test results are less than 94.5% or more than 97.5 %, additional tests shall be taken as directed by the Engineer for further evaluation and monitoring of the paving mixture. This additional laboratory density testing will be at the expense of the Contractor. When, in the opinion of the Engineer, the laboratory density is deemed unacceptable for the intended use of the pavement, 340 08/23/96 Page 12 Hot Mix Asphaltic Concrete Pavement f1 .1 .1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Deviation from the Job Mix Formula Percent Contract Unit Price Reduction Local Streets* All Others ± 0.5 ±0.51 to ±0.60 . +0.61 to +0.70 -0.61 to -0.70 Over ±0.70 0 15 25** 100: Remove and Replace 100: Remove and Replace 0 25 100; Remove and Replace 100; Remove and Replace 100; Remove and Replace *A local or residential street that serves as access to residence or other abutting property. "If the street has an ADT of 500, or Tess, with 1 %, or less, of truck traffic, plus a 2 year warranty; otherwise, Remove and Replace *PERCENT DENSITY Percent Contract Unit Price Reduction 1 -1/2" Thickness or Greater Less than 1 -1/2" Thickness Above 96 91 to 96 90.9 to 88.1 Less than 88.1 100; Remove and Replace 0 0.625 per 0.10% deficiency in density 100: Remove and Replace 100; Remove and Replace 0 3.50 per 0.10% deficiency in density 100; Remove and Replace 'Core bulk density divided by Max: theoretical density . SIEVE DEVIATION FROM JOB MIX FORMULA PERCENT CONTRACT UNIT PRICE REDUCTION Total retained on No. 10 ± 5.0 • 5.1± 0 10 Passing No. 200 ± 3.0 3.1± 0 5 1 Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 the paving mixture shall be removed and replaced to the limits indicated by test results. Paving mixtures that are removed and replaced shall be at the sole expense of the Contractor. (d) Limited Areas: Irrespective of an acceptable overall Project average for any or all of the Pay - Adjustment Acceptance Factors, limited substandard portions of the Work, as determined by the Engineer, shall be remedied or removed and replaced to the satisfaction of the Engineer at the expense of the Contractor. (2) Pay - Adjustment Acceptance Factors: Contract unit prices shall be adjusted for paving mixtures that fail to meet acceptance criteria for gradation, asphalt content, density and mat thickness in accordance with the following: GRADATION ACCEPTANCE SCHEDULE (TEX- 210-F) ASPHALT CONTENT ACCEPTANCE SCHEDULE (TEX- 210-F) 340 08/23/96 DENSITY ACCEPTANCE SCHEDULE (TEX 207 - F/TEX 227 - F) • Page 13 Hot Mix Asphaltic Concrete Pavement VARIANCE PERCENT OF THICKNESS PERCENT CONTRACT UNIT PRICE REDUCTION 0 -10 0 10.1 -16 20 16.1 -25 50 Over 25 100; Remove and Replace or mill/overlay 1° minimum Current Version: 08/23/96; Previous Versions 1022/95, 02/17/94 THICKNESS ACCEPTANCE SCHEDULE The Density Acceptance Schedule will not apply to parking lots and other irregular shaped areas in which it is difficult to properly compact. It will apply to utility trenches 4 feet or wider. Core thicknesses greater than Drawing requirements shall be factored into calculation at Drawing required thickness. If total thickness of lift(s) proves to be less than required, the Contractor may remove and replace the overlay deficient areas as agreed to by the Engineer. Overlays to correct thickness deficiencies shall be not less than one (1) inch thick. Overlays shall require milling of the asphalt in order to prevent a "featheredge° of the overlaying pavement. The extent of the area to be overlaid or removed and replaced shall be determined by additional cores meeting the required thickness. All additional coring to determine the area shall be paid for by the Contractor. 340.12 Measurement Work performed and material placed shall be measured under one of the following methods. When Drawing quantity measurement is specified, adjustment of quantity may be made as follows. If the quantity measured as outlined vary from those shown on the Drawings by more than 5 %, either party to the Contract may request in writing and adjustment of the quantity by each separate bid item. The party to the Contract, which requests the adjustment shall present to the other one copy of measurements and calculations showing the revised quantity in question. This revised quantity, when approved by the Engineer, shall constitute the final quantity for which payment will be made. However, no adjustment will be made for any quantity which exceeds the Drawing required thickness. ' Method k Asphaltic concrete pavement shall be measured by the ton (2,000 pounds) of the type actually used in completed and accepted Work in accordance with the Drawings and specifications. The measurement shall be made on approved truck scales that meet the requirements of the National Institute of Standards and Technology Handbooks 44 and 112 except that the required accuracy shall be 0.4 percent of the load being weighed. The Contractor shall fumish a report of calibration from a scale mechanic licensed by the Texas Department of Agriculture certifying that the scales meet this requirement. • Method B: Asphaltic concrete pavement shall be measured . by the square yard of specified total thickness of the type of paving mixture actually used in completed and accepted Work in accordance with Drawings and specifications. Multiple lifts of the same type shall be considered as one for square yard measurement purposes. 340 08/23/96 Page 14 Hot Mix Asphaltic Concrete Pavement 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1: 1 1 1 L Method C: Asphaltic concrete pavement shall be measured by the linear foot of specified total thickness of the type of paving mixture actually used in completed and accepted Work in accordance with Drawings and specifications. Multiple lifts of the same type shall be considered as one for linear foot measurement purposes. 340.13 Payment Work performed and materials fumished as prescribed by this item and measured as provided under 'Measurement' will be paid for at the unit prices bid or pay adjusted unit price for HOT MIX ASPHALTIC CONCRETE PAVEMENT, of the types and thicknesses specified, which prices shall be full compensation for fumishing all labor, equipment, time, materials and incidentals necessary to complete the Work. Tack coat, sawcutting and temporary pavement markings will not be measured or paid for directly but shall be considered subsidiary to ITEM 340, 'HOT MIX ASPHALTIC CONCRETE PAVEMENT'. Payment for Work meeting specifications will be made under one of the following: End Current Version: 08/23/96; Previous Versions 1//22/95, 02/17/94 Pay Item No. 340-A: Pay Item No. 340-B: Pay Item No. 340-C: Pay Item No. ,340-PO: Pay Item No. 340-L: Pay Item No. 340-M: Pay Item No. 340-S: Hot Mix Asphaltic Concrete Pavement, Hot Mix Asphaltic Concrete Pavement, Type Hot Mix Asphaltic Concrete Pavement, Type Hot Mix Asphaltic Concrete Pavement, Type _ Hot Mix Asphaltic Concrete Pavement, Crack Sealing Mobilization, Crack Sealing, Ref: 230, 232, 301, 307, 313, 864, 1804 340 08/23/96 Type Type _inches, - Per Square Yard. _Inches, - Per Linear Foot. _Inches, Per Drawing Quantity. _in., Per Ton. Level -up Course. Lump Sum. per Linear Foot. Page 15 Hot Mix Asphaltic Concrete Pavement 430.1 Description ITEM NO. 430 CONCRETE CURB AND GUTTER This item shall consist of Portland Cement concrete curb or curb and gutter with reinforcing steel as required, constructed on an approved subgrade and base in accordance with this specification and in conformity with the lines, grades, section and details indicated or as established by the Engineer. 430.2 Materials (1) Concrete Concrete shall conform to Class A Concrete as indicated in Item No. 403, "Concrete for Structures" or Item No. 360, "Concrete Pavement" when the curb and gutter in place integral with the pavement. Reinforcing Steel Reinforcing steel shall conform to Item No. 406, "Reinforcing Steel ". Expansion Joint Materials Expansion joint materials shall conform to Item No. 408, "Expansion Joint Materials ". Membrane Curing Compound Membrane curing compound shall conform to Item No. 409, "Membrane Curing ". Flexible Base Aggregate shall conform to Item No. 210, "Flexible Base ". 430.3 Construction Methods Subgrade for curb and gutter shall be excavated and prepared to required depth and width including a minimum of 12 inches behind the curb, unless a greater width is indicated, to construct the work to grades and dimensions indicated. A minimum of 4 inches of flexible base shall be spread, wetted and thoroughly compacted under curb and gutter as specified in Item No. 210, "Flexible Base ". If dry, the base shall be sprinkled with water lightly before concrete is deposited thereon. Forms shall be of metal or well seasoned wood. The length of the forms shall be not less than 10 feet. Flexible or curved forms shall be used for curves of 100 foot radius or less. Wood forms for straight sections shall be not less than 2 inches in thickness. Forms shall be clean, straight, free from warp and oiled with a Tight form oil. All forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. 430 4/17/86 ,;; Page 1 Concrete Curb and Gutter The reinforcing steel shall be placed in position as shown on the typical section. Care shall be exercised to keep all steel in its proper location. Expansion joint material, 3 /4 inch in thickness, shall be provided at intervals not to exceed 40 feet and shall extend the full width and depth of the concrete. Weakened plane joints shall be made 3 /4 inch deep at 10 foot intervals. All joint headers shall be braced perpendicular and at right angles to the curb. Two round smooth dowel bars, 1 /2 inch in diameter and 24 inches in length, shall be installed at each expansion joint. Sixteen inches of one end of each dowel shall be thoroughly coated with hot oil, asphalt or red lead, so that it will not bond to the concrete. The dowels shall be installed with a dowel sleeve on the coated end as indicated or equivalent as directed by the Engineer. Concrete shall be placed in the forms, rodded and tamped to exclude all air and honeycomb. Not more than 1 hour after the concrete has been placed, a thin coating not more than 1/2 inch nor -less than 1 /4 inch thick of finish mortar, composed of 1 part Portland Cement to 2 parts fine aggregate, shall be worked into the exposed faces of the curb and gutter by means of a "mule ". After the concrete has become sufficiently set, the exposed edges shall be rounded by the use of an edging tool to the radii indicated. The entire exposed surface of the curb and gutter shall be floated to a uniform smooth surface, then finished with a camel hair brush to a gritty texture. The forms shall remain in place a minimum of 24 hours unless approved otherwise by the Engineer. After removal of the forms, any minor honeycombed surfaces shall be plastered with a mortar mix as described above. Excessively honeycombed curb and gutter, as determined by the Engineer, shall be completely removed and replaced when directed. The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's name and the month and year. The stamp shall be of approved design and impressions shall be made on the face of the curb at or near street intersections and not exceeding 350 feet apart or as directed by the Engineer. 0 4 Immediately after finishing the curb, concrete shall be protected by a membrane curing conforming to Item No. 409, "Membrane Curing ". After a minimum of 3 days curing and before placing the final course base, the curb shall be backfilled to the full height of the concrete, tamped and sloped as directed by the Engineer. The top 4 inches of backfill shall be of clean topsoil, free of stones and debris conforming to Item No. 604, "Seeding for Erosion Control" when turf is to be established. 430.4 Measurement Accepted work as prescribed by this item will be measured by the linear foot of concre and gutter, complete in place. 430.5 Payment The work performed as prescribed by this item will be paid for at the unit price bid per linear foot for "Concrete Curb and Gutter", which price shall be full compensation for all work as set forth and described under payment Method A, B, C or D. 430 4117/86 i ' Page 2 Concrete Curb and Gutter 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 End Method A (Pay Item No. 430 -A) This payment method includes all the work performed for "Concrete Curb complete, at the unit price bid, which price shall be full compensation for excavation, preparing the subgrade, for fumishing and placing all base material, reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Method B (Pay Item No. 430 - B) This payment method includes all the work performed for "Concrete Curb and Gutter", complete, at the unit price bid, which price shall be full compensation for fine grading, for fumishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Method C (Pay Item No. 430-C) This payment method includes all the work perforated for "Concrete Curb" complete, at the unit price bid, which price shall be full compensation for fine grading, for fumishing and placing reinforcing steel, dowels, expansion joint material, curing material, backfilling and for all other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Method D (Pay Item No. 430 -D) This payment method includes all the work performed for "Concrete Curb" complete, at the unit price bid, which price shall be full compensation for excavation, preparing the subgrade, for finishing placing all base material, reinforcing steelp dowels, expansion joint material, curing material, backfilling and for other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under one of the following: Pay Item No. 430 Concrete Curb and Gutter - Per Linear Foot. Pay Item No. 430 - B: Concrete Curb and Gutter - Per Linear Foot. Pay Item No. 430-C: Concrete Curb - Per Linear Foot. Pay Item No: 430 -D: Concrete. Curb - Per Linear Foot. 430 4/17/86 Page 3 Concrete Curb and Gutter 430 4117186 '- Page 4 Concrete Curb and Gutter 1 1 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 j' 1 ITEM NO. 432S CONCRETE SIDEWALKS 432S.1 Description This item shall govem the construction of Portland cement concrete sidewalks (Standard Detail No. 432 - 1/432S-1), as herein specified, on an approved subgrade and in conformance with the lines, grades and details indicated on the Drawings or as established by the Engineer or designated representative. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text inch -pound units are given preference followed by SI units shown within parentheses. 432S.2 Materials (1) Portland Cement Concrete Portland cement concrete shall be Class A conforming to Specification Item No. 403/403S, "Concrete for Structures" or Specification Item No. 407/407S, "Fibrous Concrete ". (2) Reinforcement Reinforcement shall conform to Specification Item No. 406/406S, "Reinforcing Steel" or Specification Item No. 407/407S, "Fibrous Concrete ". (3) Expansion Joint Materials Expansion Joint materials shall conform to Specification Item No. 408/4088, "Expansion Joint Materials ". (4) Membrane Curing Compound Membrane curing compound shall conforrn to Specification Item No. 409/409S, "Membrane Curing ". 432S.3 Construction Methods The subgrade shall be excavated in accordance with Specification Item No. 111S, "Excavation ", prepared in accordance with Specification Item No. 201/2018, "Subgrade Preparation ", shaped to the lines, grades and cross section as indicated on the Drawings or as directed by the Engineer or designated representative and thoroughly compacted in accordance with Specification Item No. 201/201 S. A granular cushion of a minimum thickness of 2 inches (50 mm), composed of crusher screenings, gravel and sand, crushed rock or coarse sand, shall be spread, wetted thoroughly, tamped and leveled. The granular cushion shall be moist at the time the Portland cement concrete Is placed. If the subgrade is undercut by more than 4 inches (100 mm) or the elevation of the natural ground is more than 4 inches (100 mm) below "top of subgrade", then a necessary backfill/embankment layer of an approved material shall be placed and compacted with a mechanical tamper. Hand tamping will not be permitted. 432S 04/05/99 : r- t . r. Page 1 a;s ,� Concrete Sidewalks Where the subgrade is rock or gravel, 70 percent of which is rock the 2 inch (50 mm) cushion need not be used. The Engineer or designated representative will determine if the subgrade meets the above requirements. Sidewalk forms shall be constructed of metal or well seasoned -wood not less than 2 inches (50 mm) in thickness, with a section satisfactory to the Engineer or designated representative. The forms shall be clean, straight, and free from warp with a depth equal to the thickness of the finished work. All forms shall be securely staked to line and grade and maintained in a true position during the depositing of Portland cement concrete. Before p.c. concrete is placed, the forms shall be thoroughly oiled with a light form oil. Expansion joint material 3/4 inch (19 mm) thick, shall be provided where the new construction abuts an existing structure, sidewalk or driveway. Similar expansion material shall be placed around all obstructions protruding through the sidewalk. The expansion joint material shall be placed vertically and shall extend the full depth of the p.c. concrete. Maximum spacing of expansion joints shall be 40 feet.(12 meters) as indicated on the Drawings or as directed by the Engineer or designated representative. Weakened plane joints shall be spaced at 5 feet (1.5 meters) on center. Normal dimensions of the weakened plane joints shall be 1/4 inch wide and 3/4 inch deep (6 mm wide and 19 mm deep). All joints shall be constructed perpendicular (90 degrees) to the centerline of walk and shall match any previously placed concrete joints. Reinforcement for sidewalks shall consist of polypropylene fibrillated fibers, 1 layer of 6 x 6 - W1.4 x W1.4 (152 x 152 — MW9 x MW9) wire fabric or #3 (10M) bars, placed not more than 18 inches (450 mm) on center both directions. All reinforcement shall be placed equidistant from the top and bottom of the p.c. concrete. Care shall be exercised to keep all steel in its proper position during placement of the p.c. concrete. Splices in wire fabric shall overlap sufficiently to allow two pairs of transverse wires to be tied together and no splice of less than 6 inches (150 mm) will be permitted. Splices in the #3 (10M) bars shall have a minimum lap of 12 inches (300 mm). Where driveways cross sidewalks, additional reinforcing shall be placed in the sidewalk as indicated on the Drawings. Portland cement concrete shall be placed in the forms and spaded, tamped and thoroughly consolidated until it entirely covers the surface and has a monolithic finish. The top surface shall be floated and troweled to a uniform smooth surface; then finished with a broom or wood float to a gritty texture unless otherwise indicated. The outer edges and joints shall be rounded with approved tools to a 1/4 inch (6 mm) radius. Care will be exercised to prevent loss of dummy joints or rounded edges when applying the brush finish. Concrete sidewalk ramps shall be stamped or formed to produce a finished surface with detectable wamings in accordance with the requirements of the American Disabilities Act and Texas Accessibility Standards (TAS), including Sections 4.7.7. and 4.29.2. The sidewalk ramps shall be. constricted in accordance with appropriate City of Austin Standard Details (Standard Details 432S -3, '43S-3A through 432S -F, 432S -5, 432S -5A, 432S -5B, etc.). Detectable waming for the ramps shall consist of raised truncated domes with a diameter of nominal 0.9 inch (23 mm), a height of nominal 0.2 inch (5 mm) and center -to -center spacing of nominal 2.35 inches (60 mm) and shall contrast visually with adjoining surfaces, either light -on -dark, or dark -on- Tight. The material used to provide contrast shall be an integral part of the walking surface. The finished concrete, while still plastic, shall be stamped with an impression having the Contractor's name, month and year (Standard Detail No 432- 6/432S -6). The stamp shall be of approved design and impressions shall be placed at or near street intersections at a distance which does not exceed 350 feet (100 meters) or as directed by the Engineer or designated representative. 432S 04/05/99 ': Page Concrete Sidewalks 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 When indicated on the Drawings or directed by the Engineer or designated representative the finished concrete, while still plastic, shall be stamped with an impression in conformance with Standard Detail No 432S -6. The stamp shall be of approved design and Impressions shall . be placed at or near street intersections at a distance which does not exceed 350 feet (100 meters) or as directed by the Engineer or designated representative. At the proper time after finishing, the surface shall be protected by a membrane compound curing agent or by wetted cotton or burlap mats, conforming to Item No.409, 'Membrane Curing ". The sides of the p.c. concrete shall be cured in the forms. If the forms are removed during the curing process, the curing shall be continued by the placement of fill against the exposed concrete edges or by other procedures conforming to Item No. 410, "Concrete Structures ". The top 4 inches (100 mm) of fill shall be clean topsoil conforming to Item No. 604S, "Seeding for Erosion Control". All necessary excavation, filling and grading of the slopes adjacent to the completed concrete sidewalks will be considered incidental work pertaining to this item and will not be paid for directly. The adjacent excavation and grading of the slopes shall be done in a manner acceptable to the Engineer or designated representative. 432S.4 Measurement Accepted work performed as prescribed by this item will be measured by the square foot (square meter: 1 square meter is equal to 10.764 square feet) of surface area of "Concrete Sidewalk ". Accepted work performed as prescribed by "Sidewalk Ramps" will be measured per each for the type of ramp indicated. 432S.5 Payment The work performed as prescribed by this item will be paid for at the unit bid price per square foot for "Concrete Sidewalk" or per each for "Concrete Sidewalk Ramps ". The unit bid price shall include full compensation for preparing the subgrade; for fumishing and placing all materials including cushion material, all reinforcement, joints, expansion joint materials and for any other materials, manipulations, labor, tools, equipment, finishing, curing and incidentals necessary to complete the work. Payment will be made under one of the following: Sidewalks Pay Item 432S -4: Pay Item 432S - 5: Pay Item 432S -6: Pay Item 432S -7: End Ramps Pay Item 432S - 5 -RD: Pay Item 432S 5A - RD: Pay Item 432S- 5B -RD: Pay Item 432S- 5C -RD: Pay Item 432S - 5 -RP: Pay Item 432S- 5A -RP: Pay Item 432S- 5B -RP: Pay Item 432S- 5C -RP: P.C. Concrete Sidewalks, 4 Inch thickness P.C. Concrete Sidewalks, 5 Inch thickness P.C. Concrete Sidewalks, 6 Inch thickness P.C. Concrete Sidewalks, 7 Inch thickness P.C. Sidewalk Curb Ramp with Grooved Surface (Type 1) P.C. Sidewalk Curb Ramp with Grooved Surface (Type IA) P.C. Curb Ramp with Grooved Surface (Type IB) P. C. Sidewalk Curb Ramp with Grooved Surface (Type IC) P.C. Sidewalk Curb Ramp with Pavers (Type I) P.C. Sidewalk Curb Ramp with Pavers (Type IA) P.C. Sidewalk Curb Ramp with Pavers (Typ'e IB) P.C. Sidewalk Curb Ramp with Pavers (Type IC) Per Square Foot. Per Square Foot. Per Square Foot. Per Square Foot. Per Each. Per Each. Per Each. Per Each. Per Each. Per Each. Per Each. Per Each. 432S , 2/21/01 Page 3 P. C. Concrete Sidewalks City Designation of Austin Standard tem No. 111S tem No. 201 S tem No. 403 tem No. 406 tem No. 407 tem No. 408 tem No. 409 tem No. 410 tem No. 480S tem No. 485S tem No. 604S City of Austin Standard Designation 432S -1 432S -2A 432S -2B 432S -3 432S -3A 432S -3B 432S -3C 432S -3D 432S -3E 432S -3F 432S -5 432S -5A 432S -5B 432S -5C 432S -6 Details SPECIFIC CROSS REFERENCE MATERIALS Specification 432S, T. C. Concrete Sidewalks" Specifications Description Excavation Subgrade Preparation Concrete for Structures Reinforcing Steel Fibrous Concrete Expansion Joint Materials Membrane Curing Concrete Structures Concrete Paving Unit Concrete Paving Units for Sidewalk Ramps Seeding for Erosion Control Description Sidewalk Detectable Waming -Paver Detectable Waming - Grooved Surface Type I Curb Ramps -Full Intersection Type I Curb Ramps -T Intersection Type IA/1B Curb Ramps -Full Intersection Type IA/IB Curb Ramps -T Intersection Combined Curb Ramps -Full Intersection Combined Curb Ramps -T Intersection Combined Sidewalk Curb Ramp with Pavers Type I Sidewalk Curb Ramp Type IA Sidewalk Curb Ramp Sidewalk Curb Ramp With Pavers (type IB) Combined Sidewalk Curb Ramp Concrete Stamp American Disabilities Act, Federal Register; Volume 56, No. 144; July 26, 1991 ADA Accessibility Guidelines For Building And Facilities Designation Description Section 4.29 Detectable Wamings on Walking Surfaces Section A4.29.2 Detectable Wamings on Walking Surfaces Architectural Barriers; Texas Civil Statutes Article 9102; June 14, 1995 Texas Accessibility Standards (TAS) Designation Description Section 4.29 Detectable Warnings on Walking Surfaces Section A4.29.2 Detectable Warnings on Walking Surfaces RELATED CROSS REFERENCE MATERIALS Specification 432S, P. C. Concrete Sidewalks" City of Austin Standard Contract Documents Designation Description 00700 General Conditions 01500 Temporary Facilities 01550 Public Safety and Convenience 432S 2/21/01 Page 4 P. C. Concrete Sidewalks 1 1 1 1 1 1 1 1 j1 1 1 1 t 1 1 1 1 1 Citv of Austin Utilities Criteria Manual Designation Description Section 5.2.3 Utility Adjustments For Roadway Construction Projects City of Austin Standard Designation tem No. 102S tem No. 104S tem No. 110S tem No. 132S tem No. 203 tem No. 204S tem No. 230S tem No. 232S tem No. 234S tem No. 236S tem No. 360 tem No. 402S tem No. 404 tem No. 405 tem No. 411 tem No. 436S tem No. 602S tern No. 610S tem No. 642S Citv of Austin Standard Details Designation City of Austin Standard Details Designation 1000 -6(A) 1000-8(B) 1000S -10 1000S -11) 1000S -12 1000S -13 10008 -14 RELATED CROSS REFERENCE MATERIALS (Continued) Specffication 432S, "P. C. Concrete Sidewalks" Specifications Description Clearing and Grubbing Removing Concrete Street Excavation Embankment Lime Treatment for Materials In Place Portland Cement Treatment for Materials In Place Rolling (Flat Wheel) Rolling (Pneumatic Tire) Rolling (Tamping) Rolling (Proof) Concrete Pavement Controlled Low Strength Material Pneumatically Placed Concrete Concrete Admixtures Surface Finishes for Concrete P.C. Concrete Valley Gutters Sodding for Erosion Control Preservation of Trees and Other Vegetation Silt Fence Description .432 -10 Mailbox Placement 433S -1 Type I Driveway (1 & 2 Family Residential Use Only) 433S -1A Flared Type I Driveway (1 & 2 Family Residential Use Only) 433S -2 Type 1I Driveway 433S-3 Temporary Driveway 436S -2 Concrete Valley Gutter 470S -1 Curb Cut for Ramp or Driveway (Optional) Description Typical ROW and Front Lot Utility Assignments Typical Utility Assignment Details (TV,W,WW) Local Street Sections Residential and Neighborhood collector Street Sections Primary Collector Street Sections Minor Arterial Street Sections Major Arterial Street 432S 2/21/01 . Page 5 P. C. Concrete Sidewalks Texas Department Highways, Streets, Designation Item No. 100 Item No. 110 Item No. 112 Item No. 132 Item No. 164 Item No. 204 Item No. 210 Item No. 211 Item No. 213 Section 4.3 Section 4.3.6 Section 4.3.7 & 4.7.2 Section 4.3.8 & 4.5.2 Section 4.7 Section 4.8 Designation Section 4.3 Section 4.3.6 Section 4.3.7 & 4.7.2 Section 4.3.8 & 4.5.2 Section 4.7 Section 4.8 RELATED CROSS REFERENCE MATERIALS - Continued Specification 432S, P. C. Concrete Sidewalks* of Transportation: Standard Specifications for Construction and Maintenance of and Bridges Description Preparing Right of Way Excavation Subgrade Widening Embankment Seeding for Erosion Control Sprinkling Rolling (Flat Wheel) Rolling (Tamping) Rolling (Pneumatic Tire) American Disabilities Act, Federal Register; Volume 56, No. 144; July 26. 1991 ADA Accessibility Guidelines For Building And Facilities Designation Description Accessible Route Surface Texture Slope Changes In Levels Curb Ramps Ramps Architectural Barriers: Texas Civil Statutes, Article 9102; June 14, 1995 Texas Accessibility Standards (TAS) Description Accessible Route Surface Texture Slope Changes in Levels Curb Ramps Ramps - 432S 2/21/01 Page 6 P. C. Concrete Sidewalks 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 433S P. C. Concrete Driveways 433S.1 Description This item shall govem construction of Portland Cement (p.c.) concrete driveways, as herein specified, on an approved subgrade, in conformity with the lines, grades and cross section indicated on the Drawings, identified in Standard Detail Series 433S, or as established by the Engineer or designated representative. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses. 433S.2 Submittals The submittal requirements of this specification item include: A. Class A p.c. concrete mix design, B. Type of Installation (Le. Type I, Flared Type I, Type II, etc.) and construction details (Le. cushion layer, base, reinforcing steel, joints, curing membrane), • C. Identification of the type, source, mixture, Pure Live Seed (PLS) and rate of application of the seeding. 433S.3 Materials A. Concrete The Portland cement Concrete shall conform to Class A, Section 403.7 (Table 4) of Standard Specification Item No. 403, "Concrete for Structures." B. Reinforcing Steel Reinforcing steel and welded wire fabric shall conform to Standard Specification Item No. 406, "Reinforcing Steel". C. Expansion Joint Materials Expansion joint materials shall conform to Standard Specification Item No. 408, "Expansion Joint Materials ". D. Membrane Curing Compound Membrane curing compound shall conform to Standard Specification Item No. 409, "Membrane Curing ". E. Cushion Layer The Cushion layer shall consist of crusfier screenings, gravel or doarse sand. 433S 2/26/02 Page 1 P.C. Concrete Driveways 433S.4 Construction Methods All forms and forming, placement of reinforcement, placement of concrete, form removal, finishing and curing shall conform to Standard Specification Item No. 410, "Concrete Structures ". A. Subgrade Preparation The subgrade shall be excavated, prepared and shaped to the lines, grades and cross sections indicated on the Drawings or as directed by the Engineer or designated representative. The subgrade shall be thoroughly compacted in accordance with Standard Specification Item No. 201S, " Subgrade Preparation ". A 2 -inch (50 -mm) minimum compacted thickness cushion shall be spread, wetted thoroughly, tamped and leveled. The cushion shall be moist at the time the p.c. concrete is placed. If the subgrade is undercut or natural ground is located below the top of subgrade, the necessary backfill material shall conform with Standard Specification Item 130S, "Borrow" and shall be compacted with a mechanical tamper. Hand tamping will not be permitted. Where the subgrade material consists of gravel or includes 70 percent of rock, the 2- inch (50 -mm) cushion layer may not be required. The Engineer or designated representative will determine if the subgrade meets the above requirements. B. Forms Forms shall be of metal, well- seasoned wood or other approved material of a section satisfactory to the Engineer or designated representative. Wood forms shall not be less than 2 inches (50 mm) nominal thickness for straight runs and 1 -inch (25 -mm) nominal thickness for curved runs. Forms shall be a section satisfactory to the Engineer or designated representative and clean, straight, free from warp and of a depth equal to the thickness of the finished work. All forms shall be securely staked to line and grade and maintained in a true position during the placement of p.c. concrete. C. Joints Joints shall be of the type and spacing shown on the Drawings. Expansion joint material, 3/4 inch (19 mm) thick, shall be provided where the new construction abuts the existing sidewalks or driveways or as directed by the Engineer or designated representative. The expansion joint material shall be placed vertically and shall extend the full depth of the p.c. concrete. Similar expansion material shall be placed around all obstructions protruding through the driveway. Weakened plane joints shall be located on 10 -foot (3- meter) centers or as directed by the Engineer or designated representative. Normal dimensions of the weakened plane groove joints shall be 1/4- inch (6.25 -mm) wide and 3/4 Inch (19 mm) deep. D. Reinforcement Reinforcement for Type I driveways shall consist of 1 layer of 6 x by W 1.4 x W 1.4 (150 x 150 by MW9 x MW9) wire fabric or No. 3 (10 M) bars placed not more than 18 inches (450 mm) on center, both directions. Reinforcement for Type II driveways shall consist of 1 layer of 6 x 6 by W 2.9 x W 2.9 (150 x 150 by MW19 x MW19) wire fabric or No. 3 (10 M) bars placed no more than 18 inches (450 mm) on center, both directions. yrh.440161 r'13:.if:ni 433S - - 2/26/02 Page 2 P.C. Concrete Driveways 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All reinforcements shall be placed equidistant from the top and bottom of the p.c. concrete slab. Care shall be exercised to keep all steel In its proper position during the placement of p.c. concrete. Splices in wire fabric shall overlap sufficiently to allow two pairs of transverse mm) wires will be permitted Spl ces in the N t o. 3 (10 M) bar splice t shall have a lap of 12 inches (300 mm). E. P.C. Concrete Placement and Finishing The p.c. concrete shall be placed in the forms and spaced, tamped and thoroughly compacted until it entirely covers the surface and has a monolithic finish. The top surface shall be floated and troweled to a uniform smooth surface, then finished with a broom or wood float to a gritty texture unless otherwise Indicated on the Drawings. The outer edges and joints shall be rounded with approved tools to a 1/4 -inch (6.25 mm) radius. Care shall be exercised to prevent loss of dummy joints or rounded edges when applying the broom finish. F. Curing At the proper time after finishing, the surface shall be protected by a membrane compound curing agent in conformance with Standard Specification Item No. 409, "Membrane Curing" or by wetting cotton or burlap mats. Either method shall be subject to approval by the Engineer or approved representative. Traffic shall be barricaded from using the driveway for a minimum of 4 days after Initial placing and may be opened to traffic only with approval of the Engineer or designated representative. G. incidental Work All necessary excavation, filling and grading of the slopes, adjacent to the completed pcc driveways, will be considered incidental work pertaining to this item and will not be paid for directly. The adjacent excavation and grading of the slopes shall be done with topsoil conforming to Standard Specification Item No. 130S, "Borrow". When turf is to be established, the preparation of the seedbed shall conform to Standard Specification Item No. 604S, "Seeding for Erosion Control ", in a manner acceptable to the Engineer or designated representative. 433S.5 Measurement Accepted work performed as prescribed by this item will be measured by the square foot (square meters: 1 square meter equals 10.764 square feet) of surface area of the specific type of p.c. concrete driveway. 433S.6 Payment The work performed as .prescribed by this item will be paid for at the unit bid price per square foot for "Concrete Driveways ". The unit bid price shall include full compensation for preparation of the subgrade; fumishing and placing all materials, including cushion layer, all reinforcing steel and expansion Joint materials; and any other materials, manipulations, labor, tools, equipment and incidentals necessary to complete the work. 433S 2/26/02 "C Page 3 P.C. Concrete Driveways Payment will be made under. Pay Item No. 433S -A: Type I P.C. Concrete Driveway Pay Item No. 433S -B: Flared Type I P.C. Concrete Driveway Pay Item No. 433S -C: Type II P.C. Concrete Driveway End SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 433S, "P.C. Concrete Driveways" Citv of Austin Standard Specifications Designation Description Item No. 130S Borrow Item No. 201S Subgrade Preparation Item No. 403 Concrete for Structures Section 403.7; Table 4: Classes of Concrete Item No. 406 Reinforcing Steel Item No. 408 Expansion Joint Materials Item No. 409 Membrane Curing Item No. 410 Concrete Structures Item No. 604S Seeding for Erosion Control City of Austin Standard Details Designation No. 433S -1 No. 433S-1A No. 433S - 2 Description Type I Driveway (1 & 2 Family Residential Use Only) Flared Type I Driveway (1 & 2 Family Residential Use Only) Type II Driveway RELATED CROSS REFERENCE MATERIALS Specification Item No. 433S, "P.C. Concrete Driveways" City of Austin Standard Specifications Designation Description tem No. 360 Concrete Pavement tem No. 430S P.C. Concrete Curb and Gutter tem No. 431S Machine Laid PCC Curb and Gutter tem No. 432S Concrete Sidewalks tem No. 434S P.C. Concrete Medians and Islands tem No. 436S P.C. Concrete Valley Gutters tem No. 470S Curb Cuts for Sidewalk Ramps and Driveways tem No. 606S Fertilizer 433S � 2/26/02 Page 4 Per Square Foot. Per Square Foot. Per Square Foot. P.C. Concrete Driveways 1 1 1 1 1 1 1 1 1 1 1 1 1 1 436S.2 Submittals The submittal requirements of this specification item include: A. Class A p. c. concrete mix design, B. Construction details (i.e., reinforcing steel, curing membrane, etc.), Item No. 436S P.C. Concrete Valley Gutters 436S.1 Description This item shall govem the construction of Portland cement (p. c.) concrete valley gutters on an approved subgrade in conformity to the lines, grades, Standard Detail No. 436S -2 and details indicated on the Drawings or as established by the Engineer or designated representative. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses. 436S.3 Materials A. Portland Cement Concrete The Portland cement concrete shall be Class A Concrete, Section 403.7 (Table 4) of Standard Specification Item No. 403, "Concrete for Structures ". B. Reinforcing Steel Reinforcing steel and welded wire fabric shall conform to Standard Specification Item No. 406, "Reinforcing Steel ". C. Expansion Joint Materials Expansion joint materials shall conform to Standard Specification Item No. 408, "Expansion Joint Materials ". D. Membrane Curing Compound Membrane curing compound shall conform to Standard Specification Item No. 409, "Membrane Curing ". 436S.4 Construction Methods All forms and forming, placement of reinforcement, placement of concrete, form removal, finishing and curing shall conform to Standard Specification Item No. 410, "Concrete Structures ". 436S 05/23/00 Page 1 P.C. Concrete Valley Gutters A. Subgrade Preparation Where a stabilized subbase is not provided, the subgrade shall be excavated in accordance with Standard Specification Index No. 111S, "Excavation" to remove all unstable or otherwise objectionable material and all holes, ruts and depressions shall be filled with approved material. Rolling shall be performed in accordance with Standard Specification Item No. 230S or 2325, to the extent indicated on the Drawings or directed by the Engineer or designated representative. The roadbed shall be completed to the plane of the typical sections indicated on the Drawings and the lines and/or grades established by the Engineer or designated representative. All work shall conform to Standard Specification Item No. 201S, " Subgrade Preparation ". If the subgrade is dry, the valley gutter area shall be sprinkled lightly immediately before the Portland cement concrete is placed. Unless otherwise specified on the Drawings, all necessary excavation, filling and grading of the subgrade will be considered incidental work pertaining to this item, and will not be paid for directly. B. Forms Forms shall be of metal, well- seasoned wood or other approved material. Wood forms for straight sections shall be not less than 2 inches (50 mm) nominal thickness. Forms shall be a section satisfactory to the Engineer or designated representative and clean, straight, free from warp and of a depth equal to the thickness of the finished work. All forms shall be securely staked to line and grade and maintained in a true position during the placement of concrete and, if necessary, forms shall be oiled with a light form oil, prior to placement of p.c. concrete.C. Reinforcing Steel Reinforcement for Portland cement concrete valley gutters shall conform to Standard Detail No. 436S -2; details indicated on the Drawings or as directed by the Engineer or designated representative. Care shall be exercised to keep the reinforcement in its proper position during the placement of Portland cement concrete. D. Joints Joints shall be of the type and spacing shown on the Drawings. Expansion joint material 3/4 inch (19 mm) thick shall be provided as indicated on the Drawings or as directed by the Engineer or designated representative. The expansion joint material shall be placed vertically and shall extend the full depth of the Portland cement concrete. Weakened plane joints shall be provided on 10 foot (3 meter) centers or as directed by the Engineer or designated representative. Normal dimensions of the weakened plane joints shall be 1/4 inch (6.25 mm) wide and 3/4 inch (19 mm) deep. E. Placement and Finishing The Portland cement concrete shall be placed in the forms and properly consolidated until it entirely covers the surface and has a monolithic finish. The top surface shall be screeded and floated to a uniform smooth surface, then finished with a wood float to a gritty texture. The outer edges shall be rounded with approved tools to a 1/4- inch (6.25 mm) radius. 436S 05/23/00 4 i��itr?�t Page 2 P.C. Concrete Valley Gutters 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 F. Curing At the proper time after finishing, the surface shall be protected by a membrane- curing compound conforming to Standard Specification Item No. 409, "Membrane Curing" or by wetting cotton or burlap mats. Either method shall be subject to approval by the Engineer or designated representative. Traffic shall be securely barricaded from using the Portland cement concrete valley gutter for a minimum of 4 days after initial placement and may be opened to traffic only with the approval of the Engineer or designated representative. 436S.5 Measurement Accepted work performed as prescribed by this item will be measured by the square foot (square meter. 1 square meter equals 10.764 square feet) of surface area of Portland cement concrete placed. The square foot measurement shall include the reinforced monolithic curb placed at the ends of the valley gutter. 436S.6 Payment The work performed as prescribed by this item will be paid for at the unit bid price per square foot for "P. C. Concrete Valley Gutters ". The unit bid price shall include full compensation for preparation the subgrade; fumishing and placing all materials, including reinforcing steel and expansion joint materials; any other materials, manipulations, labor, tools, equipment, barricading and all incidentals necessary to complete the work. Payment will be made under. Pay Item No. 436S: P. C. Concrete Valley Gutters Per Square Foot End 436S 05/23/00 Page 3 :Tar: o:,ionct) .0 'i P.C. Concrete Valley Gutters SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 436S, "P.C. Concrete Valley Gutters" Citv of Austin Standard Specifications Designation Description Item No. 111S Excavation Item No. 201S Subgrade Preparation Rem No. 230S Rolling (Flat Wheel) Item No. 232S Rolling (Pneumatic) Item No. 403 Concrete for Structures Section 403.7; Item No. 403 Table 4: Classes of Concrete Item No. 406 Reinforcing Steel Item No. 408 Expansion Joint Materials Item No. 409 Membrane Curing Item No. 410 Concrete Structures Citv of Austin Standard Details Designation Description 436S -2 P. C. Concrete Valley Gutter RELATED CROSS REFERENCE MATERIALS Specification Item No. 436S, "P.C. Concrete Valley Gutters° Citv of Austin Standard Specifications Designation Description Item No. 110S Street Excavation Item No. 130S Item No. 236S Item No. 360 Item No. 405 Item No. 430S Item No. 431S 436S 05/23/00 Borrow Proof Rolling Concrete Pavement Concrete Admixtures P.C. Concrete Curb and Gutter Machine Laid PCC Curb and Gutter Page 4 P.C. Concrete Valley Gutters 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1• PRESENT VERSION: 9/29/99 439S.1 Description This item shall consist of parking lot bumper curbs, composed of precast concrete and reinforcing steel for placement on gravel, asphalt and concrete surfaces as indicated on the Drawings. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses. 439S.2 Submittals The submittal requirements of this specification item include: A. Type A Portland cement concrete design mix. B. Reinforcing steel details. 439S.3 Materials A. Concrete. All precast concrete shall be Class A Concrete conforming to Specification Item No. 403/403S, "Concrete for Structures ". B. Reinforcing Steel. All reinforcing steel shall be #3 (10M) bar conforming to Specification Item No. 4061406S, "Reinforcing Steel ". 439S.4 Construction Methods REPLACES PREVIOUS ITEM NO. 439: 4/17/94 Item No. 439S Parking Lot Bumper Curbs All forms and forming, placement of reinforcement, placement of concrete, form removal, finishing and curing shall conform to Specification Item No. 410/410S, °Concrete Structures ". Reinforcement shall conform to the details indicated on the Drawings. Care shall be exercised to keep reinforcement in its proper position during the depositing of concrete. Concrete shall be placed in the forms to the depth indicated and vibrated until thoroughly compacted. Care shall be taken during vibration to insure that a vibrator is not held too long at one location that segregation is produced. The top surface of the concrete shall be floated and troweled to a uniform smooth surface, and then finished with a camel hair brush or wood float to a gritty texture. The outer' edges shall be rounded with approved tools to the radii shown on the Drawings. When the ambient air temperature is above 85 ° F (30 ° C), an approved retarding agent will be required in all concrete unless moist curing procedures are employed. The maximum temperature of all concrete placed shall not exceed 95 °F (35 °C). 439S 9/29/99 ` Page 1 Parking Lot Bumper Curb PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 439: 4/17/94 4395.5 Measurement Parking Lot Bumper Curbs shall be measured per each complete and in place. 439S.6 Payment The work performed as prescribed by this Specification Item will be paid for at the unit bid price per each. The unit bid price shall include full compensation for all materials, including all reinforcing steel, placing and the concrete curb, and all labor, tools, equipment and incidentals necessary to complete the work. Payment will be made under: Pay Item No. 439S: Parking Lot Bumper Curbs - End SPECIFIC CROSS REFERENCE MATERIALS Specification Item 439S "Parking Lot Bumper Curbs" Citv of Austin Technical Specifications Designation Description Item No. 403 Concrete for Structures Item No. 406 Reinforcing Steel Item No. 410 Concrete Structures RELATED CROSS REFERENCE MATERIALS Specification Item 4395 'Parking Lot Bumper Curbs" City of Austin Technical Specifications Designation Description Item No. 405 Concrete Admixtures Item No. 409 Membrane Curing Item No. 411 Surface Finishes for Concrete City of Austin Standards Designation Description Item No. 406S -1 Reinforced Steel Tolerances Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item 420 Concrete Structures Item 421 Item 427 Item 437 Item 440 Portland Cement Concrete Surface Finishes for Concrete Concrete Admixtures Reinforcing Steel American Society for Testing and Materials Designation Description A -496 Standard Specification for Steel Wire, Deformed for Concrete Reinforcement A- 615/615M Standard Specification for Deformed and Plain Biliet- Steel Bars for Concrete Reinforcement Per Each. 439S 9/29/99 Page 2 Parking Lot Bumper Curb 1 1 1 1 1 1 i 1 1 1 1 1 1 1 470S.1 Description This Item govems horizontal and vertical curb saw cuts, which are undertaken on existing or newly placed Portland cement concrete curb, in order to accommodate the construction of new concrete sidewalk ramps and/or driveways at the locations indicated on the Drawings or as directed by the Engineer or designated representative. The curb cutting operation shall be conducted from the street side of the existing or newly placed curb. This specification is optional and is applicable for projects or work involving either inch -pound or SI units. Within the text inch -pound units are given preference followed by SI units shown within parentheses. 470S.2 Materials A diamond-blade-cutting saw shall be utilized for all required curb sawing /cutting. The saw shall be capable of cutting existing or newly placed curb material into the shape of a ramp and/or driveway; leaving a smooth, accurate top face. The saw shall be specifically designed for this purpose and shall be approved by the Engineer prior to the start of any curb cut work. A diamond - grinding wheel shall be used for rounding the sawed concrete edges. 470S.3 Construction Methods Item No. 470S Curb Cuts for Sidewalk Ramps and Driveways The curb shall be sawn in accordance with City of Austin Standard Detail 470S -1 or as directed by the Engineer or designated representative. The sawing shall be made along neat lines and shall result in smooth edges and top faces. The length of curb face, which must be removed in order to conform to the proposed sidewalk ramp or driveway, shall be sawn full depth at the bottom of the curb face using a diamond saw blade. The saw cutting of the curb face shall be initiated at an elevation %z inch (12.5 millimeters) above the existing gutter and extended at an angle of % inch per foot (60 mm per meter) upwards and away from the gutter pan to conform with the new sidewalk ramp or driveway grade. End cuts shall be sawn full depth on an angle so that the saw cut face provides a dimension of 55 to 60 inches (1.4 to 1.5 meters) for ADA ramps and 18 inches to 20 inches (450 mm to 500 mm) for driveways (Standard Detail No. 470S -1). The corners of the tops of the end cuts shall be ground using a diamond - grinding wheel to a radius of Y inch (6 mm). Special care shall be taken to insure that there is no disturbance or damage to the existing roadway pavement. sidewalk pavement or curbs scheduled to remain. Any damage to remaining pavements, sidewalks and/or curb due to the Contractor's operations shall be repaired at the Contractor's sole cost and expense. The work under this specification item shall also include the disposal of all concrete curb materials removed during the curb cutting operation. Disposal shall conform to the requirements of City of Austin Standard Specification Item No. 401/401S, "Structural Excavation and Backfill ". 470S 04/05/99, - Pagel Curb Cuts for Sidewalk Ramps and Driveways 470S.4 Measurement Accepted work as prescribed by this item shall include the removal and disposal of all sawn material and shall be measured by the number of lineal feet (lineal meters: 1 meter is equal to 3.281 feet) of sawcutting from top of curb cut at beginning to top of curb cut at ending for each proposed sidewalk ramp location that are completed in accordance with the Drawings, Standard Detail or as directed by the Engineer or designated representative. 470S.5 Payment The work performed as prescribed by this item will be paid for at the unit bid price per lineal foot of "Curb Cuts" for sidewalk ramps and driveways. The bid price shall include full compensation for the cost of all labor, materials and equipment necessary to complete the Work, the removal and disposal of the curb cut, and the cost of any repairs necessitated from damage produced during the Contractor's operations. Pay Item No. 4705 -D: Curb Cuts for Driveways - Per Linear Foot. Pay Item No. 470S -R: Curb Cuts for Sidewalk Ramps - Per Linear Foot. End SPECIFIC CROSS REFERENCE MATERIALS Specification 470S. "CURB CUTS FOR SIDEWALK RAMPS AND DRIVEWAYS" City of Austin Technical Specifications Designation Description Item No. 401/401S Structural Excavation and Backfill City of Austin Standard Details Designation Description 470S - Typical Curb Cuts for Sidewalk Ramps RELATED CROSS REFERENCE MATERIALS Specification 470S, "CURB CUTS FOR SIDEWALK RAMPS AND DRIVEWAYS" City of Austin Technical Designation Item No. 104S Item No. 110S Item No.- 340/340S Item No. 360/3605 Item No. 370/370S Item No. 375/375S Item No. 403/403S Item No. 410/410S Item No. 430/430S Item No. 431/431S Item No. 432/432S Item No. 433/433S Specifications Description Removing Concrete Street Excavation Hot Mix Asphaltic Concrete Pavement Concrete Pavement Concrete Pavers Concrete Pavers for Sidewalk Ramps Concrete for Structures Concrete Structures Concrete Curb and Gutter Machine Laid Curb and Gutter Concrete Sidewalks Concrete Driveways 470S 04/05/99 Page 2 • Curb Cuts for Sidewalk Ramps and Driveways 1 1 -) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 )?ELATED CROSS REFERENCE MATERIALS Specification 470S, `CURB CUTS FOR SIDEWALK RAMPS AND DRIVEWAYS" -I City of Austin Technical Specifications Description Concrete Median and Islands Sodding for Erosion Control Seeding for Erosion Control Preservation of Trees and Other Vegetation City of Austin Standard Details Designation Description 430- 1/430S -1 Curb and Gutter Section 430- 3/430S -3 Curb Expansion Joint Dowel Detail 430- 4/430S -4 Concrete Backfiil Under Curb & Gutter 432- 1/432S -1 Sidewalk 432S - Intersection Curb Ramps 432S -3A Curb Ramps at T -Type Intersections 432S -3B Intersection Curb Ramps with Returned Curb 432S -3C Curb Ramps with Returned Curb at T Intersections 432S -3D Combined Curb Ramps 432S -3E Combined Curb Ramp at T type Intersection 432S - Combined Sidewalk Curb Ramp with Pavers 4325 - Sidewalk Curb Ramp With Pavers (type I) 432S -5A Sidewalk Curb Ramp With Pavers (type IA) 432S -5B Sidewalk Curb Ramp With Pavers (type IB) 432- 6/432S -6 Concrete Stamp 433- 1/433S -1 Type I Driveway 433- 2/433S -2 Type II Driveway 610 - 1/610 -1 Tree Protection Fence Locations Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 104 Removing Concrete Item No. 420 Concrete Structures Designation Item No. 434/434S Item No. 602/602S Item No. 604/604S Item No. 610/610S 470S 04/05/99 Page 3 Curb Cuts for Sidewalk Ramps and Driveways 470S 04/05/99 Page 4 Curb Cuts for Sidewalk Ramps and Driveways 1 1 C 1, 1 1 1 1 1 1 1 1 1 1 1 1 `1 1 1` 1 : 1 1 1. 1 1 1 1 1 1 1 1 1. 1 1 1 1: 11 PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 604: 9/30/87 604S.2 Submittals Item No. 604S Seeding for Erosion Control 604S.1 Description This item shall govem the preparation of a seed bed to the lines and grades indicated on the Drawings, sowing of seeds, fertilizing, mulching with straw, cellulose fiber wood chips, recycled paper mulch and other management practices along and across such areas as indicated in the Drawings or as directed by the Engineer or designated representative. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, inch -pound units are given preference with SI units shown within parentheses. The submittal requirements for this specification item shall include: A. Identication of the type, source, mixture, PLS and rate of application of the seeding. B. type of mulch. C. type of tacking agent. D. type and late of application of fertilizer. 604S.3. Materials A. Seeds. All seed must meet the requirements of the Texas Seed Law including the labeling requirements for showing pure live seed (PLS), name and type of seed. The seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within nine months of the time of delivery to the project. Each variety of seed shall be fumished and delivered in separate bags or containers. A sample of each variety of seed shall be fumished for analysis and testing when directed by the Engineer or'designated representative. The amount of seed planted per acre (hectare) shall be of the type specified in sections 604S.5 and 6045.6. B. Water. Water shall be clean and free of industrial wastes and other substances harmful to the growth of grass or the area irrigated. C. Top Soil. Top soil shall conform to Standard Specification Item No. 130S, "Borrow'. D. Fertilizer. The fertilizer shall conform to Standard Specification Item No. 606/606S, 'Fertilizer. E. Straw Mulch or Hay Mulch. Straw Mulch shall be oat, wheat or rice straw. Hay mulch shall be prairie grass, Bermuda grass, or other hay approved.by the Engineer or designated representative. The straw or hay shall be free of Johnson grass or other noxious weeds and foreign materials. It shall be kept in a dry condition and shall not be molded or rotted. 604S 09/29/99 Page 1 Seeding for Erosion Control PRESENT VERSION: 9/29199 REPLACES PREVIOUS ITEM NO. 604: F Tacking Agents. The tacking agent shall be a biodegradable tacking agent, approved by the Engineer or designated representative. G. Cellulose Fiber Mulch (Natural Wood). Cellulose Fiber Mulch shall be natural cellulose fiber mulch produced from grinding clean whole wood chips. The mulch shall be designed for use in conventional mechanical planting, hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with fertilizers and other additives. The mulch shall be such, that when applied, the material shall form a strong, moisture - retaining mat without the need of an asphalt binder. H. Recycled Paper Mulch. Recycled paper mulch shall be specifically manufactured from post- consumer paper and shall contain a minimum of 85% recycled paper content by weight, shall contain no more than 15% moisture and 1.6% ash, and shall containmo growth inhibiting material or weed seeds. The recycled paper mulch shall be mixed with grass seed and fertilizer for hydro - seeding/mulching, erosion control, and a binder over straw mulch. The mulch, when applied, shall form a strong, moisture - retaining mat of a green color without the need of an asphalt binder. 604S.4 Construction Methods A. Preparing Seed Bed. After the designated areas have been rough graded to the lines, grades and typical sections indicated in the Drawings or as provided for in other items of this contract and for any other soil area disturbed by the construction, a suitable seedbed shall be prepared. The seedbed shall consist of a minimum of either 4 inches (100 millimeters) of approved topsoil or 4 inches (100 millimeters) of approved salvaged topsoil, cultivated and rolled sufficiently to reduce the soil to a state of god tilth, when the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deeply for optimum germination. The optimum depth for seeding shall be 1/4 inch (6 millimeters). Water shall be gently applied as required to prepare the seedbed prior to the planting operation either by broadcast seeding or hydraulic planting. Seeding shall be performed in accordance with the requirements hereinafter described. B. Watering. All watering shall comply with City Ordinances. Broadcast seeded areas shall immediately be watered with a minimum of 5 gallons of water per square yard (22.5 liters of water per square meter) or as needed and in the manner and quantity as directed by the Engineer or designated representative. Hydraulic seeded areas and native grass seeded areas shall be watered commencing after the tackifier has dried with a minimum of 5 gallons of water per square yard (22.5 liters of water per square_meter) or as needed to keep the seedbed in a wet condition favorable for the growth of grass. - Watering applications shall constantly maintain the seedbed in a wet condition favorable for the growth of grass. Watering shall continue until the grass is uniformly 1 1/2 inches (40 mm) in height and accepted by, the Engineer or designated representative. Watering can be postponed immediately after a 1/2 inch (12.5 mm) or greater rainfall on the site but shall be resumed before the soil dries out. 604S 09/29/99 Page 2 Seeding for Erosion Control Hulled Bermuda Seed (PLS =0.83) Fiber Mulch Soil Tackifier Cellulose Wood 1 Lbs/1000 ft (2.4 kgs/100 m 45.9 Lbs/1000 ft2 (108.9 kgs/100 m � 1.4 Lbs/1000 ft (3.3 kgs/100 m 57.4 Lbs/1000 ft (136.2 kgs/100 m 1.5 Lbs/1000 ft (3.6 kgs/100 m 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 604: 9/30/87 604S.5 Non - Native Seeding A. Method A - Broadcast Seeding. The seed or seed mixture in the quantity specified shall be uniformly distributed over the prepared seed bed areas indicated on the Drawings or where directed by the Engineer or designated representative.. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. If mechanical equipment is used, all varieties of seed, as well as fertilizer, may be distributed at the same time, provided that each component is uniformly applied at the specified rate. After planting, the planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. Seed Mixture and Rate of Application for Broadcast Seeding: From September 15 to March 1, seeding shall be with a combination of unhulled Bermuda Grass at a rate of 2 pounds per 1000 square feet (4.75 kilograms per 100 square meters) and winter rye at a rate of 7 pounds per 1000 square feet (16.6 kilograms per 100 square meters) that has a PLS (pure live seed or purity x germination) of 0.83. From March 1 to September 15 seeding shall be with hulled Bermuda Grass at a rate of 2 pounds per 1000 square feet (4.75 kilograms per 100 square meters) with a PLS = 0.83. Fertilizer shall be applied and shall conform to Item No. 606S, "Fertilizer. B. Method B - Hydraulic Planting. The seedbed shall be prepared as specified above and hydraylic planting equipment, which is capable of placing all materials in a single operation, shall be used. March 1 to September 15 Hydraulic planting mixture and minimum rate of application pounds per 1000 square feet (kilograms per 100 square meters): September 15 to March 1 Add 7 pounds per 1000 square feet (16.6 kilograms per 100 square meters) of winter rye with a PLS = 0.83 to above mixture. The fertilizer shall conform to City of Austin Standard Specification Item No. 606S, "Fertilizer". 604S.6 Native Grass Seeding 604S 09/29/99 Page 3 Seeding for Erosion Control Description Application rates Lbs/1000 feet kg/ 100 meter Lometa Indiangrass 0.1 0.05 PremierSideoats grama 0.2 0.10 Green spangletop 0.1 0.05 Buffalo Grass 0.2 0.10 Little Bluestem 0.2 0.10 Blue grama grass 0.2 0.10 Total Seeding Rate 1.0 0.50 PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 604: 913W87 The seedbed shall be prepared as specified above. The seed mixture and the rate of application shall be as follows: Species substitution as necessary due to availability shall be approved by the Engineer or designated representative. Watering and fertilizer application shall follow procedures outlined above or as otherwise specified on the Drawings. Seed shall be applied by broadcast or drill method and shall be distributed evenly over the topsoiled areas. Mulching shall immediately follow seed application. 604S.7. Mulch A. Straw Mulch Straw mulch °shall be spread uniformly over the area indicated or as designated by the Engineer or designated representative at the rate of 2 to 2 1/2 tons of straw per acre (4.5 to 5.6 megagrams of straw per hectare). The actual rate of application will be designated by the Engineer or designated representative. Straw may be hand or machine placed and adequately secured. B. Fiber Mulch Cellulose and wood fiber mulch shall be spread uniformly over the area indicated or as designated by the Engineer or designated representative at the rate of 45 to 80 lbs. per 1000 square feet (22 to 39 kilograms per 100 square meters). C Recycled Paper Mulch Recycled paper mulch shall be spread over the area indicated on the Drawings or as designated by the Engineer or designated representative at a rate that will provide 100% coverage. D. Shredded Brush Mulch Small brush or tree limbs except Juniper, which have been shredded, may be used for mulching Native Grass seeding. 604S.8 Measurement 604S 09/29 ,ot Page 4 Seeding for Erosion Control 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 604: 9/30/87 Work and acceptable material for 'Seeding for Erosion Control' will be measured by the square yard (meter. 1 meter equals 1.196 square yards) or by the acre (hectare: 1 hectare equals 2.471 acres), complete in place, with a minimum of 95 percent coverage with no bare areas exceeding 16 square feet (1.5 square meters) and a 1 1/2 inch (40 millimeters) stand of grass. Bare areas shall be reprepared and reseeded as required to develop an acceptable stand of grass. 604S.9 Payment The work performed and materials furnished and measured will be paid for at the unit bid price for "Seeding for Erosion Control" of the method specified on the Drawings and type of mulch. The unit bid price shall include full compensation for furnishing all materials, including all topsoil, water, seed, tackifier, fertilizer or mulch and for performing all operations necessary to complete the work. All fertilizer will be measured and paid for conforming to Item No. 606S, "Fertilizer'. Payment will be made under one of the following: .Pay Item No. 604S - Non - Native Seeding for Erosion Control Method, Mulch Per Square Yard. Pay Item No. 604S -B: Non -Native Seeding for Erosion Control Method Mulch Per Acre. Pay Item No. 604S -C: Native Seeding for Erosion Control Method, Mulch Per Square Yard. Pay Item No. 604S -D: Native Seeding for Erosion Control Method, Mulch Per Acre. Pay Item No. 604S -E: Mulch, Pay Item No. 604S - F: Mulch, End SPECIFIC CROSS REFERENCE MATERIALS Specification Item 604S 'Seeding for Erosion Control" City of Austin Technical Specifications Designation Description Item No. 130S Borrow Item No. 606S Fertilizer RELATED CROSS REFERENCE MATERIALS Specification Item 604S "Seeding for Erosion Control" 604S 09/29/99 Page 5 Seeding for Erosion Control Per Square Yard. Per Acre. PRESENT VERSION: 9/29/99 REPLACES PREVIOUS ITEM NO. 604: 9/30/87 City of Austin Technical Specifications Designation Description Item No. 601 Salvaging and Placing Topsoil Item No. 602 Sodding for Erosion Control Item No. 605 Soil Retention Blanket Item No. 607 Slope Stabilization Item No. 608 Planting City of Austin Standards (Details) Standard No. Description 626 -1 Grass Lined Swale 627 -1 Grass Lined Swale W/ Stone Center 633 -1 Landgrading Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways. Streets. and Bridges Designation Descri ption Item No. 160 Fumishing and Placing Topsoil Item No. 162 Sodding for Erosion Control Item No. 164 Seeding for Erosion Control Item No. 166 Fertilizer Item No. 168 Vegetative Watering Item No. 169 Soil Retention Blanket Item No. 180 Wildflower Seeding Item No. 192 Roadside Planting and Establishment 604S 09/29/99 Page 6 Seeding for Erosion Control 1 I ! 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 602S.1 Description This item shall govem planting of Bermuda grass; St. Augustine or other acceptable grass sod at locations indicated on the Drawings or as directed by the Engineer or designated representative in accordance with this Standard Specification Item. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. 602S.2 Submittals The submittal requirements for this specification item shall include the identification of the type and source of sodding, the type of mulch, type of tacking agent and type and rate of application of fertilizer. 602S.3 Materials A. Block and Mulch Sod B. Fertilizer ITEM NO. 602S SODDING FOR EROSION CONTROL The sod shall consist of live, growing Bermuda Grass, St. Augustine grass, when shown on the Drawings, or other acceptable grass sod indicated on the Drawings secured from sources that are approved by the Engineer or designated representative. Bermuda Grass sod, St. Augustine sod or other grass sod as shown on the Drawings shall have a healthy, virile root system of dense, thickly matted roots throughout the soil of the sod for a minimum thickness of 1 inch (25 millimeters). The thickness measure does not include grass. The sod shall be cut in rectangular pieces with its shortest side not less than 12 inches (300 mm). The Contractor shall not use sod from areas where the grass is thinned out nor where the grass roots have been dried out by exposure to the air and sun to such an extent as to damage its ability to grow when transplanted. The sod shall be substantially free from noxious weeds, Johnson grass or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Unless the area has been closely pastured, it shall be closely mowed and raked to remove all weeds and long standing stems. Sources from which sod is to be secured shall be approved by the Engineer or designated representative. Care shall be taken at all times to retain the native soil of the roots of the sod during the process of excavating, hauling and planting. Sod material shall be kept moist from the time it is dug until it is planted. The sod existing at the source shall be watered to the extent required by the Engineer or designated representative prior to excavating. Fertilizer and the rate of application shall conform to the requirements of Standard Specification Item No. 606S, "Fertilizer". 602S 11/15/99 Page 1 Sodding for Erosion Control C. Mulch Straw mulch shall be oat, wheat or rice straw. Hay mulch may be substituted for straw mulch and • shall be Prairie Grass, Bermuda grass or other hay approved by the Engineer or designated representative. The hay or straw mulch shall be free of Johnson grass or other noxious weeds and foreign materials. It shall be kept in a dry condition and shall not be molded or rotted. D. Water Water shall be fumished by the Contractor and shall be clean and free of industrial wastes and other substances harmful to the growth of sod or to the area irrigated. E. Tacking Agents Tacking agents for straw or hay mulch shall be as shown on the Drawings. 602S.4 Planting Season All planting shall be done between April and November except as specifically authorized in writing by the Engineer'or designated representative. 602S.5 Construction Methods A. General After the designated areas have been completed to the lines, grade and cross sections indicated on the Drawings, the surface shall be worked to a depth of not Tess than 4 inches (100 mm) with a ;disc, tiller or other equipment approved by the Engineer or designated representative. Fertilizer 'nutrients shall be applied and tilled. Areas that become crusted shall be reworked to an 'acceptable condition before sodding. Sodding of the type specified shall conform to the . requirements of this Specification Item. The Contractor shall give continuous care to the sodded area until the sod is accepted. B. Placement The sod shall be placed on the prepared surface with the edges in close contact and alternate courses staggered. In ditches the sod shall be placed with the longer dimension perpendicular to the flow of water in the ditch. On slopes, starting at the bottom of the slope. sod shall be placed with the longer dimension parallel to the contours of the ground. The edges of sod shall be buried flush with the adjacent soil. On slopes exceeding 3:1 or where the sod may be displaced, the sod shall be pegged with not less than 4 stakes or ground staples per square yard (square meter) with at least 1 stake or ground staple for each piece of sod. Pegs shall be of wood lath or similar material, pointed and driven with the flat side against the slope, 6 inches (150 mm) into the ground, leaving approximately 1/2 inch (12.5 mm) of the top above the ground. Ground staples shall not be less than 13 inches (330 mm) in length and shall be constructed of No. 11 gage (3 mm) wire that is bent to form a "U" approximately 1 inch (25 mm) in width. 602S 11/15/99 Page 2 Sodding for Erosion Control 1 1 0 1 1 1 1 1 1 1 1 1 1 1 1 1 31 1 C. Watering Immediately after the area is sodded, it shall be watered with a minimum of 5 gallons of water per square yard (22.5 liters per square meter) and at 10 day intervals as needed and as directed by the Engineer or designated representative. Subsequent to the initial application water shall be applied at a minimum rate of 3 gallons per square yard (13.5 liters per square meter), as required on the Drawings or as directed by the Engineer or designated representative until final acceptance by the City or until the grass uniformly reaches a height of 2 1/2 inches (62.5 mm). Availability of water from Water and Waste Water Utility will be limited as stated under the Water Conservation Standard, City of Austin Land Development Code Chapter 4 -2, Article 11, "Emergency and Peak Day Water Use Management ". D. Finishing Where applicable, the shoulders, slopes and ditches shall be smoothed after planting has been completed and shaped to conform to the desired cross sections shown on the Drawings. Any excess soil from planting operations shall be spread uniformly over adjacent areas or disposed of as directed by the Engineer or designated representative so that the completed surfaces will present a neat appearance. All sodded areas shall be rolled after the initial watering application, when sufficiently dry. 602S.6 Block Sodding At locations indicated on the Drawings or where directed by the Engineer or designated representative, sod blocks shall be carefully placed on the prepared areas. The fertilizer shall then be applied in accordance with the applicable provisions of Item No. 606S, "Fertilizer" and thoroughly watered. When sufficiently dry, the sodded area shall be rolled or tamped to form a thoroughly compacted, solid mat. My voids left in the block sodding shall be filled with additional sod and tamped. Surfaces of block sod which, in the opinion of the Engineer or designated representative may slide due to the height and slope of the surface or nature of the soil, shall be pegged with wooden pegs driven through the sod blocks into firm earth sufficiently close to hold the block sod firmly in place. Edges along curbs and drives, walkways, etc., shall be carefully trimmed and maintained until the sodding is accepted. 602S.7 Mulch Sodding The sod source shall be disked in 2 directions cutting the sod thoroughly to a depth of not less than 4 inches (100 mm). Sod material shall be excavated 'to a depth of not moreithan 2 inches (50 mm) below the existing root system,' being careful to avoid having soil.containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer or designated representative. The material shall be rejected if not kept in a moist condition. Prior to placement of mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches (100 mm) to 6 inches (150 mm) deep along horizontal slope lines at 2 foot (600 mm) vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches (75 mm) above the original surface of the cut. Fertilizer shall be distributed uniformly over the area in accordance with the applicable provisions of Item No. 606S, "Fertilizer". The sod shall then be deposited upon the prepared area and spread uniformly to the thickness indicated on the Drawings. 602S 11/15/99 Page 3 Sodding for Erosion Control Any section that is not true to lines and cross sections shall be remedied by the addition of sod material or by reshaping the material to meet the requirements of "Finishing "[Section 602S.5 (4)]. After the sod material has been spread and shaped, it shall be thoroughly wetted and compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. 602S.8 Measurement Work and acceptable material for "Sodding for Erosion Control" will be measured by the square yard (square meter: 1 square meter is equal to 1.196 square yards) complete in place with a minimum of 95 percent growth with a 21/2 inch (62.5 mm) stand of grass. 602S.9 Payment The work performed and materials fumished and measured as provided under "Measurement" will be paid for at the unit bid price for Bermuda Block Sodding ", "St. Augustine Block Sodding ", "Bermuda Mulch Sodding" or "Other Approved Grass Sodding ". The prices shall each represent full compensation for completion of the work including all water applications, rolling, pegging and fertilizer as indicated on the Drawings. Payment will be made under one of the following: Pay Item No. 602S-A: Pay Item No. 602S -B: Pay Item No. 602S -C: Pay Item No. 602S - D: End Bermuda Block Sodding - Per Square Yard. St. Augustine Block Sodding - Per Square Yard. Bermuda Mulch Sodding - Per Square Yard. Grass Sodding - Per Square Yard. SPECIFIC CROSS REFERENCE MATERIALS Specification 602S, "Sodding for Erosion Control" City of Austin Land Development Code Designation Description Chapter 4 - Art. II Emergency and Peak Day Water Use Management City of Austin Standard Specification Items Designation Description Item No. 606S Fertilizer 602S 11/15/99 Page 4 Sodding for Erosion Control 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J 1 1 RELATED CROSS REFERENCE MATERIALS Specification 602S, 'Sodding for Erosion Control" City of Austin Standard Specification Items Designation Description Item No. 110S Street Excavation Item No. 111S Excavation Item No. 120S Channel Excavation Item No. 132S Embankment Item No. 601S Salvaging and Placing Topsoil Item No. 604S Seeding for Erosion Control Item No. 608 Planting Item No. 610 Preservation of Trees and Other Vegetation Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 100 Preparing Right of Way Item No. 110 Excavation Item No. 160 Furnishing and Placing Topsoil Item No. 162 Sodding for Erosion Control Item No. 164 Seeding for Erosion Control Item No. 166 Fertilizer Item No. 168 Vegetative Watering Item No. 204 Sprinkling 602S 11/15/99 Page 5 Sodding for Erosion Control 602S 11/15/99 Page 6 Sodding for Erosion Control 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 3/27/00 Previous Version: W25/95 610S.1 Description This item shall govem the proper care and treatment of all trees and other vegetation in the vicinity of any development activity. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. 610S.2 Submittals The submittal requirements for this specification item shall include: A. Identification of the location, type of protective fencing (i.e. A, B or C), materials of construction and installation details; B. Proposed tree dressing; C. Type, location and construction details for proposed tree wells; D. Location, type, materials of construction and installation details for permeable paving; E. Type and rate of application of fertilizer; 610S.3 Materials Item No. 610S Preservation of Trees and Other Vegetation A. Protective Fencing Protective fencing is designated as the materials used to protect the root zones of trees as illustrated in City of Austin Standard Detail 610S-1. Three basic types of protective fencing materials are allowed by the City of Austin. Type A and Type B are typical applications and shall be installed where damage potential to a tree root system is high, while Type C shall be installed where damage potential is minimal. The specific type of protective fencing for the work shall be as indicated on the Drawings. Type C fence materials shall be subject to approval by the City Arborist for Site Permit Projects, or the Engineer or designated representative for The City of Austin administered projects. Type C fencing shall be replaced by Type A or Type B fencing as directed by the Engineer or designated representative if it fails to perform the necessary function. 1. Type A Chain Link fence (Typical Application -high potential damage) Type A protective fencing shall be installed in accordance with City of Austin Standard Details 610S -2 and 610S -4 and shall consist of a minimum five -foot (1.5 meters) high chain link fencing with tubular steel support poles or "T'' posts. 2. Type B Wood Fence (Typical Application -high potential damage) Type B protective fencing shall be installed in accordance with City of Austin Standard Details 610S -3 and 6105 -5 and shall consist of any vertical planking attached to 2x4 -inch (50 x 100 mm) horizontal stringers which are supported by 2x4 -inch (50 x 100 mm) intermediate vertical supports and a 4x4 -inch (100 x 100 mm) at every fourth vertical support . 610S 3/27/00 Page 1 Preservation of Trees And Other Vegetation PRESENT VERSION: 3/27/00 Previous Version: 8/25/95 3. Type C Other Materials (Limited Application - minimal potential damage) The following materials may be permitted as alternates for limited or temporary applications (3 days or less) where tree damage potential is minimal (as determined by the City Arborist or designated representative for Site Permit Projects, or the Engineer or designated representative on City of Austin administered projects): (a) High visibility plastic construction fencing. The fabric shall be 4 feet (1.2 meters) in width and made of high density polyethylene resin, extruded and stretched to provide a highly visible international orange, non - fading fence. The fabric shall remain flexible from - 60 to 200 ° F ( -16 ° C to 93 ° C) and shall be inert to most chemicals and acid. The fabric pattem may vary from diamond to circular with a minimum unit weight of 0.4 IbsiFt. (0.6 kilograms per meter). The fabric shall have a 4 foot (1.2 meters) width minimum tensile yield strength (Horizontal) of 2000 psi [13.9 megaPascals], ultimate tensile strength of 2680 psi [18.5 megaPascals] (Horizontal) and a maximum opening no greater than 2 inches (50 mm). (b) Other approved equivalent restraining material. The fencing materials, identified in (a) and (b) above, shall be supported by steel pipe, tee posts, U posts or 2" x 4" (50 mm x 100 mm) timber posts that are a minimum of 5 -1/2 feet (1.68 meters) in height and spaced no more than 8 feet (2.44 meters) on centers. The fabric shall be secured to post by bands or wire ties. B. Trunk Protection (Limited Application) When indicated on the Drawings or directed by the City Arborist or designated representative for Site Permit Projects or the Engineer or designated representative for City of Austin administered projects, tree trunk protection shall be provided in accordance with City of Austin Standard Details 610S -4 and 610S -5. Tree trunk protection shall consist of any 2 x 4 -inch (50 x 100 mm) or 2 x 6 -inch (50 x 150 mm) planking or plastic strapping. C. Tree Dressing Tree dressing of any damaged areas shall be accomplished using any approved asphaltic tree wound paint, immediately after damage occurs. D. Tree Wells for Raised Grades When existing grades are raised by more than 6 inches (150 mm), the tree root system shall be protected by the installation of tree wells in .accordance with City of Austin Standard Detail 610S -6. Native stone, railroad ties or equivalent timber shall be used for the separator wall of the well and PVC conforming to ASTM D -2729, SDR -35 shall be used for the aeration systems in fill areas. E. Permeable Paving (Environmental Criteria Manual Section 3.5.A.1) Permeable segmented pavers in conjunction with PVC' pipe aeration system or concrete on gravel base with cored holes shall be used to protect 'existing tree root zones when indicated on the Drawings or directed by the City Arborist or designated 610S 3/27/00 Page 2 Preservation of Trees And Other Vegetation i1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. 1 1 is L PRESENT VERSION: 3/27/00 Previous Version: 8/25/95 representative for Site Permit Projects or the Engineer or designated representative for City of Austin administered projects. F. Fertilizer Fertilizer shall conform to City of Austin Standard Specification Item No. 606S, "Fertilizer". 610S.4 Construction Methods A. Protective Fencing All trees and shrubs in the proximity of the construction site shall be carefully checked for damage prior to initiation of any development activity. All individual trees, shrubs, and natural areas scheduled for preservation shall be protected during construction with temporary fencing as indicated on the Drawings or directed by the City Arborist or designated representative for Site Permit Projects or the Engineer or designated representative for City of Austin administered projects. • Protective fences (section 610S.3.A) shall be installed prior to the start of any site preparation work (clearing, grubbing, or grading), and shall be maintained in functioning condition throughout all phases of the construction project. Protective fence locations in close proximity to intersecting streets or drives shall adhere to the sight distance (Section 1.3.1.C.6) and desirable sight triangle (Figure 1 -6 criteria found in theCity of Austin Transportation Criteria Manual). 1. Protective fences shall be constructed at the locations (typically the outer limits of the Critical Root Zone) and with materials indicated on the Drawings to prevent the following (Environment Criteria Manual, Appendix P -2, Note 6): (a). Soil compaction in the root zone area resulting from vehicular traffic or storage of equipment or materials. (b). Root zone disturbances due to grade changes [greater than 6" (150 mm) cut or fill] or trenching not reviewed and authorized by the City Arborist or designated representative or the Engineer or designated representative. (c). Damage to exposed roots, trunks or limbs by mechanical equipment. (d). Other activities detrimental to trees such as chemical storage, concrete truck cleaning, and fires. 2. Exceptions to the installation of protective fences at the tree drip lines may be permitted in the following cases: (a). Where there is to be an approved grade change, impermeable paving surface, tree well, or other such site development, the fence' shall be erected approximately 2 to 4 feet (0.6 to 1.2 meters) beyond the area of disturbance; (b). When permeable paving is to be installed within a tree drip line, the fence shall be erected at the outer limits of the permeable paving area (prior to any site grading so that this enclosed area is graded separately to minimize root damage): 610S 3/27/00 Page 3 Preservation of Trees And Other Vegetation PRESENT VERSION: 3/27/00 Previous Version: 8/25/95 (c). When trees are located close to a proposed building or other construction activity (Environment Criteria Manual, Appendix P -2, Note 6.c), the fence shall be erected to allow 6 to 10 feet (1.8 to 3 meters) work space between the fence and the structure and apply organic mulch to a depth of four (4) to six (6) inches [100 to 150 mm] in the unprotected root zone area; (d). When there are street -side pedestrian walkways, fences shall be constructed in a manner that does not obstruct safe passage; (e). When there are severe space constraints due to tract size or .other special requirements, the Contractor shall contact the City Arborist on Site Permit projects or the Engineer or designated representative for City Administered projects to discuss altematives. When any of the exceptions listed above will result in a fence being:located closer than five (5) feet (1.5 meters) to a tree trunk, the Contractor shall also protect the trunk with strapped -on planking to a height of 8 feet [2.4 meters] (or to the limits of lower branching) in addition to the reduced fencing required (City of Austin Standard Details 610S -4 and 610S -5). B. Repair of Damage Tree roots scarred by equipment shall be cut cleanly and covered with topsoil. When tree roots are pruned, a comparable portion of selected branches shall be cut from the tree on the opposite side. Limb pruning shall be made at the branch collar as indicated on the Drawings. All limbs greater than 1 inch (25 mm) in diameter shall be precut in accordance with ANSI 300 pruning methods to prevent splitting. All cut limbs shall be treated with an approved tree dressing. Tools shall be disinfected with alcohol or 5 ppm chlorine soliftion between repairs to trees to prevent the transmission of diseases from one tree to another. All trees damaged during construction shall receive an application of fertilizer within the drip line conforming to Standard Specification Item No. 606S, °Fertilizer° at the rate of 4 pounds per caliper inch (.07 kilograms per caliper mm). C. Cutting and Filling Around Trees When the depth of an excavation or embankment exceeds 6 inches (150 mm within the drip line of any tree with a diameter greater than 8 inches (200 mm), a tree well (Section 610S.3.D and City of Austin Standard Detail 610S -6) shall be constructed to protect the tree as indicated on the Drawings. D. Paving Around Trees Where paving within the dripline of any tree greater than a 6 inch (150 mm) diameter is necessary, a permeable pavement and aeration system (Section 610S.3.E, Environmental Criteria Manual Section 3.5.A.1 and Figure 3 -8) must be installed as indicated on the Drawings, except for street construction. E. Tree Removal Any trees which are indicated on the Drawings for removal or which may interfere with the construction shall be removed subject to the approval of the Engineer or designated representative. Trees with diameters that exceed 19 inches (483 mm) as measured 4 1/2 feet (1.37 meters) above the existing ground, shall require review by the City Arborist or designated representative (Environmental Criteria Manual Section 3.3.2.A.2) prior to removal in accordance with the Tree Ordinance (Land Development Code 610S 3/27/00 Page 4 Preservation of Trees And Other Vegetation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 3/27/00 Previous Version: 8/25/95 Section 25 -8 -623). When a tree or shrub Is scheduled for removal, it shall be cut to a depth of 12 inches (300 mm) below the surrounding ground line. After removal, soil shall be placed in the hole to a depth matching the existing grade. The tree shall be cut into sections that can be managed, removed from the site and disposed of. All work shall be conducted in such a manner as to protect all facilities, improvements and vegetation in the work area. All damage resulting from tree removal or pruning shall be repaired at the Contractor's own expense. F. Final Cleanup All temporary tree and shrub preservation and protection measures shall be removed when the construction has been completed. 610S.5 Measurement Tree and shrub trimming, fencing, drains, fertilization, etc. will not be measured for payment unless included as a contract pay item. Tree wells for tree protection will be measured by the units, complete in place, conforming to the Drawings and City of Austin Standard Detail 6103 - "Tree Protection, Tree Wells ". 610S.6 Payment The work and materials prescribed herein with the .exception of the Tree Wells will not be paid for directly Iaut shall`be considered subsidiary to other items unless a payment item is included as a contract pay item. Payment will be made under: Pay Item 610S -A: Pay Item 610S -B: Pay Item 610S -C: Pay Item 610S -D: End SPECIFIC CROSS REFERENCE MATERIALS City of Austin Standard Specification Items Designation Description Item No. 606S Fertilizer City of Austin Standard Details Designation Description tem No. 610S -1 tem No. 610S -2 tem No. 610S -3 tem No. 610S -4 tem No. 610S -5 tem No. 610S -6 610S 3/27/00 Protective Fencing Type A Chain Link fence (Typical Application -high damage potential) Protective Fencing Type B Wood Fence (Typical Application -high damage potential) Protective Fencing Type C Other Materials (Limited Application- minimal damage potential) Tree Well (Tree Protection) Tree Protection Fence Locations Tree Protection Fence, Type A, Chainlink Tree Protection Fence, Type B, Wood Tree Protection Fence, Modified Type A, Chainlink Tree Protection Fence, Modified Type B, Wood Tree Protection, Tree Wells Page 5 Per Lineal Foot Per Lineal Foot Per Lineal Foot Per Each. Preservation of Trees And Other Vegetation PRESENT VERSION: 3/27/00 SPECIFIC CROSS REFERENCE MATERIALS- Continued Specification 610S, Preservation of Trees and Other Vegetation" Previous Version: 8/25/95 City of Austin Transportation Criteria Manual Designation Description Section 1.3.1.C.6 Sight Distance Figure 1 -6 Desirable Sight Triangle City of Austin Environmental Criteria Manual Designation Description Appendix P -2, Note 6 Exceptions to Installing Fences Appendix P -2, Note 6c Trees close to proposed buildings — Section 3.3.2.A.2 Diameter of trees — Section 3.5.0 Design Criteria Section 3.5.3.A.1 Permeable Paving Figure 3 -8 Example of Minimum Design Criteria Applied to Permeable Parking City of Austin Land Development Code Designation - Description Section 25 -8 -623 Inspection by City Arborist ASTM, American Society for Testing and Materials Designation Description D -2729 Specification for Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings RELATED CROSS REFERENCE MATERIALS Specification 610S, `Preservation of Trees and Other Vegetation" City of Austin Standard Specification Items Designation Description Item No. 101S Preparing Right of Way Item No. 102S Clearing and Grubbing Item No. 111S Excavation Item No. 120S Channel Excavation Item No. 132S Embankment Item No. 606S Fertilizer Item No. 608S Planting Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways. Streets. and Bridges Designation Description Item No. 100 Preparing Right of Way Item No. 110 Excavation Item No. 132 Embankment Item No. 158 Specialized Excavation Work Item No. 160 Fumishing and Placing Topsoil Item No. 166 Fertilizer Item No. 168 Vegetative Watering 610S 3/27/00 Page 6 Preservation of Trees And Other Vegetation 1 1 1 1 1 1 1 1 1 1 ,1 1 1 1 1 1 Table 1: Aggregate Gradation Chart (TEX 401 -A, % Retained per sieve) US 8 inch (SI 200 mm) US 5 inch (SI 125 mm) US 2 inch (SI 50 mm) 0 90 -100 100 r 1 r 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 5/23/00 Previous Version: 3/08/96 641 S.2 Submittals 641 S.3 Materials Aggregate for construction shall conform to the following gradation: 641 S.4 Construction Methods Item No. 641S Stabilized Construction Entrance 641S.1 Description This item govems the construction of a stabilized pad of crushed stone located at any point where traffic will be entering or leaving a construction site to or from a public right of way, street, alley, sidewalk or parking area. The purpose of a stabilized construction entrance is to reduce or eliminate the tracking or deposition of sediment onto public right of way (Environmental Criteria Manual Section 1.4.2.N.4). This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses: The submittal requirements for this specification item shall include: A. Source, type and gradation of rock B. Drainage technique (Le. drainage swale or entrance grading) proposed to prevent runoff from exiting the construction site. All trees, brush, stumps, obstructions and other objectionable material shall be removed and disposed of in a manner that will not interfere with the excavation and construction of the entrance as indicated on the Drawings or as presented in Standard Details No. 641S- 1. The entrance shall not drain onto the public right of way or shall not allow surface water runoff to exit the construction site. When necessary, vehicle wheels shall be cleaned to remove sediment prior to entrance onto public right of way. When vehicle washing is required, it shall be done on an area stabilized with crushed stone, which drains into an approved sediment trap or sediment basin. All sediment shall be prevented from entering any storm drain, ditch or watercourse through use of sand bags, gravel, boards, silt fence (Standard Specification Item No 642S) or other methods approved by the Engineer or designated representative. The entrance shall be maintained in a condition, that will prevent tracking or disposition of sediment onto public right of way. This restriction may require periodic top dressing with additional stone as conditions demand, as well as .the repair and/or cleanout of any measures used to trap sediment. All sediment that is spilled, dropped, washed or tracked onto public right of way must be removed immediately. 641S 05/23/00 Page 1 Stabilized Construction Entrance (SCE) PRESENT VERSION: 5/23100 Previous Version: 3/08/96 641S.5 Measurement 641S 05/23/00 Page 2 - rt;. ...r • Acceptable work performed as prescribed in this item will be measured by unit of each stabilized construction entrance installed. 641S.6 Payment Work performed and materials furnished under this item shall be paid for at the unit bid price per each. Payment, when included as a contract pay item, will be made under. Pay Item No. 641S: Stabilized Construction Entrance Per Each. End SPECIFIC CROSS REFERENCE MATERIALS Specification 641 S, "Stabilized Construction Entrance (SCE)" Citv of Austin Environmental Criteria Manual Designation Description Section 1.4.2.N.4 Stabilized Construction Entrance "Design Criteria" City of Austin Standard Details Designation Description Number 641 S -1 Stabilized Construction Entrance City of Austin Standard Specifications Designation Description Item No. 642S Silt Fence (SF) RELATED CROSS REFERENCE MATERIALS City of Austin Environmental Criteria Manual !Designation Description Section 1.4.2.J Sandbag Berm Figure 1 -11 Sand Bag Berm Section 1.4.2.G Silt Fence City of Austin Standard Specifications Designation Description • tem No. 101 S Preparing Right of Way tem No. 102S Clearing and Grubbing tem No. 111 S Excavation tem No. 120S Channel Excavation tem No. 401S Structural Excavation and Backfili tem No. 610S Preservation of Trees and Other Vegetation Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description Item No. 100 Preparing Right of Way Item No. 110 Excavation Item No. 132 Embankment Item No. 158 Specialized Excavation Work Item No. 168 Vegetative Watering Stabilized Construction Entrance (SCE) PRESENT VERSION: 5/23/00 Previous Version: 5/01/90 Item No. 642S Silt Fence 642S.1 Description This item shall govem the provision and placement of a filter fabric fence (Environmental Criteria Manual Section 1.4.2.G) including maintenance of the fence, removal of accumulated silt and removal of the silt fence upon completion of the project. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses. 642S.2 Submittals The submittal requirements for this specification item shall include: A. Source, manufacturer, characteristics and test data for the filter fabric, B. Manufacturer, characteristics and test data for the posts and wire fence. 642S.3 Materials A. Fabric 1. General: The filter fabric shall be of nonwoven polypropylene, polyethylene or polyamide thermoplastic fibers with non - raveling edges. The fabric shall be non - biodegradable, inert to most soil chemicals, ultraviolet resistant, unaffected by moisture or other weather conditions, and permeable to water while retaining sediment. The fi lter fabric shall be supplied in rolls a minimum of 36 inches (0.9 meter) wide. 2. Physical Requirements: The fabric shall meet the requirements presented in Table 1, when sampled and tested in accordance with the methods indicated herein, on Standard Detail No. 642S -1 and/or on the Drawings. B. Posts: Posts shall be painted or galvanized steel Tee or Y -posts with anchor plates, not less than 5 feet (1.5 meters) in length with a minimum weight of 1.3 pounds per foot (1.9 kilograms per meter) with a minimum Brinell Hardness of 143. Hangers shall be adequate to secure fence and fabric to posts. Posts and anchor plates shall conform to ASTM A -702. C. Wire Fence: Wire fence shall be welded wire fabric 2 x 4 - W1.0 x W1.0 (50 x 100 - MW7 x MW7) and shall conform to Standard Specification Item No. 406, "Reinforcing Steer. 642S 05/23/00 Page 1 Silt Fence TABLE 1. Filter Fabric Requirements Physical Properties Method Requirements Fabric Weight in ounces per square yard (grams/square meter) TEX-616-J' 4.5 minimum (150 minimum) Water Flow Rate in gallons/sq. foot/ minute (liters/square meter /minute) TEX- 616-J 40 maximum (1630 maximum) Equivalent Sieve Opening Size: US Standard (SI Standard sieve size) CW- 02215 40 to 100 (425 to 150 pm) Mullen Burst Strength: lbs. per sq. inch (psi) megaPascal (mPa) ASTM D -3786 300 minimum (2 minimum) Ultraviolet Resistance; % Strength Retention ASTM D -1682 70 minimum PRESENT VERSION: 5/23/00 642S.4 Construction Methods 642S. 5 Measurement Previous Version: 5/01/90 TxDoT Test Method Tex - 616 -J, 'Testing of Construction Fabrics ". 2 US Army Corps of Engineers Civil Works Construction Guide Specification CW- 02215, 'Plastic Filter Fabric ". 3 ASTM 0-3786, 'Test Method for Hydraulic Bursting Strength of Knitting Goods and . _ Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method'. 4 ASTM D - 1682, "Test Methods for Breaking Load and Elongation of Textile Fabrics silt fence fabric shall be securely attached to the posts and the wire support fence with the bottom 12 inches (300 mm) of the filter material buried in a trench a minimum of 6 inches (150 mm`) deep and 6 inches (150 mm) wide to prevent sediment from passing under the fence. When the silt fence is constructed on impervious material, a 12 -inch (300 - mm) flap of fabric shall be extended upstream from the bottom of the silt fence and weighted to limit particulate loss. No horizontal joints will be allowed in the filter fabric. Vertical joints shall be overlapped a minimum of 12 inches (300 mm) with the ends sewn or otherwise securely tied. The silt fence shall be a minimum of 24 inches (0.6 meter) high. Posts shall be embedded a minimum of 12 inches (300 mm) in the ground, placed a maximum of 8 feet (2.4 meters) apart and set on a slight angle toward the anticipated runoff source. When directed by the Engineer or designated representative, posts shall be set at specified intervals to support concentrated loads. The silt fence shall be repaired, replaced, and/or relocated when necessary or as directed by the Engineer or designated representative. Accumulated silt shall be removed when it reaches a depth of 6 inches (150 mm). The work performed and the materials furnished under this item will be'measured by the lineal foot of 'Silt Fence', complete in place. 642S 05/23/00 Page 2 Sik Fence 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . 1 1F 1 PRESENT VERSION: 5/23/00 Previous Version: 5/01/90 642S.6 Payment The work performed and materials fumished and measured as provided under 'Measurement' will be paid for at the unit bid price per lineal foot of "Silt Fence". The price shall include full compensation for fumishing, hauling and placing all materials, labor, tools, equipment and incidentals necessary to complete the work including inspecting, repairing, replacing and relocating the fence, removal of silt and removal and disposal of all materials at the completion of construction in and re- vegetation of disturbed areas. Payment will be made under: Pay Item No. 642S: END Silt Fence for Erosion Control Per Lineal Foot. SPECIFIC CROSS REFERENCE MATERIALS City of Austin Environmental Criteria Manual Designation Description Section 1.4.2.G Silt Fence City of Austin Standard Details Designation Description Number 642S -1 Silt Fence City of Austin Technical Specifications Designation Description Item No. 406 Reinforcing Steel American Society For Testing and Materials (ASTM) Designation Description A -702 Specification for Steel Fence Posts and Assemblies, Hot Wrought D -1682 Test Methods for Breaking Load and Elongation of Textile Fabrics D Test Method for Hydraulic Bursting Strength of Knitting Goods and Nonwoven Fabrics: Diaphragm Bursting Strength Tester Method Texas Department of Transportation Manual of Testing Procedures Designation Description Tex -616 -J Testing of Construction Fabrics U.S. Army Corps of Engineers Designation Description CW -02215 Civil Works Construction Guide Specification °Plastic Filter Fabric' RELATED CROSS REFERENCE MATERIALS City of Austin Environmental Criteria Manual Designation Description Table 1 -1.3 Recommended Design Values For Functional Controls Table 1 -2 Maximum Water Depth At The Barrier City of Austin Standard Specifications Designation Description tem No. 101S Preparing Right of Way tem No. 102S Clearing and Grubbing tem No. 111S Excavation tem No. 120S Channel Excavation tem No. 401S Structural Excavation and Backfill tem No. 610S Preservation of Trees and Other Vegetation 642S 05/23/00 Page 3 Silt Fence 1 1 1 1 r r 1 1 1 1 1 1- 1 1 1 11 PRESENT VERSION: November 26, 2001 Prevlous Versions: 2/21/01; 5/23/00; 9/30/87 803S.1 Description This item shall govem for providing, installing, moving, replacing, maintaining, cleaning and removing upon completion of the work, all temporary or permanent street closure barricades, signs, cones, lights or other devices required to handle the traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices for Street and Highways and as indicated on the Drawings or directed by the Engineer or designated representative. Construction Detours, if required, shall conform to Standard Specification Item No. 801S, "Construction Detours ". Capital Improvement Project Signs shall conform to Standard Specification Item No. 802S, ' Project Signs°. This item shall also include the installation of all required safety fencing as described in the latest adopted version of Standard Detail 804S - This specification is applicable for projects or work involving either inch - pound or SI units. Within the text, the inch -pound units are given preference followed by SI units shown within parentheses. 803S.2 Submittals The submittal requiiements of this specification item include: A. Type of Barricade and proposed materials and Construction of the barricade, B. Test results for Retro - Reflective sheeting. 803S.3 Materials Item No. 803S Barricades, Signs and Traffic Handling All barricades, signs, cones, lights and other types of devices to handle traffic, as indicated on the Drawings or directed by the Engineer or designated representative, shall conform to details shown on the Drawings or those indicated in the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 803S.4 Construction Methods Prior to commencement of construction, suitable 'Barricades, Signs and Traffic Handling' devices shall be installed to protect the workers and the public. The Contractor shall be responsible for the installation of all markers, signs and barricades in accordance with the Drawings and in conformance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and/or as indicated on the Drawings or directed by the Engineer or designated representative. If, in the opinion of the Engineer or designated representative, additional markers, signs or barricades are needed in the interest of safety, the Contractor will install such as are required or as directed by the Engineer or designated representative. All changes and/or revisions to the detour /traffic control plan shall be approved by the Engineer or designated representative. - Lumber shall be painted with 2 coats of paint as indicated on the Drawings. 8033 11/26/01 - Page 1 Barricades, Signs and Traffic Handling PRESENT VERSION: November 26, 2001 Previous Versions: 2/21/01; 5/23/00; 9/30/87 803S.5 Maintenance It shall be the Contractor's responsibility to maintain, clean, move and replace if necessary, barricades, signs and traffic handling devices during the time required for construction of the project. Permanent barricades shall be constructed as required after the completion of the street by drilling holes to place the posts and concrete foundations. Foundation concrete shall be cured before the rails are attached. When no longer needed, all temporary Barricades, Signs and Traffic Handling Devices shall be removed and the area restored to its original condition or as directed by the Engineer or designated representative. 803S.6 Measurement The work performed and material fumished as prescribed by this item, City of Standard Details, details included on the Drawings or indicated in the TMUTCD shall be measured as follows: A. Pavement Markings. All pavement marking required for proper installation of the designated Traffic Control Plans and Details, as well as required removal of existing pavement marking, shall be measured and paid for under Standard Specification Item No. 870S, "Work Zone Pavement Markings" and Standard Specification Item No. 874S, "Eliminating Existing Pavement Markings ". B. Barricades, Signs and Traffic Handling. All work performed and material fumished as prescribed by this item, City of Austin Standard Details, details shown on the Drawings or indicated in the TMUTCD, that are not included in the above paragraph, shall be measured by the day. Traffic control for the project will be measured and paid for once per contract defined time period, i.e. either per Calendar Day, Working day or Month at the contract rate, regardless of the number of set -ups, locations or streets under construction. C. Safety Fencing Safety fencing will be measured by the lineal foot. 803S.7 Payment The work performed and materials fumished as prescribed by this item, measured as provided under section "803S.6 Measurement" shall be paid for at the contract unit price for barricades, signs and traffic handling. This unit price shall include full compensation fo.S7 furnishing and placement of all materials and for all labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: _Pay Item No. 803 -CD: Pay Item No. 803 -WD: Pay Item No. 803S -MO: Pay item No. 803S -SF: End 803S 11/26/01 Barricades, Signs, and Traffic Handling Barricades, Signs, and Traffic Handling Signs, and Traffic Handling Safety Fence _Per Calendar Day. g _Per Working Day. Per Month. Per Lineal Foot. Page 2 Barricades, Signs and Traffic Handling f 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 .1 1 1 1 1 1 1 1 1 1 . 1 1 1 1 1 1 L PRESENT VERSION: November 26, 2001 Previous Versions: 2/21 /01; 5/23/00; 9/30/87 SPECIFIC CROSS REFERENCE MATERIALS Specification Item No. 803S, "Barricades, Signs and Traffic Handling" City of Austin Standard Specifications Designation Item No. 801S Item No. 802S Item No. 870S Item No. 874S Description Construction Detours . Project Signs Work Zone Pavement Markings Eliminating Existing Pavement Markings and Markers Texas Technical Documents: Designation Description (TMUTCD) Texas Manual on Uniform Traffic Control Devices RELATED CROSS REFERENCE MATERIALS Specification Item No. 803S, "Barricades, Signs and Traffic Handling" City of Austin Standard Specifications Designation Description Item No. 403 Concrete for Structures Item No. 860S Pavement Marking Paint (Reflectorized) Item No. 863S Reflectorized Pavement Markers Item No. 864S Abbreviated Pavement Markings Item No. 867S Epoxy Adhesive Item No. 871S Reflectorized Pavement Markings Item No. 875S Pavement Surface Preparation For Markings City of Austin gtandard Details Designation Description 803S -1 Street -End Barricades Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation Description tem No. 502 Barricades, Signs and Traffic Handling tem No. 508 Constructing Detours tem No. 510 One -Way Traffic Control tem No. 512 Portable Concrete Traffic Barrier tem No. 514 Permanent Concrete Traffic Barrier tem No. 662 Work Zone Pavement Markings tem No. 666 Reflectorized Pavement Markings tem No. 667 Prefabricated Markings tem No. 672 - Raised Pavement Markers tem No. 677 Eliminating Existing Pavement Markings and Markers tem No. 678 Pavement Surface Preparation For Markings Texas Department of Transportation: Departmental Materials Specifications Designation Description DMS 7110 Aluminum Sign Blanks DMS 8310 Flexible Roll -up Reflective Signs Texas Department of Transportation: Manual of Testing Procedures Designation Description Tex -839 -B Determining Color in Reflective Materials Tex - 842 - Method for Measuring Retroreflectivity 803S 11/26/01 Page 3 Barricades, Signs and Traffic Handling PRESENT VERSION: November 26, 2001 RELATED CROSS REFERENCE MATERIALS (continued) Specification Item No. 803S, "Barricades, Signs and Traffic Handling" American Society for Designation A -307 A -320 A -513 B- 108/B108M 8-183 B -221/B -221 M D -523 D -822 D -828 G -23 Previous Versions: 2/21/01; 5/23/00;9/30/87 Testing and Materials (ASTM) Description Specification for Carbon Steel Externally Threaded Standard Fasteners Specification for Alloys -Steel Bolting Materials for Low - Temperature Service Specification for Electric - Resistance - Welded Carbon and Alloy Steel Mechanical Tubing Specification for Aluminum -Alloy Permanent Mold Castings Practice for Preparation of Low - Carbon Steel for Electroplating Specification for Aluminum -Alloy Extended Bars, Rods, Wire, Shapes, and Tubes Test Method for Specular Gloss Recommended Practice for Operating Light- and Water - Exposure Apparatus (Carbon -Arc Type) for Testing Paint, Varnish, Lacquer, and Related Products Test Method for Tensile Breaking Strength of Paper and Paperboard Recommended Practice for Operating Light- and Water - Exposure Apparatus (Carbon -Arc Type) for Exposure of Nonmetallic Materials 803S 11/26/01 Page 4 Barricades, Signs and Traffic Handling 1 1 1 1 1 1 1 1 1 US Sieve SI Sieve % weight (mass) retained # 20 (850 µm) 3 to 10 # 30 (600 µm) 20 to 40 # 40 (425 µm) 30 to 50 # 50 (300 µm) 15 to 35 # 80 (180 pm) O to 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PRESENT VERSION: 05/23/00 Previous Version: 9/29/99 860S.3 Materials+ t r .. ' Z t" A r.' A S 1 G r .r .. , r 860S 05/23/00 Page 1 Item No. 860S Pavement Marking Paint 860S.1 Description This item shall govem the installation of reflectorized paint pavement marking. The width of the line shall be 4 inches (100 millimeters) and the color as indicated on the Drawings. This specification is applicable for projects or work involving either inch -pound or SI units. Within the text and accompanying tables, the inch -pound units are given preference followed by SI units shown within parentheses. 860S.2 Submittals The submittal requirements of this specification item include: A. Proposed paint color(s), brand names, raw materials and products for traffic paint. B. Sampling and testing procedures and specific test results for pigment, calcium carbonate, acrylic resins and other materials used in the traffic paints. C. Proposed shipping requirements including container type(s) (drums and/or buckets), and labeling. D. Manufacturer's recommendations for mixing, storage and application of the traffic glass beads and traffic paint. E. All applicable Materials Safety data Sheets for the traffic paint. A. Traffic Stripe Reflective Glass Traffic Beads 1. The glass spheres shall not contain more than 30 percent (by weight {mass }) irregular shaped particles when tested in accordance with TxDoT Test Method - 832-B. The no. 20 (850 µm) sieve shall have a maximum of 35% by weight (mass) allowed irregular particles, based on a visual inspection. . Unless noted otherwise on the Drawings or designated in writing by the Engineer or designated representative, the application rate of the glass traffic beads shall not be Tess than 6 pounds per gallon (0.7 kilograms per liter). Glass traffic beads shall be essentially free of sharp angular particles and particles showing milkiness or surface scarring or scratching. Glass traffic beads shall be water white in color. 2. The glass traffic beads shall meet the following graduation requirements when tested in accordance with TxDoT Test Method Tex - 831 -B: Pavement Marking Paint PRESENT VERSION: 05/23/00 Previous Version: 9/29/99 3. Index of Refraction: The glass traffic beads, when tested by the liquid immersion method at 77 (25 ° C), shall show an index of refractibn within the range of 1.50 to 1.53. 4. Wetting: The glass traffic beads shall be capable of being readily wet with water, when tested according to TxDOT Test Method Tex-826-B. 5. Stability: The glass traffic beads shall show no tendency toward decomposition, surface etching, change in retroreflective characteristics or change in color after (a) One -hour exposure to concentrated hydrochloric acid at 77 (25 ° C), (b) 24 hours exposure to weak acids, weak alkali, and (c) 100 hours of weather -o -meter (Atlas, Sunshine Type) exposure, ASTM G -23, Method 1, Type EH. 6. Contaminants: Glass traffic beads shall: (a) contain Tess than 1/4 of 1 percent moisture by weight (mass). (b) free of trash, dirt, etc. (c) show no evidence of objectionable static electricity when flowing through a regular traffic bead dispenser. 7. Sampling and Testing ( TxDoT Test Method Tex - 801 -B) shall be in accordance with the latest applicable procedures included in the TxDOT Manual on Testing. Applicable test methods include but are not limited to the following: Tex 806 -B, °Method for Determining Grind and Oversize Pigment Particles" Tex-81p-B, 'Test Method for Color and Color Stability of Opaque Colored Pigments' Tex - 811 -B, 'Skinning Characteristics of Coatings' Tex - 822 -B, 'Method for Determining Refractive Index of Glass Beads" Tex - 826 -B, "Water Absorption Test of Beads" Tex - 828 -B, "Determining Functional Characteristics of Pavement Markings' Tex - 830 -B, "Method for Sampling Traffic Stripe Beads" Tex - 831 -B, "Method for Determining The Gradation of Glass Traffic -Stripe Beads" Tex- 832 -B, "Methods for Determining the Roundness of Glass Spheres' B. Pavement Marking Paint 1 Functional Requirements (a) All paint -type materials that are applied at ambient or slightly elevated temperatures shall conform to TxDoT Departmental Materials Specifications DMS -8200, YPT 10 and/or WPT - and DMS -8290. (b) The paint shall be homogenous, well ground to a unifbrm and smooth consistency and shall not skin nor settle badly nor cake, liver, thicken, curdle or gel in the container. (c) The paint, when applied to a bituminous pavement surface under normal field conditions at the required rate of .015 inch (0.4 mm) wet film thickness, shall have a maximum no pickup'. drying time of .15 minutes to prevent displacement or discoloration under traffic. 860S 05/23/00 Page 2 Pavement Marking Paint s - r r,4 Yellow Pigment CI 65 (Reddish Yellow) Characteristic Values Specific Gravity 1.74 to 1.76 Oil Absorption 20 to 30 % Moisture 0.5 % maximum Pigment retained on #325 (45 pm) sieve 0.1 % maximum C.I. Number 11740 Heat Stability 266 ° F (130 ° C) 1 1 1 1 1.. 1 1 1 1 1 1 1 1 1 1 1= 1 1= PRESENT VERSION: 05/23/00 Previous Version: 9/29/99 (d) In preparation of the paint, the pigments shall be dispersed in the vehicle by appropriate methods so that a fineness reading of not less than 4 is obtained with a Hegman grind gauge. (e) Consistency viscosity, measured with a Krebs - Modred- Stormer Viscometer at 77 (25 ° C), shall be from 80 -90 KU (with water deleted). (f) A thin film of paint spread on a glass plate and allowed to dry thoroughly shall not darken or show any discoloration when subjected to ultraviolet rays for a period of 5 minutes. 2. Material Requirements (a) Raw Materials (1) The exact brands and types of raw materials used in the wet standards are listed for the purpose of facilitating the selection of parallel materials that are equal, not only in quality and composition but also in physical and chemical behavior after aging in the finished product. (2) After proposed brand names and types of raw materials by the City of Austin, no substitution will be allowed during the manufacture without prior agreement with the City. It shall be the responsibility of the Contractor to utilize materials that not only meet the individual raw material specification, but that also produce a coating that meets the specific formula requirements. (4) Ail materials required to meet TxDoT, Federal and ASTM specifications must meet the latest specification as indicated on the Drawings in effect on the date of the proposal or invitation to bid. (b) Pigments (1) Titanium Dioxide: Titanium Dioxide shall meet ASTM D-476, Type 11 requirements. (3) (2) Yellow Pigment: In addition to the requirements identified above, evidence shall be provided that the infrared spectrum matches the standard spectrum on file with TxDoT's Construction Division, Materials Section (CSTM) (3) Calcium Carbonate: Calcium Carbonate shall conform to ASTM D -1199, Type GC, Grade I, with a minimum of 95% CaCO and Type PC, with a minimum of 98% CaCO 86OS 05/23/00 Page 3 Pavement Marking Paint Acrylic Traffic Emulsion Characteristic Values Solids Content 49.5 to 50.5 Viscosity, #2 Spindle, 60 rpm, 77 (25 ° C), cps 250 maximum pH 10.0 to 10.6 Film appearance, 3 mil (75 µm) dry Smooth, clear, continuous PRESENT VERSION: 05/23/00 860S 05/23/00 Previous Version: 9/29/99 (c) Acrylic Traffic Resins: The acrylic traffic resin shall be similar and equal to the standard sample submitted by the manufacturer. The resin shall be approved prior to the contract award for the proposed use of the pavement paint. In addition to the requirements identified above, evidence shall be provided that the infrared spectrum matches the standard spectrum on file with TxDot's Construction Division, Materials Section (CSTM) (d) Miscellaneous Materials: These materials shall be similar and equal to the standard sample submitted by the vendor. The specific materials shall be approved prior to the contract award for the proposed use of the pavement paint. 1) Dispersant Byk 156 Tamol 850 Colloids 226/35 2) Surfactant Triton X -405 " Colloids CA -407 3) Defoamer Foamaster 111 Drew 493 Colloids 654 4) Hydroxy Ethyl Cellulose Natrosol 250 HBR Bermocoll E431FQ Cellosize QP - 30,000 5) Coalescent Texanol Exxate 1200 6) Preservative Troysan Dowicil 75 Nuosept101 7) Methyl Alcohol ASTM D -1152, 1.3320 maximum (e) Standard Formulae: The following tables represent the Standard Formulae to be followed by the manufacturer when manufacturing paint to be used by the Contractor on City of Austin paint striping contracts.- Page 4 Pavement Marking Paint 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YPT -11 - LEAD FREE YELLOW TRAFFIC PAINT Component Pounds Kilograms Acrylic Emulsion, 50% Solids, Fastrack 2706 540 245. Coalescent, Texanol 20 9.1 C.I. Pigment Yellow 65, Sunglow Yellow 1244 30. 13.6 Titanium Dioxide, Rutile, Type II, Tiona RCL- 9( * **) 20. 9.1 Calcium Carbonate, Type PC, Mississippi M -60 150 68. Calcium Carbonate, Type GC, Hubercarb M -4 450 204.1 Hydroxy Ethyl Cellulose, Natrosol 250 HBR ( *) 0.5 0.2 Defoamer, Foamaster 111 • 5. 2.3 Dispersant, Colloids 226/35 '9. 4.1 Surfactant, Triton X -405 2. 0.9 Methyl Alcohol 30. 13.6 Preservative, Troysan 192 2. 0.9 Water, Potable (• *) 18. ** 8.1•` TOTALS 1276.5 579.0 WPT - 11 - LEAD FREE WHITE TRAFFIC PAINT Component Pounds Kilograms Acrylic Emulsion, 50% Solids, Fastrack 2706 540. 245. Coalescent, Texanol 20. 9.1 Titanium Dioxide, Rutile, Type II, Tiona RCL -9 100. 45.4 Calcium Carbonate, Type PC, Mississippi M -60 150. 68. Calcium Carbonate, Type GC, Hubercarb M -4 440. 199.6 Hydroxy Ethyl Cellulose, Natrosol 250 HBR (') 0.5 0.2 Defoamer, Foamaster 111 5. 2.3 Disapersant, Colloids 226/35 9. 4.1 Surfactant, Triton X-405 • 2. 0.9 Methyl Alcohol 30. 13.6 Preservative, Troysan 192 2. 0.9 Water, Potable (**) 18." 8.1" TOTALS 1316.5 597.2 1 1 1 1 1 1 1 1 1 1 1. 1 1 1 1 1 1 PRESENT VERSION: 05/23/00 860S 05/23/00 Formula: White Traffic Paint Previous Version: 9/29/99 ( *) ('7 The Hydroxy Ethyl Cellulose amount may be varied up to two (2) pounds [0.9 kilograms]. Only 10 pounds (4.5 kilograms) shall be used in the actual manufacture of the pavement paint. The remaining 8 pounds (3.6 kilograms) shall be used as a drum float. Formula: Yellow Traffic Paint Page 5 Pavement Marking Paint Item Requirements Grind Particles: 4 minimum, 8 maximum (fxDoT Test Method Tex - 806 -B) Gallon Weight: ± 0.10 lbs. of theoretical gallon weight (Liter mass:) (t 0.012 kilograms of theoretical liter mass) Consistency: 80 to 90 K.U. PH: a minimum of 9.6 Skinning: No skinning within 48 hours (TxDoT Test Method Tex - 811 -B) PRESENT VERSION: 05/23/00 (* (") (f) Container and Marking 1) Shipment Shipment shall be made in suitable, strong, well - sealed containers that meet this specification, State of Texas, and federal requirements and are sufficiently sturdy to withstand normal shipping and handling. 2) Drum Package Requirements. The paint shall be provided in a new, serviceable, non - leaking, 55 gallon (209 liter) lined, steel drum meeting all applicable federal regulations. Drums are to be non - retumable with full I'emovable heads, three (3) rolling hoops and 12 gauge locking rings with 5/8 inch (15.9 millimeter) locking nut bolt. The nominal metal thickness is to be 0.044 inch (1.1 mm). Each drum is to be equipped with a natural sponge - rubber cord, high - density gasket. The rubber shall be approximately 0.4375 inch (10.9 mm) thick. The gasket, when compressed, shall produce an airtight closure when the drum is sealed. When a locking nut is used on drum rings, the locking nut shall be in a non - locking position while tightening the ring. After the ring is tight, the locking nut shall be secured in the locking position. A seal shall be affixed to each drum in a manner that the contents of the drum cannot be adulterated without destroying the seal. 3) Bucket Packaging Requirements: Paint is to be fumished in new 5 gallon (19 liter) lined, 24 gauge steel, non - leaking buckets. 860S 05/23/00 uf,.nti3O1 mfiE 4 i Additional Criteria for Pavement Paint Previous Version: 9/29/99 The Hydroxy Ethyl Cellulose amount may be varied up to two (2) pounds [0.9 kilograms] Only 10 pounds (4.5 kilograms) shall be used in the actual manufacture of the pavement paint. The remaining 8 pounds (3.6 kilograms) shall be used as a drum float. Titanium Dioxide, Rutile, Special, Hilox will be allowed as a substitute in the YPT -11 formula only. 4) Filling Instructions: The paint drums will be filled at 54.5 gallons (206.4 liters) by weight (mass) with a water float of 0.53 gallons (2.0 liters). The paint buckets will be filled at 4.95 gallons (18.75 liters) by weight (mass) with a water float of 0.05 gallons (0.18 liters). 5) Labeling: Finished paint product containers and cases shall be plainly and securely labeled with: a) City of Austin b) Name and designation of the product, r c) Requisition number, d) Batch number, e) Manufacturing date, Page 6 Pavement Marking Paint 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1. 1 1 1 1 1� 1 1� 1 PRESENT VERSION: 05/23/00 Previous Version: 9/29/99 f) Gross weight, and g) Manufacturer's name. Labeling shall be prominently displayed on the sides of containers and cases and must be moisture resistant to withstand outdoor storage for a minimum of one year. When the finished product is palletized for shipment, the labels shall be displayed on the outside fore easy identification. Once the finished product has been labeled properly, the label shall not be modified or changed in any manner without specific approval from the City of Austin. (Note: The material manufacturer shall supply a Materials Safety Data Sheet to comply with OSHA's `Hazard Communication Standard 29 CFR 1;1910.1200`). 860S.4 Construction Methods The Contractor shall use a crew, that is experienced in the work of installing pavement markings and in the necessary traffic control for such operations on the roadway surface, and shall supply all the equipment, personnel, traffic control and materials necessary for the placement of the pavement markings as indicated on the Drawings or directed by the Engineer or designated representative. All work shall conform to the current edition of the Texas Manual of Uniform Traffic Control Devices (TMUTCD), The City of Austin Transportation Criteria Manual, Standard Details 804S -3C and 804S -3D, and this standard specification item. The pavement surface to receive the pavement markings shall be thoroughly cleaned of all dirt, organic growth or other material that will prevent adhesion of the paint to the roadway surface. The pavement markings shall be placed in the proper alignment with guides established on the roadway. Deviation from the alignment established shall not exceed 2 inches (50 millimeters) and in addition, the deviation in alignment of the markings being placed shall not exceed 1 inch per 200 feet (25 millimeters per 30 meters) of roadway nor shall any deviation be abrupt. When deemed necessary by the Engineer or designated representative, the Contractor, at his expense, shall place any additional pilot markings required to facilitate the placement of the permanent markings in the alignment specified. Any and all additional markings placed on the roadway for alignment purposes shall be temporary in nature and shall not establish a permanent marking on the roadway. Materials used for pilot markings and equipment used to place such markings shall be approved by the Engineer or designated representative. Paint markings on the roadway that are not in alignment or sequence as indicated shall be totally and completely removed by any effective method approved by the Engineer or designated representative, except that grinding will not be permitted. • Paint shall be applied at a rate of not less than 15 gallons nor more than 20 gallons per mile of solid 4 inch stripe (not less than 35 liters nor more than 45 liters per kilometer of solid 100-mm stripe). Application rate for solid 8 -inch (200 -mm) stripe shall be between 30 and 40 gallons per mile (between 70 and 90 liters per kilometer). (These rates yield wet film thickness from 15 to 20 mils [ 0.4 to 0.5 mm].) Beads shall be applied to the paint markings at a uniform rate sufficient to achieve the retroreflective characteristics specified when observed conforming to TxDoT Test Method 860S 05/23/00 Page 7 Pavement Marking Paint PRESENT VERSION: 05/23/00 860S.6 Measurement Previous Version: 9/29/99 Tex - 828 -B. All markings placed shall have uniform and distinctive retroreflective characteristics. Applied markings shall be protected from traffic until they have dried sufficiently so as not to be damaged or tracked by normal traffic movements. 860S.5 Equipment Paint striping equipment used to place 4 inch (100 mm) solid or broken lines shall have the capability of placing a minimum of 60,000 linear feet (18 300 lineal meters) of marking per working day. Equipment used for placing markings in widths other than 4 inches (100 mm) shall have capabilities similar to 4 inch (100 mm) marking equipment and shall be capable of placing linear markings up to 8 inches (200 mm) in width in 1 pass. The equipment shall be maintained in satisfactory operating condition. The equipment shall be equipped so that one 4 -inch (100 -mm) broken line and either 1 or 2 solid lines can be placed at the same time in alignment and spacing as indicated on the drawings. Four inch (100 mm) marking equipment will be considered as unsatisfactorily maintained if it fails to attain an average hourly placement rate of 7000 linear feet (2 100 linear meters) in any 5 consecutive working days of 7 hours or more. The equipment shall be equipped with an automatic cutoff device (with manual operating capabilities) to provide clean, square marking ends and to provide a method of applying broken line in a stripe to gap ratio of 15 to 25. The length of the stripe shall not be Tess than 15 feet nor longer than 15.5 feet (less than 4.5 meters nor longer than 4.7 meters). The total length of the stripe -gap cycle shall not be less than 39.5 feet nor longer than 40.5 feet (less than 12 meters nor longer than 12.3 meters) in variance from one cycle to the next nor shall the average total length of a cycle for a road mile (1.6 kilometer) of broken line exceed 40.5 feet or be less than 39.5 feet (exceed 12.3 meters or be less than 12 meters). The equipment shall be capable of placing lines of all widths with clean edges and of uniform cross section. Four -inch (100 -mm) lines shall be 4 inches (100 mm) plus or minus 1/8 inch (3 mm). Eight inch (200 mm) lines shall be 8 inches (200 mm) minimum and 81/4 inches (210 mm) maximum in width. The equipment shall be equipped with an outrigger or outriggers as required to place edge - lines as called for in the plans. The equipment shall be equipped with traffic glass bead dispensers, 1 for each paint spray gun, placed on the equipment so that beads are applied to the paint almost instantly as the marking is being placed on the roadway surface. The traffic glass bead dispensers shall be designed and aligned so that the beads are applied uniformly to the entire s?irface of the marking. The traffic glass bead dispensers shall be equipped with automatic cutoff controls, synchronized with the cutoff of the marking equipment. Paint pots or tanks shall be equipped with an agitator that will keep the paint thoroughly mixed and may be either a pressurized or non - pressurized type., 8608 05/23/00 na: rs:NA'adra , Work for Pavement Marking Paint lines will be measured by the lineal foot (lineal meter: 1 meter equals 3.28 feet) of the various widths. Work for pavement marking, paint letter or figures will be measured by the square foot (square meter: 1 square meter equals 10.76 square feet). Page 8 Pavement Marking Paint PRESENT VERSION: 05/23/00 Previous Version: 9129/99 860S.7 Payment Work performed as prescribed by this item, measured as provided under 'Measurement', shall be paid for at the unit bid price for 'Pavement Marking Paint" per lineal foot or square foot of the various widths specified. This price shall include full compensation for fumishing all labor, tools, equipment, materials and incidentals necessary to complete the work specified. Payment will be made under one of the following: Pay Item No. 860S -A: Pay Item No. 860S -B: Pay Item No. 860S -C: Pay Item No. 860S -D: End SPECIFIC CROSS REFERENCE MATERIALS Specification Item 860S "Pavement Marking Paint (Reflectorized)" Texas Department of Transportation: Designation Description Tex 801 -B Tex 806 -B Tex -810 -B Tex -811 -B Tex -822 -B Tex -826 -B Tex -828 -B Tex -830 -B Tex -831 -B Tex -832 -B Per Lineal Foot. Per Square Foot. Per Lineal Foot. Per Square Foot. 860S 05/23/00 Pavement Marking Paint, _ In. Pavement Marking Paint Pavement Marking Paint (Reflectorized), _In. Pavement Marking Paint (Reflectorized) Manual of Testing Procedures Testing Coatings and Related Materials Method for Determining Grind and Oversize Pigment Particles Test Method for Color and Color Stability of Opaque Colored Pigments Skinning Characteristics of Coatings Method for Determining Refractive Index of Glass Beads Water Absorption Test of Beads Determining Functional Characteristics of Pavement Markings Method for Sampling Traffic Stripe Beads Method for Determining The Gradation of Glass Traffic- Stripe Beads Methods for Determining the Roundness of Glass Spheres Texas Department of Transportation: Departmental Materials Specifications Designation Description DMS -8200 Pavement Paint YPT -11 and/or WPT -11 Pavement Paint American Society for Testing and Materials (ASTM) Designation Description D 476 Specification for Titanium Dioxide Pigments D 1152 Specification for Methanol (Methyl Alcohol) with Refractive Index D 1199 Specification for Calcium Carbonate Pigments 6-23 Recommended for Operating. Light -and- Water - Exposure Apparatus.(Carbon -Arc Type) for Exposure of Nonmetallic Materials Federal Specifications - OSHA 29 CFR Designation Description 4 1910.1200 Hazard Communication Standard' City of Austin Standard Details Designation Description 804S - 3C Parking Stalls, Crosswalk, and Stop Bars 804S -3D General Notes City of Austin Transportation Criteria Manual Designation Description Section 8 Traffic Control Page 9 Pavement Marking Paint PRESENT VERSION: 05/23/00 SPECIFIC CROSS REFERENCE MATERIALS Specification Item 860S "Pavement Marking Paint ( Reflectorized)" Previous Version: 9/29/99 State of Texas Manual on Uniform Traffic Control Devices for Streets and Highways Designation Description Part III Markings Part VI Traffic Controls for Street and Highway Construction, Maintenance, Utility and Incident Management Operations Part VI, Article D Markings Part VI, Article F Control of Traffic Through Work Areas RELATED CROSS REFERENCE MATERIALS Specification Item 860S 'Pavement Marking Paint ( Reflectorized)" City of Austin Standard Specifications Designation tem No. 863S tem No. 864S tem No. 865S tem No. 866S tem No. 867S tem No. 870S tem No. 871 S tem No. 872S Description Reflectorized Pavement Markers Abbreviated Pavement Markings Non - Reflectorized Traffic Buttons Jiggle Bar Tile Epoxy Adhesive • Work Zone Pavement Markings Reflectorized Pavement Markings Prefabricated Pavement Markings tem No. 873S Raised Pavement Markers tem No. 874S Eliminating Existing Pavement Markings and Markers tem No. 875S Pavement Surface Preparation For Markings Texas Department of Transportation: Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Designation . Description Item No. 662 Work Zone Pavement Markings Item No. 666 Reflectorized Pavement Markings Item No. 667 Prefabricated Pavement Markings Item No. 672 Raised Pavement Markers Item No. 677 Eliminating Existing Pavement Markings and Markers Item No. 678 Pavement Surface Preparation For Markings Texas Department of Transportation: Manual of Testing Procedures Designation Description Tex -829 -B Method For Measuring Pavement Temperature American Society for Testing and Materials (ASTM) Designation Descri ption D -235 Specification for Mineral Spirits D -362 Specification for Industrial Grade Toluene D -600 Specification for Liquid Paint Driers D -605 Specification for Magnesium Silicate Pigment (Talc) D -740 Specification for Methyl Ethyl Ketone D - 1210 Test Method For Fineness Of Dispersion Of Pigment - Vehicle Systems 660S 05/23/00 Page 10 Pavement Marking Paint 7.0 PLANS, DETAILS AND NOTES CONSTRUCTION SEQUENCE GENERAL LOCATION MAP AND GENERAL NOTES CONSTRUCTION SEQUENCE 1. Install erosion controls and tree protection at a particular work location prior to other work in said location. 2. Barricade from use and construct V.I.P. and Lakeside parking lots up to final paving. Open the lots for use. 3. Upon completion of item 2, construct items in south portion (area currently paved) of Lakeside Pavilion parking lot, barricading from use areas as work requires. Complete south portion of the lot up to final base course or final paving, at the contractor's discretion, and open the lot for use. 4. Upon completion of item 3, barricade from use and construct north portion (area currently unpaved) of Lakeside Pavilion parking lot. Move existing trash dumpsters to accessible location as approved by the engineer. Complete north portion of the lot up to fmal base course or final paving, at the contractor's discretion. 5. Provided no final paving has occurred, perform any final blading or sweeping and working on final base course and place prime coat on finished base. Provide cones or other measures to protect primed areas in south portion of Lakeside Pavilion lot which is to remain open for use after priming. 6. Provided no final paving has occurred, construct RMAC surface beginning with the north portion of the Lakeside Pavilion lot, then the south portion of said lot, providing tack coat is required. 7. Backfill and grade around all parking lots as appropriate. 8. Install posts and cable as directed around all parking lots. 9. Revegetate all disturbed and exposed areas due to parking lot construction. 10. Construct Chisholm Trail improvements. Construction of Chisholm Trail improvements may be simultaneous with Old Settlers Park parking lots construction provided that it is demonstrated to the Engineer's satisfaction, prior to commencing on Chisholm Trail, that the contractor has sufficient personnel, equipment, etc. to diligently progress to completion in both areas and without impeding the parking lot improvements. 11. Upon completion of item 10, construct Orion improvements. NOTE: Orion Improvements shall not be constructed until after the end of the spring school semester. The owner will suspend the contract time if items 2 -10 are completed prior to the end of the spring school semester, and re -start the contract time once school is out. The improvements to Orion must be completed prior to the beginning of the fall school semester. PDN -1 CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS VICINITY MAP GENERAL NOTES 1. All construction shall be in accordance with the City of Austin Standard Construction Specifications as adopted and amended by the City of Round Rock. 2. If blasting is planned by the Contractor, a blasting permit must be secured from the City of Round Rock prior to commencement of any construction. 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 disturbed, that are damaged or removed shall be repaired or replaced by the Contractor at no cost to the Owner. 4. The Contractor shall verify all depths and locations of existing utilities prior to any construction. Any discrepancies with the construction plans found in the field shall be brought immediately to the attention of the Engineer. 5. Manhole frames, covers, valves, cleanouts, etc. shall be raised to finished grade prior to final paving construction. 6. The Contractor shall give the City of Round Rock 48 hours notice before beginning each phase of construction. Telephone 218 - 5555 (Public Works Department). 7. All areas disturbed or exposed during construction shall be revegetated in accordance with the plans and specifications. Revegetation of all disturbed or exposed areas shall consist of sodding or seeding, as shown on the plans. However, the type of revegetation must equal or exceed the type of vegetation present before construction unless otherwise requested by the property owner. 8. 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. 9. The Contractor and the Engineer shall keep accurate records of all construction that deviates from the plans. The Engineer shall furnish the City of Round Rock accurate "As- Built" drawings following completion of all construction. These "As- Built" drawings shall meet with the satisfaction of the Public Works Department prior to final acceptance. 10. The Round Rock City Council shall not be petitioned for acceptance until all necessary easement documents have been signed and recorded. 11. When construction is being carried out within easements, the Contractor shall confine his work to within the permanent and any temporary easements. Prior to PDN -3 final acceptance, the Contractor shall be responsible for removing all trash and debris within the permanent and temporary easements. Clean up shall be to the satisfaction of the Engineer. 12. Prior to any construction, the Contractor shall apply for and secure all proper permits from the appropriate authorities. PDN-4 CHISHOLM TRAIL NORTH IMPROVEMENTS PDN -5 Chisholm Trail Improvements Generally speaking, the improvements to Chisholm Trail will start approximately 200 feet north of the centerline of Wolle Lane and extend north approximately 3,650 feet to the Chisholm Trail/IH 35 intersection. Between the starting point and approximately 3,100 feet north of the starting point (where Chisholm Trail turns east) the road will be 24 feet wide and continuing to the IH 35 frontage road, the road will be 22 feet wide. 1. Beginning 200 feet north of the centerline of Wolle Lane (saw cut existing pavement) to a point (Point A) approximately 570 feet north of said centerline (just north of Calcasieu driveway), the road shall be excavated to allow for installation of a machine -laid 8" Type A or B HMAC base course, constructed in two lifts on the properly compacted subgrade, across a width of 25 feet. The west edge of the excavation shall be generally 6" west of the existing west edge of pavement. A final machine -laid 2" Type D HMAC surface course of 24 foot width shall be constructed on top of the HMAC base course. The finished elevation of the Type D HMAC surface course shall be approximately 2" above the existing edge of pavement and the road shall have a 2% crown sloping from the new road centerline to the pavement edges. The existing Calcasieu driveway shall not be disturbed and the final HMAC surface course shall be extended over said driveway to match the edge of pavement line north and south of the driveway. Excavation and installation of Type A or B HMAC base course shall be provided at driveway comers to facilitate trucks turning in and out of the driveway after construction of the improvements. The excavation and base course installation width shall be increased to 28 feet from 50 feet south to 50 feet north of the Calcasieu driveway centerline. A 20 foot long transition shall be provided at either end for the widening. The widening and transition in the area of the Calcasieu driveway shall be all on the east side of the road and will not receive a final Type D HMAC surface course. 2. From Point A extending north to a point (Point B) approximately 2,700 feet, the road shall be excavated to allow for installation of a 4" Type A or B HMAC base course on properly compacted remaining subgrade across a width of 25 feet. The west edge of the excavation shall generally be 6" west of the existing west edge of pavement. A final 2" Type D HMAC surface course of 24 foot width shall be constructed on top of the base course. The finished elevation of the Type D HMAC surface course shall be approximately 2" above the existing edge of pavement and the road shall be crowned at 2% from the new road centerline to the pavement edges. Existing driveways in this area shall not be excavated and the final surface course shall be extended as appropriate over existing driveways to match the edge of pavement lines north and south of each ,driveway. The excavation and base course width shall be increased to 28 feet from 50 feet south to 50 feet north of the northem -most American Freightways driveway centerline. This width increase will be similar to width increase described for Calcasieu in "1" above. 3. From Point B to the IH 35 frontage road, the road shall be constructed as described in "2" above except as follows. The width of excavation and Type A or PDN-6 B HMAC installation shall be 23 feet and the width of final 2" Type D HMAC surface course shall be 22 feet. A transition between road widths shall be made in the vicinity of where Chisholm Trail turns from a north -south direction to an east - west direction, and as determined in the field by the Engineer. The driveway at the northwest corner of said turning point shall be over - excavated and a slight swale constructed in said driveway to drain the ditch along the west side of Chisholm Trail to the north and east. Furthermore, in the same vicinity the road shall be over - excavated and a slight swale constructed across the road to drain the ditch along the east side of Chisholm Trail to the north. Specifics of said swales shall be constructed with appropriate transitions and shall be suitable for vehicular traffic passing over them. At IH 35, a saw cut shall be made between the existing frontage road and existing Chisholm Trail prior to excavation. Bid Item for "Ditch Grading, including Erosion Matting" shall consist of re- grading and re- shaping of the roadside ditch along the east side of Chisholm Trail from the starting point 200' north of the centerline of Wolle Lane, to approximately 1,000 feet north of said starting point. The ditch in this area shall have a maximum 6 horizontal to 1 vertical sideslope beginning at the edge of Type A HMAC constructed, a four foot bottom width and a maximum 3 horizontal to 1 vertical sideslope on the "private property" side of the ditch. All existing scrub trees, old fences, etc. shall be removed in the area of this ditch. Re- grading and re- shaping of roadside ditches along both sides of Chisholm Trail shall also be provided near the point where the road turns from a north -south orientation to an east -west orientation in order to facilitate drainage to and away from the swales discussed in "3" above. All ditches shall be graded with adequate slope (0.5% absolute minimum, 1% minimum preferred) to avoid ponding. Silt fences shall be installed at the downstream end of all sections of ditches to be graded. Erosion matting, American Excelsior QUICKGRASS, or approved equal, shall be placed over the side slopes and bottom of the graded ditches and properly installed and anchored in accordance with the manufactured specifications over properly prepared, fertilized and seeded area. All side slopes and ditch bottoms shall be properly compacted. This item shall be measured by the linear foot and shall include but not be limited to: all excavation, grading, shaping, tree removal, old fence removal, silt fencing, and erosion matting. Bid Item for "Restoration and Revegetation" shall be measured by the square yard and shall consist of removing any old pavement or unsuitable material outside the edge of the HMAC base course, dressing and/or grading from the edge of HMAC base course to existing ground, providing topsoil as necessary and seeding all exposed soil areas. Bid Item for "Thermoplastic Pavement Markings" shall be measured by the linear foot of 4" width, regardless of color. This item shall consist of constructing a white 4" stripe at both pavement edges along the constructed road and a single 4" yellow stripe along the road centerline. Bid Item for "Traffic Control" shall be measured and paid for as a lump sum. During construction, the contractor shall provide and maintain all signage, PDN -7 markings, eta to make the road a one -way road (northbound) from Wolle Lane to III 35, as well as providing and maintaining all signage, markings, etc. in and around the construction area. The improvements shall be constructed in basically three phases: the first phase shall be constructing the west half of the road up to base course, restoration and revegetation, while maintaining traffic on the east side; the second phase shall be constructing the east half of the road up to base course, ditch grading, restoration and revegetation, while maintaining traffic on the west half; and the third phase shall be constructing, in halves, the surface course, striping and touch -up work. PDN -8 ORION STREET IMPROVEMENTS PDN -9 ORION STREET IMPROVEMENTS Generally speaking, the improvements to Orion Street will be from its intersection with Chandler Road to just south of its intersection with Satellite View. The improvements consist of removing and replacing the majority of the curb and gutter between Chandler road and Satellite View along with some spot repair south of Satellite view, removal and replacement of valley gutters or portions thereof, removal and replacement of the majority of the sidewalk along the east side of Orion between Chandler road and Satellite View, removal of curb ramps and replacement with TAS compliant ramps, milling the existing pavement and providing a 2" to 3" HMAC overlay within the limits of the area. A short piece of 18" RCP storm sewer and area inlet will be installed for the standpipe overflow near the northwest corner of Orion and Satellite View. A plan view of the area with various instructions is included at the end of this section. Bid Item for "Remove and Replace Concrete Curb and Gutter" shall consist of saw cutting and removing the existing curb and gutter, excavating to a minimum depth of 8" below the bottom of the curb across a width of 5' (from 18" behind the curb to 18" in front of the gutter), compacting the remaining subgrade, installing an 8" minimum Type A or Type B HMAC base course (constructed in two lifts), and replacing the curb and gutter. Backfill on the pavement side of the curb at gutter shall be with Type A or B HMAC up to pavement level at the edge of excavation and 2" below the lip along the gutter. Where the curb and gutter requires elevating at existing depressions, the elevation shall be accomplished by increasing the thickness of the Type A or B base course. The new curb and gutter shall be graded to drain properly and shall slope no less than 0.4% unless otherwise directed by the Engineer. The new curb and gutter shall be doweled into the existing curb and gutter at both ends of the repair section. Tooled joints shall be provided at 10' o.c. and expansion joints at 40' o.c. At driveways that are not planned for removal, the joint between the old curb and gutter and the driveway shall be sawed prior to removing the curb and gutter. Excavation 18" behind the curb will not be required at driveways not planned for removal. The new curb and gutter at driveways not planned for removal shall be of laydown section and shall be doweled into said driveways with #4 bars @ 18" o.c. Steel plates shall be provided at driveways as necessary to allow residents /users to use driveways outside working hours. Said plates shall be properly cushioned so as not to scar existing driveways. Coordination with residents, the City and the school shall be required during construction of driveways. Payment shall be made under the item: "Remove and Replace Concrete Curb and Gutter ", measured by the linear foot, and shall include all work including but not limited to: removal, excavation, compacting subgrade, installation of Type A or B HMAC base course, saw cutting, installing new curb and gutter, plating, doweling, expansion joints, control joints, backfill behind the curb and Type A or B HMAC backfill on the pavement side,of the gutter. Bid Item for "Remove and Replace concrete Valley Gutter: shall consist of saw cutting and removing the existing Valley gutter, excavating to a minimum depth of 4" below the bottom of the valley gutter, compacting the remaining subgrade, installing a 4" minimum Type A or Type B HMAC base course, and replacing the valley gutter. Excavation and base course shall extend a minimum of 18" behind any curb and a minimum of 18" into Orion Street pavement. Backfill in paved areas shall consist of Type A or B HMAC up to pavement level at the edge of excavation, and approximately 2" below lip of valley PDN -10 gutter. In other areas where pavement is not planned for removal, the asphalt pavement/valley gutter interface shall be sawed prior to valley gutter removal. Steel plates shall be provided for traffic outside working hours. Coordination with the City and school shall be required prior to closing any intersection. Payment shall be made under the item: "Remove and Replace Concrete Valley Gutter ", measured by the square foot, and shall include all work including but not limited to: removal, excavation, compacting subgrade, installation of Type A or B HMAC base course, saw cutting, installing new concrete valley gutter, plating, doweling, expansion joints, backfill behind curbs and Type A or B HMAC backfill in paved areas. Bid Item for "Remove and Replace Concrete Driveway" shall consist of removing the existing driveway, saw cutting as necessary, excavating, adjusting and compacting the subgrade to conform to appropriate grade and replacing the concrete driveway. Payment for "Remove and Replace Concrete Driveway", measured by the square foot, shall include all work including but not limited to: removal, compacting and adjusting subgrade, saw cutting, doweling, installing new concrete driveway, expansion joints, tooled joints and backfill. Bid Item for "Remove and Replace Concrete Sidewalk shall consist of removing the existing sidewalk, excavating, adjusting and compacting the subgrade to conform to the appropriate grade and replacing the concrete sidewalk. Note that the sidewalk along the east side of Orion will be relocated from abutting the curb to 4' away from the curb. Payment for "Remove and Replace Concrete Sidewalk ", measured by the square foot of sidewalk installed, shall include all work including but not limited to removal (regardless of the square footage to be removed), excavation, adjusting and compacting subgrade, saw cutting, installation of said cushion, installation of new concrete sidewalk, doweling, expansion joints, tooled joints, and backfill. Bid Item for "Pavement Repair" shall consist of saw cutting, excavating the existing pavement to a depth of 8 ", compacting the remaining subgrade, installing in two lifts a Type A or B HMAC base course up to level of existing pavement. Actual areas to be repaired will be marked in the field by the Engineer. Generally speaking, no repair area will be less than 25 square yards. Payment for "Pavement Repair", measured by the square yard, shall include all work including but not limited to: saw cutting, excavation, compacting subgrade and installing Type A or B HMAC up to level of existing pavement. Bid item for "Pavement Milling" shall be measured and paid for by the square yard and shall extend from a depth of 2" at gutter lips tapering to 0" at 7' from gutter lips. The Contractor shall exercise care in milling near gutter lips to avoid scarring or chipping the gutter. Concrete damaged by the milling operation shall be repaired or replaced by the Contractor at his sole expense. Milling shall be provided transversely across the street at extreme ends of the entire area to be milled. Bid Item for "Thermoplastic Pavement Markings" shall be measured and paid for by the equivalent length of 4" width stripe, per linear foot. Markings for this project include 3- 12" stop bars, 1 -24" school zone delineation stripe and 2 crosswalks. PDN -11 Bid Item for "Grading, Restoration and Block Sod revegetation of disturbed and exposed areas" shall be measured by the square yard and shall include providing and installing topsoil, grading the areas to appropriate lines and elevations and providing and installing block sodding over the entire area to be revegetated. Sod shall be "in kind" with the yard or area being revegetated (St. Augustine sod in yards that are predominantly St. Augustine, Bermuda sod in other areas.) Bid item for "Traffic Control" shall be measured and paid for as a lump sum. During construction, the contractor shall provide and maintain all signage, markings, etc. to make Orion Street closed to through traffic from Chandler road to Satellite View, while maintaining access for Local residents, as well as providing and maintaining all signage, markings, etc. in and around construction areas. PDN -12 LL PAVEMENT REMOVE AND REPLACE PORTION OF CONCRETE VALLEY GUTTER 0' INLET INSTALL INLET PROTECTION REMOVE`A10 REPLACE CONCRETE CURB AND CUTTER BETWEEN CURB INLETS REMOVE IX15T4110 5' SIDEWALK REMOVE AND REPLACE CONCRETE ABUTTING CURB AND CONSTRUCT DRIVEWAY. ENSURE MAXIMUM 20 4' WIDE CONCRETE SIDEWALK 4' SLOPE IN SIDEWALK AREA 001 BACK OF CURB ORION STREET _ 9 9 1 „" � o✓✓✓ 40 11 - ” ✓ ✓✓ ✓✓/// ✓/ ✓/11211" ✓ ✓�� ✓ ✓ ✓ ✓/ ✓/// ✓ ✓47 .1✓// -1�jr ....ar i��� ✓��� ✓ /� ✓ ✓ / /A✓ ✓ ✓�. �QWir d'' A✓✓✓✓ A✓✓✓✓ �r � ✓ ✓ ✓ ✓��� ✓ / /� / / / / ✓ ✓ / / / ✓ / / / / / / % 111111111111111. IIIIIIIIMMIIMAININT. EXISTING Tall BOXES �. . _ dr /.' / / /AV✓✓ ✓ / Ar // AMY /LIf ✓Ardr .47 ATI // ✓.4/ AV" ✓.// ✓��0�� / ��% ✓L// . II / ✓ ✓Gr ✓1.�� Ate ✓�� ✓ ✓ /%���� ✓ ✓ // 'I �i� uAT A" Vt. AMENS MATCH D SANG T EVAPON ` EXISTING tf if ELEVATION IC II 15' I 01ET INSTALL INLET POOTECRO REMOVE AND REPLACE CONCRETE CURB MID CURER I REMOVE 1410 REPLACE CONCRETE ORNEWAY Cn REMOVE AND REPLACE CONCRETE SDEWALK REMOVE AND REPLACE PORTION OF CONCRETE VALLEY GUTTER REMOVE AND REPLACE APPROXIMATELY 30 1.F. OF CONCRETE CURB AND GUTTER REMOVE AND REPLACE APPROXIMATELY BB S.F. OF CONCRETE SIDEWALX REMOVE EXISTING CURB RAMP AND INSTALL TAS COMPLIANT RAMP. REMOVE AND REPLACE SIDEWALK TO MATCH RAMP AS NECESSARY. REMOVE AND REPLACE APPROXIMATELY B5 LF. OF CONCRETE CURB AND CUTTER NOMINAL 2" H MAC. OVERLAY REMOVE AND REPLACE CONCRETE SIDEWALK AND IXISTING RAMP CONSTRUCT 1A5 COMPLIANT RAMP AND NEW CONCRETE SIDEWALK. TRANSITION 2" AND 3" OVERLAY SCALE: 1' =60' NOMINAL 2" 14 MAC OVERLAY AT CUTTER TO NOMINAL 3" H MAC OVERLAY AT CROWN (LEVEL UP AS NECESSARY TO ACHIEVE MAXIMUM 2" FINAL H MAC. 01T) ( REMOVE AND REPLACE CONCRETE 0011EY CUTTER 5' INSTALL INLET INLET PROTECTION I NSTALL APPROXIMATELY 45 LF. OF 10' RCP. 00500 OF PAVEMEN T TO ILOWUNE) ! INSTALL 001050 H CONCRETE PRODUCTS 3' -0' X 3' -0' OUIKSET GRATE INLET WITH Kea STEEL GRATE. OR APPROVED EQUAL IN EXISTING CONCRETE FLUME REMOVAL OF FLUME TO ORION CURB AND REPAIR OF FLUME NEAR INLET SHALL BE SUBSIDIARY TO PRICE BIO FOR INLET. W TRANSRION BETWEEN 2 "AND 3 OVERLAY 1 T REMOVE EXISTING CURB RAMP AND INSTAII TAS COMWLANT RAMP. REMOVE AND REPLACE SIDEWALX TO MATCH RAMP AS NECESSARY. NOMINAL 2" 11 MAC. OVERLAY COSTING DRIVEWAY TO 3924 ORION STREET ' I 3 � y u S b • PROJECT NUMBER SHEET NUMBER. PDN -13 OLD SETTLERS PARK PARKING LOT IMPROVEMENTS PDN -14 4 4 7 ACCES PARKING SPAC w/' "VANS;_; SSIBLE" PLATE. ,` ), r•. (S TEp1) LEGEND - REVISIONS 96.46 CONSTRUCT NEW PARKING LOT w/ RIBBON CURB. (SEE TYPICAL PARKING LOT SECTION). PARKING LOT STRIPING INSTALL 2 -4" SCH. 40 IRRIGATION SLEEVES 40 . 100.15 LES SSIBILITY BE ISSUE DATE: JAN. 2003 SCALE: 1"=40' 25 .LF. L'o SILT FE ►* 92.1 t CONSTRUCT DRAINAGE SCALE (SEE 'SEPARATE DETAIL) TREE PROTECTION NOTES' 1. ACCESSIBLE PARKING SPACES, ACCESS AND SIGNS SHALL COMPLY WITH TEXAS ACC STANDARDS (TAS). SURFACES OF ACCESSIB PARKING SPACES AND ACCESS AISLES SHAL GRADED WITH SLOPES OF 2%. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS V.I.P. PARKING LOT park— porking.dwg BY: RSH io:T.qI A04, ■11; ; %\. yP P.M-15 'I FGEND x 96.46 APPROX. EXIST. ELEV. x IXXJ( APPROX. EXIST. ELEV. PROP. ELEV. X XX.X PROP. ISSUE DATE: JAN. 2003 REVISIONS 99.34 98.78 9 8 CITY OF ROUND ROCK CONSTRUCT 200 LF. SILT FENCE park— parking2.dwg ,„". SCALE: 1 " =60' HARRELL PONY, POSTS AND CABLE TREE PROTECDON (TYP) • CONSTRUCT NEW 'PARKING" ,t LOT w/ RIBBON CURB,,; (SEE TYPICAL= PARKING• LOT SECTION). —4 "PVC IRRIGATION ' SLE 1. ACCESSIBLE; PARKING SPACES, ACCESS ASLES - `4ND.,SIGNS SHALL COMPLY WITH TEXAS ACCESSIBILITY STANDARDS (TAS). SURFACES OF ACCESSIBLE ..PARKING SPACES AND ACCESS AISLES SHALL BE GRADED WITH SLOPES OF 2%. �. 2. PROPOSED ELEVATIONS SHOWN ARE TOP OF ' PAVEMENT; `TOP OF RIBBON CURB OR FLOW LINE GUTTER - r OLD SETTLERS PARK PARKING LOT IMPROVEMENTS LAKESIDE PARKING LOT Cl/Re & GIFT ■ P ,J - !la 0.ANSMON WIDTH Aga, ;RIBBON CURB FROM'', Erc; OTC 24" IN APPROX. $110WEL INTO EXIST. CONC. 'AND PROVIDE EXP. JOINT_ INSTALL CONCRETE WHEEL STOP (TYR) 0ST UNE "B" CONSTRUCT NEW 1" NG LOr W/ RIBBON CURB. - 11•PIC PARKING LOT SECTION) 75 L.P. SILT FENCE :20' CONSTRUCT CONCRETE DUMPSTER PAD AND APPROACH. SWEEP EXISTING SEAL COAT SURF PROVIDE TACK AND/OR PRIME COAT AND CONSTRUCT Mast. 2" HO,4AC SURFACE UP TO LEVEL OF RIBBON CURB AND SICNEWAUC INSTALL 2-4" SCH. 40 IRRIGATION SLEEVES POST UNE "C" 11 EXCAVATE THIS AREA A MINIMUM OF 6", REMOVING EXISTING PAVEMENT AND/OR BASE. BACKFILL WITH TOPSOIL AND j REVEGETATE. C ISSUE DATE: JAN. 2003 REVISIONS SCALE: 1"=60' PARKING LOT STRIPING (TYP.)I POST UNE "A" 1. ACCESSIBLE PARKING SPACES, ACCESS AND SIGNS SHALL COMPLY WITH TEXAS SIB UTY STANDARDS (TAS). SURFACES G SPACES AND ACCESS AISLES ED SLOP, oF 2%. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS LAKESIDE PAVILLION PARKING LOT • >X.X APPROXIMATE EXISE ELEV. APPROXIMATE EXIST. ELEV. ELEV CONEPOSTht , til-LINE PPS? _ snawqm CABLE - 2.14.ranatE.0 FOR park—parking.dwg Po'l- POSTS AND CABLE AT LAKESIDE PAVILION PARKING LOT Remove and store approximately 35 posts and 350 feet of stranded cable. Post Line "A ":Install approximately 5 in -line posts at approximately 6 foot on center. Post Line `B ": Beginning at the existing sidewalk, install approximately 38 in -line posts at approximately 6' o.c. At northeast comer of finished parking lot, set a comer post. Continuing from said corner post west along north side of parking lot, install 3 posts at approximately 15' o.c. with the first of these an in -line post and the last two of these comer posts. Continuing west, install another comer post to allow for a pedestrian access of 5' clear width and continue with approximately 4 in -line posts at approximately 15' o.c., then with approximately 2 posts at approximately 9' o.c. along the curving edge of the access drive onto Harrell Pkwy, the first of these an in -line post and the last a comer post. Install approximately 125' of stranded cable between all posts along the north side of the parking lot, except at the pedestrian access. The approximately 15' of cable immediately east of the pedestrian access shall be installed in such a manner that allows for quick removal. Post Line "C ": Beginning near Harrell Pkwy. Install a corner post and continue east along south side of parking access drive with approximately 2 in -line posts at approximately 9' o.c. along curve of drive and then approximately 2 in- line posts and a comer post at approximately 15' o.c., terminating at the inside comer of the access drive and parking lot. Install approximately 60' of stranded cable entirely along post line "C ". PDN -18 POSTS AND CABLE AT LAKESIDE PARKING LOT Remove and store approximately 52 posts and 635 feet of stranded cable. Install approximately 53 in -line posts and 23 corner posts. Corner posts shall be installed on either side of the access drive at Harrell Pkwy., at all interior and exterior corners of the parking lot, at 5 pedestrian access points, at the southern terminus of the parking lot, and the two most eastern (last) posts along the north and south sides of the parking lot. Two of the pedestrian access points will be along the north side of the parking lot: one at the curb ramp to be constructed approximately 175' east of Harrell Pkwy., and one approximately 300' east of Harrell Pkwy. Two of the pedestrian access points will be along the south side of the parking lot: one approximately 190' east of Harrell Pkwy., and one approximately 360' east of Harrell Pkwy. at an inside corner of the parking lot. The fifth pedestrian access shall be at the east end of the south terminus of the parking lot. Unless otherwise directed, posts at pedestrian accesses shall be set to provide a 5' clear width. Posts along the curving entrance drive shall be set at approximately 9' o.c. and the remainder of posts set at approximately 15' o.c. Install approximately 940' of stranded cable along entire length of posts installed except at pedestrian access points. The cable immediately west of the pedestrian access at the southem terminus of the parking lot shall be approximately 15' long and installed to allow for quick removal. PDN -19 POSTS AND CABLE AT V.I.P. PARKING LOT Remove and store approximately 44 posts and 550' of stranded cable. Install approximately 24 in -line posts and 19 comer posts. Posts shall be installed similar to Lakeside Parking lot with 3 pedestrian access points. The 3 pedestrian access points will be located as follows: one along the north side of the parking lot approximately 130' east of Harrell Pkwy., one at the inside comer along the south side of the parking lot approximately 160' east of Harrell Pkwy., and one at the southern terminus of the parking lot. Install approximately 500' of stranded cable along entire length of posts installed except at pedestrian access points. The cable immediately west of the pedestrian access point at the southern terminus of the parking lot shall be approximately 15' long and installed to allow for quick removal. PDN -20 IMITS OF MEASUREMENT AND °- nATi'- innnnuniiiTnn W " I ii =ii -n iT= n= Ti'ir'n3 (TYPICAL) RIBBON CURB (TYPICAL) SEE DETAIL BELOW CLASS A' CONCRETE WITH TOOLED JOINTS 010' 0.C. AND EXPANSION JOINTS 040' 0.C. 4 • " p4 NOTES: BACKF1LL, PROVIDE TOPSOIL AND REVEGETATE. (SEPARATE PAY ITEM) 4— VARIES LIMITS OF EASUREMENT AND PAYMENT FOR 10" FLEXIBLE BASE AND 2" H.MAC. 2" H.MAC. WIDTH F:11 0:Ti =n =i nsn- u•u =u =i - u- i -u -u- n!'n'- 'n' -' ° n- ° VARIES PAYMENT FOR EXCAVATION (SEE NOTE 1) 10" FLEXIBLE BASE (SEE NOTE 2) 6" FLEXIBLE BASE UNDER RIBBON CURB PRIME COAT (SUBSIDIARY TO BID ITEM FOR 2" H.MAC.) COMPACT TOP 6" OF SUBGRADE AND FILL SECTIONS TO 95% WITH MOISTURE CONTENT OF BETWEEN -1 AND +2 PERCENT OF OPTIMUM. 4 18" 2" (TYPICAL) 06" —ra FINISH H.M.A.C. 1/8" ABOVE UP OF RIBBON CURB IF H.M.A.C. SLOPES TOWARD RIBBON CURB. OTHERWISE, FINISH H.M.A.C. FLUSH WITH RIBBON CURB. 4 • 3" #4 BARS CONCRETE RIBBON CURB DETAIL EXISTING GROUND (VARIES) H.MAC. _J1 10 (MAX.) 1. THE FOLLOWING REMS SHALL BE SUBSIDIARY TO BID ITEM FOR "EXCAVATION ": Qa THE AREA SHALL BE STRIPPED OF ALL VEGETATIVE MATERIAL, ORGANICS, SOFT SOIL AND SURFICIAL SOIL TO A DEPTH OF AT LEAST 6 INCHES BELOW EXISTING NATURAL GROUND SURFACE. © SCARIFY AND COMPACT THE CUT SUBGRADE AS PER DETAIL. 2. FIRST COURSE OF BASE SHALL BE PLACED IMMEDIATELY UPON COMPLETION OF SUBGRADE COMPACTION. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS TYPICAL PARKING LOT SECTION DWG. NO. 01 BY: J.D.V. CONCRETE RIBBON CURB PER DETAIL WITH TYPICAL PARKING LOT SECTION. SEE NOTE 1 10 (MAX.) DIRECTION OF SLOPE AS PER SHOWN ON PLAN OR AS DETERMINED IN FIELD. /-1I 2% 6" f — • d o o P . •0 .0 p CJ .: o O Fa o O. .o 0 d . O O O °cae .� . o °. •o.6 , o . :. 0 000 © OI- ....o. o , . , 0-9.... o .6 •0 0... O• Q o Q o . , c p:o o•, : o. . O • .O o. O. O • .--, C n: o A C. CM • C7• d'•. A'•C�.O O•.o CJ �'7, - oo o . o O o. 0 (Ao 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BACKFILL, PROVIDE TOPSOIL AND REVEGETATE. (SEPARATE BID ITEM) NOTES: 18" 18" 18" (SEE NOTE 2 6" FLEXIBLE BASE EXISTING PARKING LOT SURFACE 7 2" H.MAC. (SEPARATE BID ITEM) 4" FLEXIBLE BASE 1. BID ITEM FOR RIBBON CURB A" SHALL INCLUDE EXCAVATION, SUBGRADE PREPARATION, INSTALLATION OF 6" FLEXIBLE BASE SHOWN IN DETAIL, INSTALLATION OF CONCRETE RIBBON CURB AND INSTALLATION OF 4" FLEXIBLE BASE ON PARKING LOT SIDE OF RIBBON CURB. 2. IF FIELD CONDITIONS WARRANT, THE DISTANCE OF 18" SHOWN IN THIS DETAIL ON THE PARKING LOT SIDE OF THE RIBBON CURB MAY BE INCREASED BY THE ENGINEER. EXCAVATION AND INSTALLATION OF FLEXIBLE BASE IN EXCESS OF SAID 18" SHALL BE PAID FOR UNDER BID ITEMS FOR "EXCAVATION" AND "10" FLEXIBLE BASE ". ISSUE DATE: 01 - 10 - 03 REVISIONS SCALE N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS RIBBON CURB A" (LAKESIDE PAVIUON PARKING LOT) DWG. NO. 02 BY: J.D.V. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTE 1: SEPARATE BID - ITEM FOR PRIME OR TACK COAT AND H.MAC. 4" BASE 6" BASE 18" (TYP.) EXISTING EARTH AND BASE OR EXISTING BASE AND SEAL COAT IF FIELD CONDITIONS WARRANT, THE DISTANCE OF 18" SHOWN IN THIS DETAIL ON THE PARKING LOT SIDE OF THE SIDEWALK, MAY BE INCREASED BY THE ENGINEER. EXCAVATION AND INSTALLATION OF FLEXIBLE BASE IN EXCESS OF SAID 18" WILL BE PAID FOR UNDER BID ITEMS FOR "EXCAVATION" AND "10" FLEXIBLE BASE". U.O.D.: UNLESS OTHERWISE DIRECTED 7.5' OR 12.5' (MAY VARY -SEE NOTE 1 NOTE 2: #3 BARS 018" 0.C. 2% (U.O.D.) 2" SAND UNDER SIDEWALK BID ITEM FOR CONCRETE SIDEWALK "A" SHALL BE MEASURED BY THE SQUARE FOOT OF VISIBLE SURFACE AREA OF COMPLETE AND BACKFlLLED SIDEWALK AND SHALL INCLUDE THE FOLLOWING: EXCAVATION OF THIS AREA, INCLUDING REMOVAL OF SIDEWALK WHERE IT EXISTS, COMPACTING SUBGRADE, INSTALLATION OF 6" OF COMPACTED FLEXIBLE BASE, INSTALLATION OF 2" SAND CUSHION, CONSTRUCTION OF NEW CONCRETE SIDEWALK AND INSTALLATION OF 4" OF COMPACTED FLEXIBLE BASE ON THE PAVEMENT SIDE OF THE SIDEWALK. THIS EDGE OF SIDEWALK TO BE PLACED AT CLASS 'A' CONCRETE WITH Pa G c- e O.•. 4.4 SUCH ELEVATION TO ALLOW FOR INSTALLATION OF TOOLED JOINTS 05' 0.C. AND H.M.A.C. SURFACE COURSE ON PARKING LOT. EXPANSION JOINTS 040' 0.C. flNISH H.M.A.C. 1/8' ABOVE THIS EDGE. 5' OR 10' 2% (U.O.D.) SEPARATE BID ITEM FOR BACKFIWNG, PROVIDING TOPSOIL AND REVEGETATING. 10 MAX. 1 ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE SIDEWALK "A" (LAKESIDE PAVILION PARKING LOT) DWG. NO. 03 BY: J.D.V. CONCRETE SIDEWALK. 1' WIDTH VARIES. SEE DETAIL BELOW. SEE NOTE 2 agtglittaMANM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTE 1: SEPARATE BID - ITEM FOR PRIME OR TACK COAT AND H.MAC. 4" BASE 6" BASE 18" (TYP.) EXISTING EARTH AND BASE OR EXISTING BASE AND SEAL COAT IF FIELD CONDITIONS WARRANT, THE DISTANCE OF 18" SHOWN IN THIS DETAIL ON THE PARKING LOT SIDE OF THE SIDEWALK, MAY BE INCREASED BY THE ENGINEER. EXCAVATION AND INSTALLATION OF FLEXIBLE BASE IN EXCESS OF SAID 18" WILL BE PAID FOR UNDER BID ITEMS FOR "EXCAVATION" AND "10" FLEXIBLE BASE". U.O.D.: UNLESS OTHERWISE DIRECTED 7.5' OR 12.5' (MAY VARY -SEE NOTE 1 NOTE 2: #3 BARS 018" 0.C. 2% (U.O.D.) 2" SAND UNDER SIDEWALK BID ITEM FOR CONCRETE SIDEWALK "A" SHALL BE MEASURED BY THE SQUARE FOOT OF VISIBLE SURFACE AREA OF COMPLETE AND BACKFlLLED SIDEWALK AND SHALL INCLUDE THE FOLLOWING: EXCAVATION OF THIS AREA, INCLUDING REMOVAL OF SIDEWALK WHERE IT EXISTS, COMPACTING SUBGRADE, INSTALLATION OF 6" OF COMPACTED FLEXIBLE BASE, INSTALLATION OF 2" SAND CUSHION, CONSTRUCTION OF NEW CONCRETE SIDEWALK AND INSTALLATION OF 4" OF COMPACTED FLEXIBLE BASE ON THE PAVEMENT SIDE OF THE SIDEWALK. THIS EDGE OF SIDEWALK TO BE PLACED AT CLASS 'A' CONCRETE WITH Pa G c- e O.•. 4.4 SUCH ELEVATION TO ALLOW FOR INSTALLATION OF TOOLED JOINTS 05' 0.C. AND H.M.A.C. SURFACE COURSE ON PARKING LOT. EXPANSION JOINTS 040' 0.C. flNISH H.M.A.C. 1/8' ABOVE THIS EDGE. 5' OR 10' 2% (U.O.D.) SEPARATE BID ITEM FOR BACKFIWNG, PROVIDING TOPSOIL AND REVEGETATING. 10 MAX. 1 ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE SIDEWALK "A" (LAKESIDE PAVILION PARKING LOT) DWG. NO. 03 BY: J.D.V. 92.78 ■ Ego 92.27 92.57 2% MAX. 92.31 92.17 (TYP.) I 192.5811 92.58I L 92.63 9 2.23 • z APPROX. 2 FROM P.C. 2X MAX 0 91.92 91.92 91.90 91.90 REMOVE AND REPLACE APPROXIMATELY 250 SQUARE FEET OF SIDEWALK IN ACCORDANCE WITH CONCRETE SIDEWALK A" DETAIL XX.XX XX.XX SEE NOTE BELOW NOTE: 92.56 92.72 m Tb 92.81 x92.33 ±11 - APPROX. EXIST. ELEV. ' - PROPOSED ELEVATION _ 4" WHITE STRIPES ° ('TYPICAL) V4,1■.‘ 2% MAX. no ' ) 2X MAX. (TYP.) NEW RIBBON CURB "A" x INSTALL TREE PROTECTION SAW CUT EXISTING SIDEWALK, DOWEL INTO EXISTING SIDEWALK AND PROVIDE EXPANSION JOINT. (TYPICAL) ACCESSIBLE PARKING SIGNS WITH VAN ACCESSIBLE PLATES" IN ACCORDANCE WITH TAS. ACCESSIBLE PARKING SIGNS IN ACCORDANCE WITH TEXAS ACCESSIBILITY STANDARDS (TAS.) RELOCATE BARRIER POST ASPHALT TRAIL BLADE SURFACE IN AREA OF ACCESSIBLE PARKING SPACES AND IN VICINITY OF SIDEWALK REMOVAL AND REPLACEMENT AREA TO ALLOW FOR MINIMUM 2" H.MAC. OVERLAY. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: 1"..10' CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS ACCESSIBLE PARKING AREA (LAKESIDE PAVILION PARKING LOT) DWG. NO. 04 BY: J.D.V. P A.J -2I APPROXIMATELY 16' DUMPSTER APPROACH CLASS 'A' CONCRETE PARKING LOT H.MAC. AND BASE • SLOPE PER PLANS 8' DUMPSTER PAD SLOPE TO NATURAL GROUND 010:1 MAXIMUM AND REVEGETATE Y o: : a3 °:.'.r °S a W ,gib.` _ r u_n I 11 ��11��11 i�11y111j 11 "- 11 - 11 -11-11 =11 ��11-11-11f,'.- .II "- 11- II -�I -il ��ll 1=�11=�11 =�1 -11 -�1 -11� 11= 11 ��11 -11 ��11 ��11 ��11 ��11 ��11 ��11 ��11 ��11 ��11 ��11 ��11 -II PERMISSIBLE CONSTRUCTION JOINT 2% 6" NOTES: 6" BASE 2" COVER COMPACTED SUBGRADE MINIMUM 6" BASE #4 BARS 012" O.C.E.W. 2 1/2" R (TYPICAL) 1. WIDTH OF APPROACH AND PAD (DIMENSION OF SLAB PERPINDICULAR TO THIS PAGE) WILL BE APPROXIMATELY SIXTEEN FEET. 2. BID ITEM FOR CONCRETE DUMPSTER PAD AND APPROACH SHALL INCLUDE REMOVAL OF EXISTING CONCRETE PAD, IF APPLICABLE, EXCAVATION, SUBGRADE PREPARATION, INSTALLATION OF 6" FLEXIBLE BASE SHOWN IN DETAIL AND INSTALLATION OF THE PAD AND APPROACH SLABS. 3. THIS ITEM SHALL BE MEASURED AND PAID FOR BY THE SQUARE FOOT OF CONCRETE SURFACE AREA. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE DUMPSTER PAD AND APPROACH DWG. NO. 05 BY: J.D.V. EXISTING GROUND EROSION MATTING SEE PLAN FOR FLOWLINE GRADES -.. \ \ 10 10 1. MIN. EXCAVATE EXISTING GROUND. PROVIDE 4' TOPSOIL. INSTALL PROPERLY ANCHORED BIODEGRADABLE EROSION MATTING EITHER PRE - SEEDED OR OVER PROPERLY PREPARED SEED BED. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS DRAINAGE SWALE DETAIL DWG. NO. 06 BY: J.D.V. pba -26 NOTES: ISOMETRIC 1. FURNISH TWO (2) 3/4'0 IRON PINS PER WHEEL STOP, 3 -0' LONG. 2. MINIMUM REINFORCEMENT TO BE TWO EACH LONGITUDINAL j3 BARS. ISSUE DATE: 01 -10 -03 REVISIONS SCALE N.T.S. CITY OF ROUND 'ROCK OLD SETTLERS PARK PARKING LOT IMPROVEMENTS WHEEL STOP DETAIL DWG. NO. 07 BY: J.D.V. p A.J -27 GENERAL DETAILS AND TRAFFIC CONTROL DETAILS PDN -28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NON —WOVEN GEOTEXTILE FABRIC SILT FENCE. NOTES: Fri RECOMMENDED TOE —IN METHOD. (MIN.) TRENCH CROSS - SECTION FABRIC TOE —IN. STEEL FENCE POSTS. (MAXIMUM 8' SPACING) WOVEN WIRE SUPPORT. (12 -1/2 GAUGE NET BACKING) TRENCH. (BACKFILLED) 1. SILT FENCE SHALL CONFORM TO CITY OF AUSTIN ENVIRONMENTAL CRITERIA MANUAL, SECTION 1, WATER DUALITY MANAGEMENT, 1.4.2G SILT FENCE. 2. 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. 3. 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 UNE 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. 4. THE TRENCH MUST BE A MINIMUM OF 6 INCHES DEEP AND 6 INCHES WIDE TO ALLOW FOR THE SILT FENCE FABRIC TO BE WD IN THE GROUND AND BACKFILLED WITH COMPACTED MATERIAL 5. 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. 6. INSPECTION SHALL BE MADE WEEKLY OR AFTER EACH RAINFALL EVENT AND REPAIR OR REPLACEMENT SHALL BE MADE PROMPTLY AS NEEDED. 7. SILT FENCE SHALL BE REMOVED WHEN THE SITE IS COMPLETELY STABILIZED SO AS NOT TO BLOCK OR IMPEDE STORM FLOW OR DRAINAGE. 8. 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. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK _ DWG. NO. 08 BY: J.D.V. CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS SILT FENCE DETAIL Pt M -29 NOTE: DRIPUNE 10' MINIMUM IN ALL CASES UNLESS DIRECTED BY THE ENGINEER. TREE PROTECTION: FENCE SAFETY OR CHAIN -LINK FENCE SUPPORTED WITH 'T' POSTS 03' O.C., OR APPROVED EQUAL. BID PRICE FOR THIS ITEM SHALL INCLUDE REMOVAL AND RESTORATION OF POST HOLES FOLLOWING CONSTRUCTION OF ALL OTHER IMPROVEMENTS. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS TREE PROTECTION DETAIL DWG. NO. 09 BY: J.D.V. p .6.1 -30 0 SPILL AND CATCH TOP OF CURB. #4 BAR. (TYPICAL) 1 - 6" GRADE CONTROL R 3 1/2 R e 3 1/2 3' (TYP. DOWEL SUPPORTS. to R=1 /4' 24" - ipt SMOOTH DOWEL O 3,000 PSI CONCRETE. #4 BARS AND DOWEL LOCATION. (TYPICAL) 2" MIN. 16 DOWEL COATING 3 ' (TYP.) 1 /4" MINIMUM CURB EXPANSION JOINT DOWEL DETAIL GRADE CONTROL R -1 4" R 2 1/2' R - 3 1/2 (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) SPILL CURB CATCH CURB 1/2 PREMOLDED EXPANSION JOINT MATERIAL • DOWEL SLEEVE TO FIT DOWEL AND BE SECURE AND HAVE A CLOSED END. #4 BAR. (TYPICAL) NOTES: 1. ALL WORK AND MATERIAL SHALL CONFORM TO ASTM A615, A615M, C309 AND D1752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 10 -0'. 3. EXPANSION JOINTS AS PER STANDARD ASTM D -1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 40' -0" FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4" OF COMPACTED FLEXIBLE BASE BETWEEN BOTTOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18" BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE BASE UNDER AND BEHIND CURB SHALL BE (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6- INCHES). SEE PLANS FOR ADDm ONAL OR MORE STRINGENT REQUIREMENTS. 6. ALL CURBS Shall CONFORM TO THESE DETAILS INDEPENDENT OF THE CONSTRUCTION METHODS USED. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS SPILL AND CATCH CURB DETAIL DWG. NO. 10 BY: J.D.V. r�w.1_11 GRADE CONTROL Ref /4" AMU r #4 BARS AND DOWEL LOCATION. (TYPICAL) (SEE CURB EXPANSION JOINT DOWEL DETAIL BELOW) LAY DOWN CURB TOP OF CURB. 1/2" PREMOLDED EXPANSION JOINT MATERIAL 2" MIN. 16" DOWEL COATI 2" MINIMUM ■I 1 24' - SMOOTH DOWEL #4 BAR. (TYPICAL) ��� #4 BAR. (TYPICAL) 3" (rw. - - •• ('•) DOWEL ROD SUPPORTS. R=1 4" 1 4" MINIMUM CURB EXPANSION JOINT DOWEL DETAIL 3.000 PSI CONCRETE. DOWEL SLEEVE TO FIT DOWEL AND BE SECURE AND HAVE A CLOSED END. NOTES: 1. AU. WORK AND MATERIAL SHALL CONFORM TO ASTM A615, A615M, C309 AND D1752. BROOM FINISH EXPOSED SURFACE. 2. CONTROL JOINT SPACING SHALL NOT EXCEED 10' -0'. 3. EXPANSION JOINTS AS PER STANDARD ASTM D -1752. 4. EXPANSION JOINT INTERVALS NOT TO EXCEED 40' -0" FOR ALL CURBS AND CONSTRUCTION METHODS. 5. ALL CURBS SHALL HAVE A MINIMUM OF 4" OF COMPACTED FLEXIBLE BASE BETWEEN BOTTOM OF CURB AND TOP SUBGRADE THAT SHALL EXTEND A MINIMUM OF 18" BEHIND BACK OF CURB. TOTAL DEPTH OF FLEXIBLE BASE UNDER AND BEHIND CURB SHALL Be (TOTAL DEPTH OF FLEXIBLE BASE) LESS (6- INCHES). SEE PLANS FOR ADDRIONAL OR MORE STRINGENT REQUIREMENTS. 6. ALL CURBS SHALL CONFORM TO THESE DETAILS INDEPENDENT OF THE CONSTRUCTION METHODS USED. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS LAYDOWN AND RIBBON CURB DETAIL DWG. NO. 11 BY: J.D.V. A w,J --32. PROPERTY LINE. EXPANSION JOINT. EXPANSION JOINT. .. ...........: . • ..„ . • " . • • • . • • . 5 CONTROL JOINT. 40' (mAximum) CURB & GUTTER. VARIES. 1/4/FOOT PLAN VARIES. 42" (MINIMUM) (SEE CONSTRUCTION PLANS FOR WIDTH) SLOPE 2% (MAXIMUM) 2'-0" Lj Iz I D I g SECTION e (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 13 BARS PLACED NO MORE THAN 18. ISSUE DATE: 01-10-03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS SIDEWALK DETAIL DWG. NO. 12 BY: J.D.V. 4' -0" SIDEWALK. 6 "x6 "x 16 WWF MAX. SLOPE 1 /4 " /FT. • 2" SAND CUSHION CLASS 'A' CONCRETE NOTES: 18'R PLAN PERMISSIBLE CONST. JOINT CURB. OPE 12 :1 SECTION "A - A" 6" 1 2' -0" 5' -0" RESIDENTIAL 6' -0" COMM. /IND. CURB ALONG RAMP: 6" HIGH AT STREET, FLUSH AT SIDEWALK, OR CONCRETE WINGS AS DIRECTED BY THE ENGINEER. SAW CUT EXISTING CURB 1" IN (SEE NOTE 4) 0 GUTTER AND REMOVE. 174 (SEE NOTE 4) (MIN.) 1. SIDEWALKS SHALL BE A MINIMUM OF 4' -0" WIDE. SIDEWALKS SHALL BE A MINIMUM OF 5' -0" WIDE WHEN ABUTTING THE CURB. 2. THE RAMP SHALL HAVE A DETECTABLE WARNING AND CONTRASTING COLORED SURFACE. THE RAMP SHALL BE STAMPED AND DYED CONCRETE OR APPROVED EQUAL 3. THE POSTION OF THE RAMP MAY BE ALTERED IN THE FIELD BY THE ENGINEER,' BUT ONLY WITH THE PUBLIC WORKS DEPARTMENT APPROVAL 4. SAW CUTTING IS APPLICABLE FOR INSTALLATION WHERE THE CURB LAYDOWN FOR THE RAMP IS NOT PROVIDED. 5. THE SIDEWALK PEDESTRIAN RAMP SHALL MEET ALL APPLICABLE A.D.A. REQUIREMENTS. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CURB RAMP DETAIL DWG. NO. 13 BY: J.D.V. J:kis 34 } ASPHALTIC CONCRETE SURFACE COURSE. TOP OF CURB. UP OF GUTTER. DRILL EXISTING GUTTER. TYPICAL o SIDEWALK LOCAT U NOTE: EXPANSION JOINT. COMPACTED 18• BASE COURSE MIN. ST 2'-6" (MINIMUM) "WING" WIDTH VARIES. (12' MINIMUM) (27' MAXIMUM) SI DEWALK AREA (SEE NOTE #1) FLOW UNE. SAW CUT EXISTING CURB Q f� AND GUTTER SECTION AT PROPOSED DRIVEWAY. IF NEAREST EXPANSION JOINT IS 5 FEET OR LESS FROM DRIVEWAY WING. EXISTING CURB AND GUTTER SECTION SHALL BE REMOVED AND REPLACED TO THE NEAREST EXPANSION JOINT. PLAN TYPICAL SIDEWALK LOCATION. LENGTH (L) VARIES. EXPANSION JOINT DETAIL ROLL GENTLY AS REQUIRED. SECTION 'A -A' 24 " -'4 SMOOTH DOWEL. PREMOLDED EXPANSION JOINT MATERIAL 16' DOWEL COATING DOWEL SUPPORT. NST SAW CUT. SLEEVE. 1" WOLMANIZED WOOD EXPANSION JOINT W/ /4 DOWELS 018" O.C. PROVIDE EXPANSION JOINT WHERE DRIVEWAY MEETS CURB AND GUTTER. THIS JOINT NOT REQUIRED IF ONE EXISTS WITHIN 5 FEET. NORMAL ELEVATION 0 I IS LENGTH OF DRIVEWAY MULTIPUED BY 2X PLUS TOP OF CURB ELEV. 13 DARS 0 18" 0.C.E.W. CLASS 'A' CONCRETE. 2' SAND CUSHION. COMPACTED SUBGRADE. SECTION 1. THE SIDEWALK AREA OF THE DRIVEWAY SHALL SLOPE TOWARD THE STREET PAVING AT NO MORE THAN 2X. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE DRIVEWAY DETAIL (RESIDENTIAL) DWG. NO. 14 BY: J.D.V. DAJ -�S CONCRETE SIDEWALK WING AS NECESSARY. TOP OF CURB BEYOND. ASPHALTIC CONCRETE SURFACE COURSE. TOP OF CURB. UP OF GUTTER. DRILL EXISTING GUTTER. NOTE: EXPANSION JOINT. TYPICAL 8 g SIDEWALK LOCATION. COMPACTED 1B" BASE COURSE MIN. EXPANSION JOINT DETAIL WIDTH VARIES. (12' MINIMUM) (45' MAXIMUM) EWALK AREA. (SEE NOTE #1) SAW CUT EXISTING CURB Q �-- — 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. LENGTH (L VARIES. EXIST. N PREMOLDED EXPANSION JOINT MATERIAL 16" DOWEL COATING MINIMUM 10' RADIUS. (TYPICAL) / — 1" WOLMANIZED WOOD EXPANSION JOINT W/ #4 DOWELS 018" O.C. 1e -- FLOW UNE. PROVIDE EXPANSION JOINT WHERE DRIVEWAY MEETS CURB AND GUTTER. IF ONE DUSTS WITHIN 5 FEET, THIS JOINT NOT REQUIRED. NORMAL ELEVATION 0 e IS LENGTH OF DRIVEWAY MULTIPLIED BY 2% PLUS TOP OF CURB ELEV. #3 BARS 0 18" O.C.E.W. CLASS 'A' CONCRETE. 2" SAND CUSHION. COMPACTED SUBGRADE. SECTION 1. THE SIDEWALK AREA OF THE DRIVEWAY SHALL SLOPE TOWARD THE STREET PAVING AT NO MORE THAN 2%. ISSUE DATE: 01 -10 -03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE DRIVEWAY DETAIL (COMMERCIAL) DWG. NO. 15 BY: J.D.V. Cs A.1 - 2L SAW CUT. (SEE NOTE 2) 111111r A' 6" MIN. PRIME COAT. _III II EXISTING BASE MATERIAL iii - Iii - � I - 1�1- 1�1-1II I -��� II II FLEXIBLE BASE. III= FLOWABLE BACKFILL — II OR CLASS J CONCRETE. I I 1 BACKFILL SHALL BE CEMENT STABIUZED NOTES: 0 0 a SURFACE PATCH: 2" H.MJ1.C. TYPE "0" (TYP.) (SEE NOTE 1) I I I III Ii I II I II PIPE O.D. +24" MIN. 11=111=1 H=11I — I 1 I 1 11— II - � II I 1 - 1 - II - li I11= 1 I 1 I BED TO TOP OF PIPE. -1. SAW CUT. EXISTING ASPHALT. PIPE BEDDING STONE ENVELOPE, EXCLUDING STONE SCREENINGS AND UNCRUSHED GRAVEL (SEE SPEC. ITEM 510) CENTER PIPE IN TRENCH. 1. H.M.A.C. SHOWN IN THIS DETAIL IS SEPARATE FROM ANY ADDITIONAL THICKNESS CREATED BY ANY OVERLAY ITEM IN CONTRACT. 2. THE CONTRACTOR SHALL SAW CUT, REMOVE AND REPLACE EXISTING PAVEMENT A MINIMUM OF 6" BEYOND EITHER THE EDGE OF THE STORM SEWER TRENCH OR THE POINT WHERE EXISTING PAVEMENT IS DAMAGED DUE TO TRENCHING OPERATIONS, WHICHEVER IS GREATER. 3. INSTALLATION OF BACKF1LL, SAW CUTTING AND REMOVAL OF EXISTING PAVEMENT AND SURFACE PATCH, SHALL NOT BE PAID FOR SEPARATELY. COSTS FOR THESE ITEMS SHALL BE INCLUDED IN UNIT PRICE BIDS FOR STORM SEWER PIPE 4. THE CONTRACTOR SHALL PROVIDE STEEL PLATES TO SPAN THE TRENCH AS NECESSARI( OR TO ALLOW BACKFILL TO CURE. SUCH PLATES SHALL BE SUITABLE FOR VEHICLE PASSAGE OVER THE TRENCH AND SHALL BE SATISFACTORILY ANCHORED IN PLACE. COSTS FOR THIS ITEM SHALL BE INCLUDED IN UNIT PRICE BIDS FOR STORM SEWER PIPE. ISSUE DATE: 01 - 10 - 03 REVISIONS SCALE: N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS STORM SEWER LINE BEDDING DETAIL (PAVED SURFACE) DWG. NO. 16 BY: J.D.V. P.D.1-37 EXTEND 2' -0" MINIMUM BEYOND INLET OPENING AT EACH END FLOW 2 "X4 "— W1.4XW1.4 WIRE FABRIC STRUCTURE INLET VARIES 3" OVERLAP AT FABRIC SPUCES 20 Ib SANDBAGS AT 3' 0.C. MINIMUM 4" HIGH CLEAR OPENING 20 Ib SANDBAGS AT 3' O.C. SEE NOTE 1 CUT AWAY OF FILTER FABRIC FLOW NOTES: 1. WHERE MINIMUM CLEARANCES CAUSE TRAFFIC TO DRIVE IN THE GUTTER. THE CONTRACTOR MAY SUBSRITUTE A 1" X 4" BOARD SECURED WITH CONCRETE NAILS 3 0.C. NAILED INTO THE GUTTER IN UEU OF SANDBAGS TO HOLD THE FILTER DIKE IN PLACE. UPON REMOVAL. CLEAN ANY DIRT /DEBRIS FROM NAIUNG LOCATIONS. APPLY CHEMICAL SANDING AGENT AND APPLY NON—SHRINK GROUT FLUSH WITH SURFACE OF GUTTER. 2. A SECTION OF FILTER FABRIC SHALL BE REMOVED AS SHOWN ON THIS DETAIL OR AS DIRECTED BY THE ENGINEER OR DESIGNATED REPRESENTATIVE. FABRIC MUST BE SECURED TO WIRE BACKING WRH CUPS OR HOG RINGS AT THIS LOCATION. 3. DAILY INSPECTION SHALL BE MADE BY THE CONTRACTOR MD 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 STABIUZED. ISSUE DATE: 01 -10 -03 REVISIONS SCALE N.T.S. CITY OF ROUND ROCK CHISHOLM TRAIL NORTH, ORION STREET AND OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CURB INLET PROTECTION DWG. NO. 17 BY: J.D.V. P_An1 -38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WIDTH VARIES. RADIUS VARIES. EXP. JOINT ON UPSTREAM END 1 BARS IN CURB SECTIONS. #3 BARS 4:11111k, co 18- C.C. a Q r ww (7) GUTTER FORMED TO SPILL DOWNSTREAM GUTTER FORMED TO CATCH STREAM. (i A . •l •A 111E11 tI�I■1 . FLOW UNE F.L ° . / �y I R 1 o m Imus ■Mi EXP. JOINT , IXP. JOINT DP. JOINT EXP. JOINT #3 BARS NOTE O 16.5" C.C. ALTERNATE #3 BARS TO BE CONTINUOUS ACROSS EXPANSION JOINT. BREAK BOND 6" ON EACH SIDE OF EXPANSION JOINT. 3J"91`L 6' -0' �J H.M A C. COMP AC7ED BASE SLOPE 1/4" F.L P� _ • • , H.MX E. COMPACT WS. ► BASE R -1/4" (TYP.) - NY.W.I M111111111 3" MIN. SECTION A -A NOTES: 1. MATERIALS AND CONSTRUCTION METHODS SHALL CONFORM TO THE CRY OF AUSTIN STANDARD SPECIFICATIONS. 2. CONCRETE SHALL BE CLASS A. 3. MONOUTHIC CURB & GUTTER SHALL BE MEASURED BY PLAN SQUARE FEET AND PAID AS VALLEY GUTTER. 4. THE UPSTREAM CURB MID POINT MUST BE AT OR LOWER THAN THE BEGINNING P.C. AND .5% (MIN.) HIGHER THAN THE OPPOSING MID POINT. 5. ALLOWABLE CONSTRUCTION JOINT AT Q WHEN TRAFFIC FLOW MUST BE MAINTAINED: CONSTRUCTED AS A CONTROL JOINT. PROVIDE EXPANSION JOINT O Q FOR WIDTHS GREATER THAN 40 FEET. s 6. ALL EXPANSION JOINTS SHALL BE CONSTRUCTED WITH 1/2" PREMOLDED EXPANSION JOINT MATERIAL AND DOWELS AND CAPS (SEE STANDARD CURB DOWEL DETAIL). ISSUE DATE: 01 -10 -03 CITY OF ROUND ROCK DWG. N0. 18 REVISIONS BY: J.D.V. CHISHOLM TRAIL NORTH, ORION STREET AND' OLD SETTLERS PARK PARKING LOT IMPROVEMENTS CONCRETE VALLEY GUTTER DETAIL / o. An _,_ 74 SCALE: N.T.S. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N.T.S. Typical for all driveways along Chisholm Trail CHISHOLM TRL DETOUR 1 CHISHOLM TRL DETOUR 4 WoaE LN Z FM 3406 ROAD WORK AHEAD ROAD CLOSED DETOUR Im CHISHOLM TRL DETOUR 1. ROUND ROCK. TEXAS FIRIOSLMSSION. PIZOSPEFUTI Chisholm Trail Detour Plan r PDN -40 Posted Speed (MPH) 'X' Sign Spacings (Meters) 'X Sign Spacings (Feet) 30 or 40 120 less 35 50 160 40 75 240 45 100 320 50 120 400 55 150 500 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IS NIW MIDI ST sn 1 pl� ron! 6T. 16 NTWI pb 4 - 41 Cto s,r.Jg PLW MAGI ST DETOUR 2 /f0TE: p4e7-0 /6'T, f,IILL !3E '', BaoQ.vy Clasml /1005100 Posted `speed O Sim Spee100 'x• Sono -tam Cr Intermediate -tens Stationary Stationary h War Shona 6120 Series Ana 672 -I Sion Short -term Stationary Or Start Duration Appr0068 WW-0100 Sloss (1121 Series Other WorninO Siena WI feat 16pprx.) S d inches Yin s w standard in At S inches? Conren. 30 120 40 x 40 m 36 x 36 1 a 30 or 36x:6 x 30 24 x 24 30 pr 30 b 30 r6 36 30 x 36 35 160 40 240 45 320 Use Stand Use Site 11/1 Use Standard Size 50 400 5 60 600 40 ,B 48 x ,6 65 100x 70 000 Em or Frey • 7 • wow se wow 1 1 1 1 1 1 1 1 1 1 1 1 0 811 -2 601 -6 AREA ROAD CLOSED < PROJECT LIMIT TRAFFIC CONTROL DEVICES FCSI.60 (Optimal) FC7I -60 1001)00011 XX IL NIL 1 1 Type 111 Barricade or moralizing Devices Ch , 112irq / x -Seg imical construction Wornmo Si Sae and Spacing short. PROJECT LIMITS ADJACENT TO WORK AREA 1796 than 2000 feel between project limits and sack areal XX 2 w,nesixing SG20 -1 v /pl09le 52 SG20 -5T SCSI -4L 5[013.1 5(111-41 5CW13-1 N ut BEGIN ROAD WORK NEXT 5111115 *mass Off MMWM >z SG20.6 / 5G20-11 3E Project Limit Type III B52rt0O4e 52 eh0Ytel i2ing devices INSaxa Mad Wlea NII MMM 100000810077* AM 1171 PNOAELLT LIMIT GMAT. NOTES SIGNS AND WARNING LIGHTS 5. Ilan seecifled on this sheet or otter sheets in the plans, warning 11980 for sign shall be installed old maintained by the Contractor. Warning lights pall be aht0clled to the e1gn Support using a I/2' bolt (minicua of 8015181 nt length for three washers. l OCk wafer and 6 nit. 2. Morning lights shall be maintained os directed by the Engineer. 3. Ameprioto dastard traffic control devices pall be used as required by the plats. Any varlotion In the plan anal I be 4,6nented by written ogress t between the Engineer and the contractor's responSible person. 4. Asa general rule, additional traffic control devices in edvw se of the project limits should only be used in these eases Hare a work ores, a Octets or 0 potentially h01a00us location Is less them 2000 feet inside the 05j0Ct Knife. 5. The traffic control devices used in the o5ove illustrations are exmple5 only. Field COMMON; cold engineering judgement should dictate the Beet opprapriate traffic control devices to be used. Any variation In the plans shall be documented by written agreement between the Engineer and 1e! cmtrottor's responsible person. 6- As tatai led above, the BEGIN NOAO WORD NEXT X 011.65, CONTRACTOR old ENO ROWERS sign poll be erected at or near the project limits and the WORK ZONE TRAFFIC (IK5 DOUBLE sign with plaque Wall be erected in advance of the project limits. These signs should be edjusted to provide adequate spocieg to otter signs. IM 065600E WARNING 51015 STATE LAN sign Poll be i nstalled when required elatdere in the pions. 2. 0100 the ogreesent of on adjacent project Engineer, 1750 Englneer(sl coy 0 1 1 0 5 7 1 7 0 0 1 5 3 0 1 1* ENO ROM WORK, TRAFFIC FIM5 DOUBLE, and other o0w6 warning signs if the sighing would be red.ndant cold the work trees Mixer continuous to the motorists. If the adjacent project Fa eo Pleted f irse, the rantrectpr will erect the necessary warnir9 signs a5 !Mown an these Meets, the TCP Deets or as directed by the Engineer. The BEGIN ROAD 0OR( IF7(T x PILES ,ion atoll be reviled 00 Pow appropr late work zone 713atsee. 0. oglic5te construction 0prning signs should be erected on the realm sided divided highways Mere redlan width will permit and traffic values justifies the signing. 9. (mud for devices required by Note 0, traffic control devices should be told°. only Ohl le work 3s actually in progress Or 0e530ite Deed exists. 10. 1T sire eheuld be baud an the 'Texas larval m Uniform Traffic Coigne Devices for Streets and Highways' ITWTC01. 11. We Special Public Information sign (0020.811 P91I be instal led at the project Ilsiss Men rewired elsewhere In the plans. Refer to SD 5tald0ds for entered scanting details. x -see Typical Construction Warning Sign 5100 an0 Spacing short. END ROM MORN 620 -20 ' PROJECT LIMITS AWAY FROM WORK AREA (Greater than 2000 feet but not more thin 1 mile between project limits quo work area (620 -9 ER20 -5 ER20 -5 PLAGUE ROAD WORK NEXT S PRIES b 5620.1 v/ / / pl0*rt 5020 -50 5620.6 WORK ZONE TRAFFIC FIRES DOABLE BEGIN UM 5 VW MK s Off MMOK 620 -16R 1 Block - City 1000-1500 feet - Hwy 80' min. BEGIN ROAD WORK 1(x1 5 PILES ti s owtWelat 5620 -6 I 1100 WORK G20 - 0* Beeim109 Of NO-PASSING l ins Should coordinate with sign locution 0 Yay be rewired 0ml Zia- MEC, MO 01 010la MOWS cofLUM OM 1171 men Uweo.Tm M MM SO@Al1 070.1110 Wen 1174 f 6 G20 -16L 0ORK ZONE TRAFFIC FIRES MOLE WORK ZONE 1RAFFIC FINES DOUBLE - sGZO -e I A-Project Limit C20.20 * May be required ROAD WORK C. RED 5I EES Project Limit 1020-9 ER29.5 ER20 -5 PL© 11 Yay be required 1020-9 ER20.5 , ER20.5 \ PLA00E i 9 ---... 4 1000.1500 feet - Hwy 1 Bleck - City 80' ,L (ROAD MIRK G20 -20 PROJECT LiMITS AT T- INTERSECTION 1. The ROAD WORX NEXT x MILES sign should be erected on the intersected hiotwr3 as detailed above. 2. On the intersected roadway, od4ltianal traffic control devices, sum as • flogger and oxaromying sign or attar elms, should Mused when work Is being perfor ed of 52 ne52 the Intersection. WT BE MOUNTED ON \ a OTTH APPNOVALI SIGN Cf ENGINEER CROSSROAD SIGNING AND BARRICADING j 011 -2 PROJECT LiMITS FOR CLOSED ROADWAY Bmr1Croes or mav-el101r9 devices shall be erected cm0letely 05ress root pry. elwnel10100 Oeviaes tray be aure vertica panels a cones 0s specifit0 in the 51015. 5620.1 v/ /plaque SG20 -5T a _ 1 Tyne III Bo - imams or chanel1z)ng devices Project Limit P PROJECT LIMITS AWAY FROM WORK AREA (Greater than 1 mile between project limits and work areal �� �� Typical Plost is Or. These drums are not required on one-way roadway 0 0 END ROAD WORK BEGIN ROAD WORK NUT 5 MILES CM SUM Appropriate warning signs 148'048'3 6' min. S Clear Zane 3sue I y 0' . 5420.6 5020 -8 * CULVERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIMITS PERSPECTIVE PLAN (xCl n a IMMO ) 771 v' I END I ROAD 7(10 0 0 Drums � O * Q * 0 11 0 m I 1 I 1 * *WOK. 8' t0 ID' Imoxinzed spacing between drums. ROAD CLOSED Elm ROM WoR6 • - -- [bonne( lump Devices WORK ZONE DUNK FINES 001101E a_ EG20 -9 ER20 -5 ER20 -5 PLAGUE 020-20 11 WY be required 11. Mare positive redirectional combi *Ity i5 pro ided, er105 may be emitted. 2). Plastic construction fencing may be used with drum for safety os required to the plans. 31. Vertical Panel on flexible support may be substituted for drenn when shoulder width is less than 4'. 41. When shoulder width is greater than 12', steady -burn lights may be omitted, if drums are used. Increase number Of plastic 52.00 an side of 000000ching traffic if crown 0 width makes it necessary. (minim. Of 2 and maxima of 4 drums) CROSSROAD SIGNING AND BARRICADING 1. Except 05 noted elsewhere In plows, the usual minima signing on 0 cross- road appr00Ct1 should be one CRO.10 ROAD WORK AHEM) sign and G20 -2, END ROAD WORK sip, Mere speeds and v0lpes are relatively low, a smaller RDA) WORK /MAD slot ray be used. When approved by the Eighteen, an low volume crossroad, advance warning sigh say be the reduced size 36' x 36' ROAD WORK MEAD 11AC120.301 slgn mounted bock to back with the reduced size 36' x 18' END ROAD WORK (5020.20) sten. See the - STDAARD HIGHTAT SIGH DESIGNS fee TEXAS' avu01 and BM/ tivu BC19C1 for sign design dotal Is. On low velum 52o5500003, edvape 0195300 may be omitted if approved by the Engineer. Additional signs such as FLAG9ER AHEAD, LOOSE GRAVEL, or other appropriate Sigh wry be required. Moen additional sign ae required, such signs will be considered port of the minims reg*ireeents. 2. The 020-10 sign 0011 be rewired on major crossroads t0 o0vise motorists of the length of construction in either direction from the intersection. , 3. On higher volute crossroads additional traffic control dev36es may be noted else5here in the plans. 4. When work occurs in the intersection area, °Dame - late traffic control devices shall be in place. WARNING LIGHTS Warning lights shall meet the requirements of the 'Texas Mandl m Uniform Traffic Control Devices far Streets and Highways.' erninp highs 511011 N00 be instal led an bar)cOden. Type A -Low Intensity Fleshing Warning Lights ore commonly used with signs. They ore intended to wan of on approaching potentially ha2ar00us area. Their use shall be os Gated en this sheet and/or other sheets of the plans by th e designation ' FL -. Type•C Steady Burn Lights are Intended to 6e used in a series for delineation to supplement other traffic control devices. Their use shall be os indicated ih15 sleet as /or Other sects of the plans by the delination •50'. • Fa 1301•3 0300 satires en expressways and freeways, see 7W1C0 }ypleol apilroti0) dorms or TI 500000 Wee s. e Mime diatom fret efit mm to 1st Adurce Ming sips enaar d)it0D0 between earn aa0itimal sips •5 Stoller sign sizes say De teed Were sips designs lee been irclu0ed in the *imea4 Nipsay Sign leslgs far Teem' emel. general Notes I. Seeded or lager size sips my be used es my be necessmy. 2. Diatom betty en store Ovoid be increased et rewired to Me 1500 feet 00150 5arnini. 3. 3istanpe between slow Mlle be 1rowased oi rewired to toe* .117 fF ere 03,0,00 wantnq. 4,fr use only an 01* by roods er city struts doe speeds ore lac - , 5. ally 010,014 1 Cased tg aan situ sizes me indicated. , 1. a Iwo sizes 1 re Holed, see sign ze i 111103 InI ni IW list TC0. Mesas * 30 aver S ize. sizes. 10/99 Revision Q Added 'BEGIN' to ROADWORK NEXT XX RILES' sign ® WO O fl dS AREE PRESENT' plaque TYPICAL CONSTRUCTION WARNING SIGN SIZE ` AND SPACING gnome co 77173 m Own oths by wiling o r step Staoaa (reinter Traffic OperM30s 53rlsten - IC Tem* 0s0'eweet sf 31CSpatat(m 12$ Ent 1170 Street Main, Toms 18701.2413 Non 13121 4164120 foss 15121 436 .3301 E+a1, 31,-53010lRDwallp,nt.aleer.hv.n STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Traffic Oper0rims Division BARRICADE AND CONSTRUCTION STANDARDS ADVANCE SIGNING CROSSROAD SIGNING WARNI LIGHTS BC(i) -99 (7x00 Feaumy 1990 lo -LR ' -01I) 1.-GO `1a. 10 99 .t1".Tn nese Weed, M cocoa SKIP pas -42 1 101 GENERAL NOTES FOR TYPE III BARRICADES Type 111 Barricades are to be used at each end of coWtrnctlon projects closed 00 011 traffic Barricades extending .crass a roadway should have stripes that slope downward In the direction toward which traffic must ton In detouring. When both right or10 left turns are provided for, the chevron striping may slope downward in both directions Ina the center of the barricade. Striping of rolls, far the right side of the roadway. should slope dowfw0rd to the left. For the left side of the roadway, striping should slope to the right. Identification markings may be shown only on bock side Of b.ricode rolls. Yaxlmm height of letters shall be I Inch. Barr shall not be placed parallel to traffic unless an adeaote clear zone Is provided (see BC11)1. Worricades atoll be mode using pre - qualified material& A list of compliant prodlets 1110 their source') My be Obtained by writing or foxing' Staiderds Engineer Traffic Operatlals 0101.1an - 7E Texas Deportment of Transom 125 Eat 11th Street Aualln. Texas 78701 -2483 Phone (5121 416 -3335 Fox (5121 416-3161 1-0011 TRF- STAIDARDSrollgw.dot.state.tx.0a (Barricades shol l NOT be used as a sign support. TYPICAL STRIPING DETAIL FOR BARRICADE RAIL 8- I TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES 4' min., 8' max. Stlffner may he Inside or outside of support. • For dimensions of components refer to t000T approved products 11st. I%' hex head Self tapping screws roll 5k10S 4' min., 8' max. 20' 20' I Width of Reflective Sheeting 7 Inch. RAW 404060' hollow core plastic support 1' 204036' 0100010 Or wood 7 1/2 wood .\ screws 25' 1 60• PERSPECTIVE RII -2 Each roadway of o divided hlolway stall be bn-rlcaded In the sate manner. II. 111 -2 and 1(4.10 signs should be scanted on Inxkpe00ent supports at 7 foot ec nting height in center of roadway. 2). Advance signing, Including construction warning signs. and detour signing shall be os specified 0100Wtere in the pions. 204 wood support atiffner (optlagl. and may be placed on the Inside of supportl WOOD /PLASTIC TYPE III BARRICADE OPTION support stiffener (0010001 and may be placed on inside of support) t 614-101. I CLOSSEDI 7,- f , - c----....... i -- Nl 30 feet Detour Roadway / Barricade rolls ore to be reflectartzed on side facing traffic 48' 206060' pl05tic or wood iY 16' 20' /0' PVC Oh' lag Inserted through support 1110 base 2)1' x 3' Inverted poly-vinyl U- Chanel 5620.6 RI -2 6 114 -109 or L signs. PLASTIC /FIBERGLASS TYPE III BARRICADE OPTION FRP roll -� 505060' q / t . hollow poly -vinyl or 16' 3' fiberglass tubing 5kla TYPE III BARRICADE (SKID) BorrIcode striping should slant downward In the direction of detour. FRP •C' thane) or Ye' x 5' 34• x 6' Optional FRP skid cross section WOOD /PLASTIC /FIBERGLASS TYPE III BARRICADE OPTION 44• carriage bolts pas c roll Nye 114 -10R or L sign only when Detour begin at borrlcadel 3' 3' FRP Post 34' DIa. x 3' two bolts (4 per tall) 13'4' square perforated 2We 411, fusing V1 I I . Vt' N SEE DETAIL A 0.105' SPLICE PLATE PERFORATED STEEL /WOOD /PLASTIC TYPE 1I1 BARRICADE OPTION 1-8efen rolls I' /' square perforated tubing Vf' JOINING PLATE Radius Steel Channel Br0Cket 5ap(grt stlffrer loptlanal 60• 1.■ NOTE. If flat rolls ore used. refer to Wood/Plastic Option for vertical placement of rolls 1 PERFORATED SQUARE STEEL TUBE DETAIL A 13' Tube Sleeve (optional) tubing 0 0 0 20' 20' 20' SEE 1 4' min.. 8' max. 134' square RETAIL 0 Perforated tubing SUPPORT 11/2' square perforated �w Jolning Plate 33 Dla. x 41 long bolt /' Dlo. x 2V' long bolts Splice Plate BASE 34' Dia. x ' square 3' long bolts perforated tubing (Option. tube sleeve and base trey be welded) DETAIL B Joining Plate 36' RIO, x 4 '/ 2 ' hang bolt Isi (opt I000ll 36• 010. 3' long bolts 11' square Perforated tubing 534.00000 Dio. x 2%' long bolt %' DIa. x 2 1/2 long bolts 5 pllce Plates STANDARD PLANS TEXAS.DEPARTIENT OF TRANSPORTATION Trafrfe Opera((5,0 Division BARRICADE AND CONSTRUCTION STANDARDS . BARRICADES (SKID 140907 TYPE) BC(2) -98 w. Feero.y Ito 1.-10 Ia OT0 jm -ee jd•ca e, 4& Ram 11.41.113 102 PLAN C0IPACTED SOIL SIGN POST 5606E • TYPICAL ASSEMBLY BASE SOCKET GENERAL NOTES FOR THIN WALL TUBE TYPE SIGN SUPPORT. 1. The BASE SOCKET Is formed from 211' 0.0. x 12 gauge galvanlzed Pipe. 2. The KEDGE Is farmed from 11 gape steel 501000lzed per ASTU A525. 3. The SIGN POST 18 2.375 0.0. x 0.095' thin well steel tubing. 4. Steel Supports shall be mode free new water101 and shall be corrosion resistant. Steel Supports shell be galvanized In acc0rdolla8 with AST0 Deslgnotians Al23 o A525 (G -90 or better). 5. Supports 011011 be siraidd within '1m' per 5 feet Of length and shall have a smooth, uniform finish free from defects affecting strength cc Oppeoralce. Any bolt tales and sheered ends 511011 be free from btrrs. Bases of nultlsectIan supports stall 001 extend more than 5 Inches °Neva ground when Installed- 6. Bolts, nuts. screws, washers and other miscellaneous hardware shall be galvanized In 0000rdan00 to *5RA Designation. A153 Clods C or 0. or 8695 Class 50. 7. 8arr1000e supports systems used on this Sheet may be suitable fcr only certain 5011 types. The contr00tar Is responsible for Selecting the appropriate support system for Soli conditions On each project. TYPE 111 BARRICADE (POST TYPE) TYPICAL APPLICATION PERSPECTIVE 1111 -2 I ROAD I CLOSED 111 - 101(01 Each roo40ay of a divided highway shall be barrlcoded In the sane mower. POZ -LOC (Dr l veob l e) Barricades rails are to be reflectorlzed on ell sides that face traffic. Length 27' O P %• BASE SOCKET 0.0. P Ts' hole WEDGE 0 5620 -6 / X30 feet r i Detou Roadway TYPE III BARRICADE (POST TYPE) .095' SIGN POST (Use 114-1011 or L sign only Men Detour begins at borrlcadel 8' max. \ ' 5620-6 sign RII -2 U4 -108 ar L signs. BarrIc0de striping should slant downward In the direction of detour. 10 foot separation D. R11 -2 aid 84.10 819158 slwtlO be *anted on independent supports at 7 foot (wonting height In center of roadway. 2). Advance sitylog. Including constriction warning signs. and detour slgning shall be Os specified e18es ere In the plops. Base Post See fandot Ian oleic 1ls above Cooler Stiffener 11 P II 3 1f 1 I 1 L J VIEW F -F TYPE III BARRICADE (POST) UNIVERSAL ANCHOR SYSTEM • FRP pipe or .095' thin wall tubing. • Plastic Insert mist be used with %m' thin wall being. •• Footing shall be removed and backf11104 when barricade Is reproved. chamfer TYPICAL STRIP DETAIL FOR BARRICADE RAIL TYP PANEL DETAIL FOR SKID OR POST TYPE BARRICADES 4' min.. 8' 0axlmm Stlffner - 0100 Roll Uld -rail 0titfner Stlffner may be Inside or erleld0 of su8POrt. 6141111 of 1 — Reflective 50000159 • For dlmetnlons of clxnponenis refer to Tx00T approved Products Ilst. 7' min. SOUARE TUBING BARRICADES (POST TYPE) Barricades shall NOT be used 05 a sign support. 8arlp00es Snell be wade using pre gclifled materials. A 1180 of comp110M (reacts cog their Garee5 may be obtained by writing or faxing. St0Uards Engineer Truffle Operations 01v16ian - TE Texas Deportment Of Tronspartotlon 125 Eost 11th Street Austin, Teams 78101.2183 Ftore 1512) 416 -3335 Fox 15121 416-3161 ( -moll TRF- STANDM0Om011gw.0ot.at0te.tx. STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION ` Traffic Operafr000 06140al BARRICADE AND CONSTRUCTION STANDARDS yeses February 19981r.LR )w•DTN 4m.. 2E21 I BC(3) - 98 l r. Ia'G pi» -44 103 6YIERAL ROTES, 1. Sips Supports Oetai led an this sheet have been crash tested and are approved breakaway sy5ten5. TxDOT acceptance of these breakaway systems does not corer the structural features of the sip: support systems. 2. Sign support systems reproved by FARM may be used as approved fixed sign apport5, as 1099 as they meet TAW minims sign height requirements. The contractor stall provide dopmntation from Flea approving sign support systems not stain on this sheet. 3. Sign Support systems listed on this sheet may be su itable for only certain soil types. The centroctor is responsible far selecting appr00riote sign support systems for 5oi 1 conditions an each project. 4. Barrieo0es shall NOT be used as sign supports. WOK ZONE 3I06 GENERAL • Stondord signs shall be used as required by the 0C 5tm0ard sheets, the alms, or a5 directed by the Engineer to regulate, wan, dnd guide traffic. All sign usoge and erection shall be in strict accordance with the 'Texas Racal on Uniform Traffic Castro) Devices for Streets and Highways' (TWTC01. The Controctor shell m0;ntain each sign os directed by the Engineer. The Cmtroctar may use either tae sign designs Shawn m the BC Standard Sheets, or those sign designs Shawn in the '5tmd5rd Nipw0y Sign Designs for Texas (511501. All work zone signs provided for in the TMUTCO but not detailed in the pions may be use0 when directed by the Engineer. 512E OF SIGNS On secondary roods or city streets wt:ere speeds are low, smeller size construction warning signs may be used with the written approval of the Engineer and if the sip: size is in occordmce with the - Typicol Construction Warning Sign Size and Spacing Coat shown on page SC -II of the TWTCD, Port, VI. SPLICES Alt wooden sign panels fdricat00 from 2 or rare pieces shall lave one or more plywood cleats, 1/2 inch thick by 6 inches wide, fostered to the Dock of the sign end extending fully across the sign. Wood Sign posts shalt not be spliced. REFLECTIVE SHEETING Reflectorized signs stall be constructed of retroreflective sheeting meeting the color end reflectivity requirements of TxDOT Material Specification DIS 8300 or DNS 8710. Day only is defined as a device than is used only Wring dayl 1ght hors. Type A, B or C sheeting any be used for all dry only cool ;cations. Type A sheeting should be used far all white bockgraund regulatory signs. Type C sheeting shalt be used for all otter applications. The above applications of sheeting grades to different type sips will opply unless otherwise speci fied in the plans. TYPE A • Engineer Grade, TYPE B • Super Engineer grade, T'TPE C • Nigh Specific Intensity 5101 LETTERS All sign lettering shall be clear, open rouged type capitol ietter5 05 approved by and as obi ;shed by the Federal Highway Ad5inistrotion 1FMA). Signs and lettering shot be of first close vonmanshlp 001051ent to that of the Deportment ston00rd signs. WOK DURATION TERM1IIGLOGT -fos defined by the 'Texas 11on101 ens Uniform Traffic Control Devices' Part VI) Long Stationary • commies a location 30r mare 0035: Intermediate -tern Stationary • axxapies o location from overniytt to 3 days; Short -tens Stationary • dayl iced work that acmpies a location Tram 1 to 12 lours; Start Duration • occupies a (cation up to 1 hear. SUPPORTS AND 117ONTI08 1(1681 The bottom of Log -term / Intermediate -term sips shall be at least 7 feet above the paved 5arface. The button of any 5upp(emntory plaques shall be at least 6 feet above the paved surface. The bottom of Short -term / Shah Duration stets stall be a minimum of 1 foot above tine pavement surface bust no sore than 2 feet above the ground. Lang -tom / Inter55di0te -term Sips may be used in lieu of Short -term / Short oration signing. Short -tem.' Short Durations signs shall be used only during daylight era removed at the end of the workday. Regulatory sips shall be mounted at least 7 feet above the paws surface regardless of work sArat ion. Wood Sign supports shell be painted white. 5141 SUPPORT WEIGHTS Were sin supports rewire the use of weights to keep from taming over, the use of sane type of sandbo9 Is recanrcrged The use of pieces of rock, comrete, iron, steel or otter solid objects will not be permitted. So shell only be pieced :along or upon the base supports -of Me device and shall not be suspended above grand level or hug with rope, wire, gains or other fasteners. MOVING CO COVERING When sign 50550905 soy be confusing or no Tager 00017, the Skis shall be removed or conpletely covered. When sips ore covered the material used stall be Moq:e, such os h00v7 mil black plastic. Burley shall not be used to cover signs. Signs shall be removed upon =victim of the work. ., Duct tape or otter adhesive 05tr1a1 shall not be affixed 90 sign face. 0513 pre - 510111110 products Pall be used. A gist of aapllatt ;reacts and their wrces Say be obtained by writing or fos)nge 5tadar0/ Engineer Traffic Operatlane 0111slbn - TE Texas Deporte•nt cf Treeporfatice 125 Eat 11th Street Austin, Top 71101.243 Pigs 6121 418.3120 fee 1512/ 415-3191 E•ea11 Tff- STAQMOsgitcsr. oe.strte.ts.um LONG /INTERMEDIATE TERM STATIONARY PORTABLE SIGN SUPPORTS 7 Foot Mounting Height (SKID MOUNTED) Vinyl roll:p Sign 48' x 45' x %z' min. or 51' max. / plywood 2 h 01 k 34/4- (POST TYPE) Refer to acceptable products Iist. 2,66 404 x 9' 2x4 x 40' 2x6 x 40' Skid - Mounted Sign Support with plywood sign WHEELED PORTABLE SIGN SUPPORT with plywood sign (Minimum thickness 1/2inch) TxDOT Design SHORT TERM STATIONARY /SHORT DURATION PORTABLE SIGN SUPPORTS 1 Foot Mounting Height TYPICAL FLASHING ARROW PANEL O o • • • • • • • O • o • O • ATTENTION: Arrow panels shall be equipped with outamatic diming devices. For traffic to move right 1 The Advance horning Flashing Arrow Panel should be used for all lane closures 1551011000 roadway), or slow moving maintenace or 0005tmoti05 activities on the traveled way. Arrow pools should not be used en two -lone roadways, deter -5, diversions or work on shulders unless the CAUTION mode is used. 2. Necessary sign, barric0des or other traffic central devices Should be used in conjunction with the Advance Warning Arrow Pawl. 3. The Arrow panel should have the capabl Illy of the following disploy selections: LEFT ARROW, RIGHT ARROW, LEFT and RIGHT ARROW and CAUTION. the CAUTION erode consists of four corner lamps flashing simultaneously. 4. The Arrow panel shall be capable of minims 50 percent dimming iron rated Imp voltage. The fleshing rate of the Imps shall not be less that 25 times per minute nor mare than 40 fleshes per minute. The Advance Waring Flashing Arrow Panel shall be matted on a vehicle, trailer or other suitable support. 5. Minim: Imp 'on time' shall be approximately 50 percent for the flashing arrow and 25 percent for the sequential chevron. 6. The 7000T 5tan00rd is the flashing arras, hasever, tt:e 5ewent1al chevron may be used Wring daylight operations. The sequential Grow sou90 NOT be used. REQUIREMENTS MINIMUM MIN. NUMBER OF MIN. VISIBILITY TYPE 512E PANEL LAMPS DISTANCE B 70'x60' 13 T: mile C 48' x96' 15 1 mile TYPICAL MINIMUM CLEARANCES FOR LONG /INTERMEDIATE TERM SIGNS Typical z eignr minims o wor from l ight is u'0 ' ,1 II® Nominal 510050010 Post No. of Sq. feet of Size Posts Sign Foe 4x 4 x4 4 x 6 Q I 4 x 6 1 12 2 21 1 21 2 ' 36 10/99 Revision Q Added 2 Post - 4 x 6 sign Support 36' 36' 36' 36' fOT, a 10i9 It is the inter of these plans to provide positive guidance to motorists' throughout the project limits by the use of signs, pavement i:arkings, delineation devices and/or chomolizin9 devices. All traffic control devices shall conform with the - Texas Manual on Uniform Traffic Control Devices for Streets and 0ighways. WOOD POST SYSTEM FOR FIXED SIGN SUPPORTS Minims Drilled Soil Ible(s1 Enaeatent Required no no YES YES SIGN SUPPORTS Direction of Tref1 is STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Traffic Operations 0(015101 BARRICADE AND CONSTRUCTION STANDARDS February 1991 I.• -Lit jm-gle 1. ' C7I ..5 I ,atNS BC (4) —99 m lau.ee Uwe wan PTA -45 MINoir SINA 1 1 1 1 1 1 1 CEIE841L 113965 Drugs and all related Ices shall 00,0(7 with the requirements of the orrent version of the 'Teas Rowel on Uniform Traffic Control Devices' ITLIUTCO). 0017 pre- 4.oItfied products WWI be used. A ITat of emollient moan ad their sweet egg be rtalned by writing r falnp. Star irds Engineer Traffic Openoflae 01011101 - 76 Tams Deportment of Traepr1stlaa 125 E06t Ilth Street Austin. Texas 78701 -2483 P1500e 15121 416 -3335 Fax 15121 416 -3161 E-mll TRF- STANDAROpani lot.dee.$tote.ts. us Drums. bases. and related materials shall exhibit good .o and silo!I be free iron a)Jectlon0ble norms o- defects which wo0(4 adversely affect ?heir quperance or serviceobtllty. After drums and other traiflc control devices we 9100.4. the work Zane should be drivel through both during the day ad after dark to be certain thou these ulevlces are functioning es Intended PLASTIC COLAS - Preg2011(1ed plastic drum shall meet the foIIaping requirements. GEh4ER0. DESIGN REOUIREIENTS • Plastic drums shall be of a two -piece design, the 'body' of the arum shall be the tap portlan.of the run ad the 'base' shd11 be the betters of the ram. The body and base shall lock together In Such a mazer that the body separates from the base When impacted by 0 vehicle traveling of a Speed of 35 km/h or greater but prevents occi0ent01 separation clue to normal Wadi ing cetror air turbulence created by bossing vehicles. Plastic rums fret hove been In use for more 1501 two years generally do not have enough hocking strength to Prevent occidental 0.0aratian. Plastic anus Identified for replacarant by the project engineer. Inspector ar their deslaee 5he11 be replaced within 24 hours with an approved device. Plastic damn shall be constructed of 1101toelgnt flexible, and deformable materials. use of metal drums or single piece plastic dnrin as channel izat Ion devices or sign supports anal 1 not be allowed. Drums shall present o prof -1e that Is a Wiliam of IB inches In width at the 36 Inches bight mean viewed from any direction. Tile height of drum unit (body installed en loose) shall be a minima of 36 Inches end a maxtnm of 42 Inches. Drums shat I be tapered to ml la nesting of a minimal Of 5 dale toadies for ease in transport. 7(le top of drum shall have a built -In handle fan easy pickup and shall 00 designed to train water and not collect debris. The Mlle shell hove 0 (iininm of to widely sowed 14mm 01Oneter hates t0 allow atto0ment Of m warning light. delineator reflector unit or sign. The exterior of the elm body shall have a minleu0 of four alternating rage and white retra lve clramderentlal stripes not less Mon 4 Inw3es In width nor greater than 8 Inches. Any non- reflectrtzed spore between any two adjacent stripes shell not exceed 2 Inches In width. Doses shalt hove a madam width of 36 Inches. a moximn height of 4 inches. and o minim= of to fmtfelds of sufficient size to al low base to be hold down while separating the run body from the base. Plastic duns shall be instructed of ultra - violet strbl Iized. rage. high - density polyethylene MOPE) Of other 05500000 material. Drum body shall have a miniatm sn0il 1001ed weight of 7.7 lbs. ao 0510(1515 10001100100 weight of 11 lbs. The wall of the deem body shall be a minivan of 0.07 inch In thickness. Weight of any drum supplied shall not vory Pre than 0.5 Ib. free that of the pre4nllfled soeple. Mum ad base shalt be Parked with Panufachre's note. model nutter, and yen and month of construction. RETROIEFLECTIVE SHEETING The retrorefle0tive stripes-used on runs shall be constructed of retroreflective sheeting meet buy the color ad reflectivity requirements of Departmental halals SpeOIflcotlon'D -9 -0300. Flat 5rfoce Reflective Sheeting. Type C unless otherw150 specified In the pions. Drams used only during dayIloht Mors say use any type of Meeting meeting the color aid refrreflect lye cold requiresennts of Departmental UOterials SpecIf(natlan 0.9.8300. The sheeting Mall be eultsele for use an an Moll cohere to the ran 5dace such that. wan v1Malr Impact. the Meeting 51011 remain whereat In -place and estlblt m delomlnet Ina. decking. docking. or loss of reflectivity ogler than that toss ale t0 abrasion of the Meeting surface. 0ALLAST IAOallosted Oases shall be brae enough to hold 00 to 50 lbs. of sold. Bases with Du111 -10 ballast Mwlll weigh between 40 lbs. ad 50 lbs. Tie ballasted base should weigh between 35 (minimal) and 75 Ib5. 1,01lmm1. The bag last any be sand In one to three sand bogs separate from the hose, SOW In 0 sand-filled plastic base, a Integral auto ribber bole Ono bog lost or Other 501105ting devices es approved by the Engineer. Stacking of send 0agS 0111 be allowed, however height of sand bags above pavement surface troy not exceed 12 Inches. The 001lusts shall not be heavy objects. water, or shy material that would became hazardous to motorists. pe0estrI0s. or workers when the darn Is struck by a vehicle. When used In regions Susceptible to freezing. drums shall have 001.090 holes In the bottoms s0 that water will not collect and freeze becoming o hoz4r0 when struck by a vehicle. Bel lest shall not be pawed On top of duns Adhesives may be used to secure base Of aura t0 pavement. SIp6, CHEVRONS. AND VERTICAL PANELS Signs used an plastic duns anal I be manufactured using substrates listed an the Comp) lent Products List. Chevrons tuna other work Zone sign wish on orange background shall be manufactured with Type C (high Intensity grode1 retroreflective sheeting meeting the color and reflectivity requirements of - Deportmental linter Specification 0-9-8300 Flat Surface Reflective Sheeting, Type C• unless otherwise specified In the pions. Slims with white 59Ck000l such 05 the KEEP RIGHT sign 1544 series). shall be monufoctured with Type A (engineer 900401 sheet log. Approves sign messages far signs mounted on plastic rams ore ine Chevron 1011 -81. the KEEP RIGHT /LEFT sign (114 -7 or R4.8 series). the vertical Panel, and the Opposing Lao Divider. Other sign messages (text or symbolic/ may be used as approved by the Engineer. 5190 dimensions shell not exceed 18 Inches In width or 24 inches In 11000. Refer to 100000aole materials list for 009/00110 substrate moterlols. Dlogon01 stripes en Verticol Panels shall slope down toward the Intended traveled way. Signs 51011 be 105191 ed using one 1/2 Inch bolt (nominal/ and Mt, two washers. and one locking washer far e0ch connection. Panting bolts and nuts shall be fully wowed and odeantely torqued. Bolts should not extend more than %N• beyond nuts. The hardware used for the mwntln0 of slam onto plastic drum shall be of odegmte 14u01 sty for this use. WARNING LIGHTS. WARNING REFLECTORS. AND DELINEATORS Type A flashing warning lights are Intended to warn drivers that they are approaching or Ore In potentially hozd00us area. Type A fleshing warning lights are not Intended for delineation end shall not be used In series. To B warning lights shall not be att0Xled io a drum. Type C steady -burn warning lights re intended to be used In a series t0 delineate the edge Of the traveled 007 on 001ar5. on law chalge5. on hoe closures, and an Other similar conditions. Type A and Type C wrnlnv llghis shal be Installed at locations as detailed an other sheets In the plans. A warning 100(00tr or approved SubStltute may be matted at o p105t10 ram as o substitute for a Type C. Steal Burn Wining Light at the discretion of the contractor unless Otherwise noted In the plans. The warning reflector shall be exnufoctured from a sign substrate iron the approved list fa- use an plastic runs. The waning reflector shall love a retroreflective surface lea lee -side( no less Then 30 square Inches. The side of the warning reflectr facing approaching traffic shall be fully reflectoriZed using retrreflective sheeting meting the cola ad reflectivity requirements for A5TU Type 4 retroreflectiv0 sheeting 05 described In *5TU Design Standard 4956 -938. Men used near two -way traffic both sides of the waning reflector shall be fully ref lectrized. The warning ' reflector should be mounted an the side of the handle that faces «10(00 (59 tract (c so that the modem arrant of reflective sheeting is visible to traffic approaching In the 0400cent lad. Oel heaters may be used as directed by the Engineer. Del ineotrs my not be used to substitute for 0ornirg lights. 0rnirg lights shall not be instal led an a run that has o slay chevron or vent leol panel. Type(Al Class11). Type1A0 Closs(2). or Type1B1 Reflector Units 10 & CU Standard) my be OttOahed to drums to dellneote the Intended vehicular both. The color of the reflector unit shall correspad to the marking It Is Supplementing or for which It Is substItotIng. The reflective unit Moll be attached to the handle of the run Lairs) the wanting hole nearest the traveled way and stall be aligned perpendicular to tlpr00anng traffic. Contractor shall provl00, on request from project engineer. a , letter Iran the rum 00nf0otrer certlfIng the plastic sun model nuner, the year and month of construction awl that It meets the Speclficat Ions on this standard Sheet. 5houleer Plestle Drums 1 18' x 24• Sign (POximtn Sign Dimension Chevron C01 -8. Driveway Sign 0100, Keep Right R4 series or other sign as 07(10000 by Engineer * e d 2) m 9) Flash! np Arr Pone) Waning Light or approval Ikbstitute mast towards travel way 8• mow. (typ. ) 4' min. 8' mow. (typ.1 2' max. (typ.) TYPICAL LANE CLOSURE 4' max. 4' min. m m (D D D 9) 9) D D P--- TRANSITION AREA Handle Nestle Ohms (Chevron en every other run) See BC(61 for spacing Ono roper toper ( engths *NOTE. For Lag Term Stationary oration - Lane 1lnes Moll be removed. Cola- sequence of reflective sheeting may be reversed. �w 12' x 24' Vertical Panel mount with diagonals sloping down towards travel way 12' x 10' Sign Opposing Lae Olvider 18' min. Top should not al la collection Of water or debris Kl dia. (typ.) for mounting signs and warning lights 0111 to retroref lest lve Type C sheeting alternating with crave Type C retroreflective sheeting. Stripe pattern ray be reversed All drums used In succession Shall have sate stripe pattern. 0.07' max. Toper to allow Or stocking a minimal of 5 drums Base (36' dia. mu.) PLASTIC DOLMAS d m BUFFER SPACE P105t10 Ohms or vertical panels See 00 )61 Shoulder STAIDARD PLANS TEXAS' DEPARTMENT OF TRANSPORTATION . Trefk Oporaflas avian, BARRICADE AND CONSTRUCTION STANDARDS BC (5) -98 Ohba February 1994 Im.1.1 110•078 10•1 10..1 e. 494 7 66 ,®.LOMA, g ,4-44 I wm,m mw. 105 1 1 1 1 1 1 1 1 roc AHHIN AttEH AFIHR R18106 MEYM MINH. PI 7 dHW oPP1 GAHH 1 1 1 1 1 1 GENERAL NOTES' SELF- 6161T116 SWEATS 1. Charnel Tying devices an self-rig/ling asnpot'ts shy be a vertical panel. opposing late divider or aaW00. 2. Chan011010g devices an self- riwpeing su000rts shall be used Ot locations detailed elsewhere In Ile 0001'. These devices 61x1 conform to the 'Texas Manual an llfora Traffic Control Devices'. Type of base will be es directed by the Engineer. 3. ChavlelizIng devices on self-I hp agports should be used In work zahe areas wlwe amrheltZing devices are free ently Impacted by errant vehicles. Work Zone caaxel Izing devices 11 lustroted on this sheet say be Tnstmlled In close proximity to traffic and are suitable for wiz ...high or low speed roadways. Devices should not be places within 12 IMes of the traveled way. Spacing omd placem.t stall be uniform and In accordance with the 'Texas WITCO'. 4. The cantroctor shall maintain de0*Ces In o clean condition and reploce domped. non- reflective, fade& or broken devices and bases as necessary. 5. Devices shot I be erected by netted sham an this sheet end as approved by the Engineer. 6. Portable boses slat l be fabricated free virgin ana/a recycles rubber. Approximate weight of scalable bases shall be 35 lbs. T. Payment surfaces shall be prepared In a manner that 0111 ensure proper bonding of 00•'106 as (lad want Doses to the pavement urfaces when required. tl,esives shall be prepared and applied os per maufosterers reaossendotlats. 8. Application ad runnel of devices shall not cause detrimental effects to the final pavement metopes, including pov0rent striae dlscolaotion or surface Intreglty. Driveable bases shall not De permitted on 11001 pavement arfaces. All opp11- cation Od removal pr001180 s of fixed babes Mall be approv- ed by the Engineer. 9. These devices shall not be paid for directly but Mall be considered subsidiary to the Item 'Barricades. Signs. and Traffic Handling.' CONES 1. Traffic canes awl tubular Qke s shall be a minima of 28 Inches in height when used on freeways or used m nighttime. Orange oral 1 De the predominant solar of cams and tubular markers. They should be kept clew der bright for minus visibility. Cores shall have a minimal weight of 9/2100. 2. For nighttime use. mores stall ere refsectvlZed. Reflectorizee enterial shall home o 'rood., sealed outer surface which will display the some approximate color cloy and night. When used at night, es{raprlate personnel 511011 be present at all times to ensue cams one tubular markers remain In their proper location aw0 ban upright position. 3. Reflectorization of ones Mall be a minims 6 Inds band placed at least 3 Uncles but not were than 4 Indus fran the top. supplemented by a mintage 4 lab bane spaced a minters Of 2 Inches below the 6 Inds bald. lieflectorizotlon of ttbulor workers shall be a minim,. of he 3 Yoh bads placed a maxims of 2 inches free the tap with a sexism of 6 Inches between Dods. 4. One -piece cores or tubule makes are generally suitable for temporary usage by to 8 Mrs) with other aharnalizmion devices such as vertical pawls. Cruces or twe-piece ones for long term Osage. Core should be taken to ensue that they remain In their proper 100,1105 awl Fn an upright position. 5. •-SPITAF lstacking/plaoeaent/reme of assistance feOhrel 0gy be designed Os D handle, hose or ether Shope. fmrlcoted free non -rigid materials similar to twee are material. and may extend up to a madam of W hetes above the top of cane. The length of the SPRAF shale not be considered with regard t0 the 28 Inch minima height. DRUMS Refer to BC851. SPECIFICATION REFERENCE TABLE MATERIALS AND TEST SPECIFICSTIQS ID • FLAT SURFACE REFLECTIVE SEETHE, 110E C (HIGH SPECIFIC IN1L11511D i 0.9.8300 Only pre -pal (flee products shell be used. A LI6t of cowl lent prOduats ast their arms mai be obtained Oy flting. 9911Inp or f011 Standards F/g*neer Traffic Operations Dhdetes - TE Twwos Deberthent of Traslortatlen tfoDOTI 125 East 11th Street Austin, Twos 75101 -2■3 fhao 13121 416 -3335 Fa (5121 416 -31•1 E-atll 116' -ST21 •0tI .O16ets/e.fices fF Conventional Roads any **Toner lengths have been ra did off. L•Length of Toper 1(1.1 1.1ldth of Offset (11.) S•Pdsted Speed MPH) 12' minimum entxdrcnt depth CONES •SPRAF 6' min. 2' min. 4' min. 28' m n. DRIVEABLE RIGID VERTICAL PANEL 8' min. See Compliant Products List fa supports and panel substrates Cones shall have a minirin-Im weight of 9 1 bs. 8' mla F—I 28' min. 8' min. 45' VP - IL FIXED BASE 0/ APPROVED ADHESIVE OPPOSING LANE DIVIDER with POrt0011 or Fixed Bose Support REFLECTIVE ORANGE BACKGROUND WITH BLACK ARROWS AND BORDER. SURFACE BAS E BASE B' min. ROADWAY SURFACE SELF- RIGHTING SUPPORTS V min. VP - IR 18' BASE PORTABLE OB FIXED BASE PORTABLE RIGID VERTICAL PANEL See Compliant Products List for alterote designs.. VERTICAL PANELS Vertical Panels are nasally used as channel izing devices to Indicate tangent or nearly tagent roadway alignment where good target value of a device Is needed In daytime as veil os nighttime. In ad0ltlaU vertical panels should be used 0t the edge of Shoulder crop-offs and Other areas such as lone transitions whore positive doyt late and nighttime delineation maybe required. Vertical panels should be named bock to Dock If used of the edge of cuts adlacent to two -way two lane roodooys. Stripes are to be reflective orange ad reflective white and should always slope downward toward the traveled way. Vertical Panels used an expressways. freeways, and other high Speed rood00ys shall Love a minimum of 2 square feet of retrorefiectIVe area facing traffic. Self - righting supports are available with portable base. See Cwpllat Products List CHEVRON with Flexible Sup1Ort 1— 18' _4 FIXED BASE W/ APPROVED ADHES I YE DRIVEABLE BASE a� Flexible Support Tube Driveable ti Base U Driveable Support for Vertical Panel VP1F1 -1 or Chevron CWI-81F1. STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION ` Traffic Operations 00014/on BARRICADE AND CONSTRUCTION STANDARDS CHANNEL 12 I NG DEVI CONES BC (6) -98 rat Feoary 1998 ilo-LS i •DIN lm -al I°'-a 1 m' mml Minlaus Desirable Taper Lengths it* sugos•ted *elan Spas na of Device Wellman Slag Spacing x Drs.:me Pasted 50000 W rem,lo 10' Offset ll' Offset 12' Offset an o Toper 01a Urgent 30 2 150' 165' 180' 30' 60' -75' 120' 35 L• 60 205' 225' 245' 35' 70' -90' 160' 40 265' 295' 320' 40' 80' -100' 240' 45 L WS 450' 495' 540' 45' 90' -110' 320' 50 500' 550' 600' 50' 100' -125' 400' 55 550' 605' 660' 55' 110' -140' 500' 60 600' 660' 720' 60' 120' -150' ■ 600' 65 650' 715' 780' 65' 130' -165' *700' 70 700' 770' 840' 70' 140' -175' *800' 1 1 1 1 1 1 1 1 roc AHHIN AttEH AFIHR R18106 MEYM MINH. PI 7 dHW oPP1 GAHH 1 1 1 1 1 1 GENERAL NOTES' SELF- 6161T116 SWEATS 1. Charnel Tying devices an self-rig/ling asnpot'ts shy be a vertical panel. opposing late divider or aaW00. 2. Chan011010g devices an self- riwpeing su000rts shall be used Ot locations detailed elsewhere In Ile 0001'. These devices 61x1 conform to the 'Texas Manual an llfora Traffic Control Devices'. Type of base will be es directed by the Engineer. 3. ChavlelizIng devices on self-I hp agports should be used In work zahe areas wlwe amrheltZing devices are free ently Impacted by errant vehicles. Work Zone caaxel Izing devices 11 lustroted on this sheet say be Tnstmlled In close proximity to traffic and are suitable for wiz ...high or low speed roadways. Devices should not be places within 12 IMes of the traveled way. Spacing omd placem.t stall be uniform and In accordance with the 'Texas WITCO'. 4. The cantroctor shall maintain de0*Ces In o clean condition and reploce domped. non- reflective, fade& or broken devices and bases as necessary. 5. Devices shot I be erected by netted sham an this sheet end as approved by the Engineer. 6. Portable boses slat l be fabricated free virgin ana/a recycles rubber. Approximate weight of scalable bases shall be 35 lbs. T. Payment surfaces shall be prepared In a manner that 0111 ensure proper bonding of 00•'106 as (lad want Doses to the pavement urfaces when required. tl,esives shall be prepared and applied os per maufosterers reaossendotlats. 8. Application ad runnel of devices shall not cause detrimental effects to the final pavement metopes, including pov0rent striae dlscolaotion or surface Intreglty. Driveable bases shall not De permitted on 11001 pavement arfaces. All opp11- cation Od removal pr001180 s of fixed babes Mall be approv- ed by the Engineer. 9. These devices shall not be paid for directly but Mall be considered subsidiary to the Item 'Barricades. Signs. and Traffic Handling.' CONES 1. Traffic canes awl tubular Qke s shall be a minima of 28 Inches in height when used on freeways or used m nighttime. Orange oral 1 De the predominant solar of cams and tubular markers. They should be kept clew der bright for minus visibility. Cores shall have a minimal weight of 9/2100. 2. For nighttime use. mores stall ere refsectvlZed. Reflectorizee enterial shall home o 'rood., sealed outer surface which will display the some approximate color cloy and night. When used at night, es{raprlate personnel 511011 be present at all times to ensue cams one tubular markers remain In their proper location aw0 ban upright position. 3. Reflectorization of ones Mall be a minims 6 Inds band placed at least 3 Uncles but not were than 4 Indus fran the top. supplemented by a mintage 4 lab bane spaced a minters Of 2 Inches below the 6 Inds bald. lieflectorizotlon of ttbulor workers shall be a minim,. of he 3 Yoh bads placed a maxims of 2 inches free the tap with a sexism of 6 Inches between Dods. 4. One -piece cores or tubule makes are generally suitable for temporary usage by to 8 Mrs) with other aharnalizmion devices such as vertical pawls. Cruces or twe-piece ones for long term Osage. Core should be taken to ensue that they remain In their proper 100,1105 awl Fn an upright position. 5. •-SPITAF lstacking/plaoeaent/reme of assistance feOhrel 0gy be designed Os D handle, hose or ether Shope. fmrlcoted free non -rigid materials similar to twee are material. and may extend up to a madam of W hetes above the top of cane. The length of the SPRAF shale not be considered with regard t0 the 28 Inch minima height. DRUMS Refer to BC851. SPECIFICATION REFERENCE TABLE MATERIALS AND TEST SPECIFICSTIQS ID • FLAT SURFACE REFLECTIVE SEETHE, 110E C (HIGH SPECIFIC IN1L11511D i 0.9.8300 Only pre -pal (flee products shell be used. A LI6t of cowl lent prOduats ast their arms mai be obtained Oy flting. 9911Inp or f011 Standards F/g*neer Traffic Operations Dhdetes - TE Twwos Deberthent of Traslortatlen tfoDOTI 125 East 11th Street Austin, Twos 75101 -2■3 fhao 13121 416 -3335 Fa (5121 416 -31•1 E-atll 116' -ST21 •0tI .O16ets/e.fices fF Conventional Roads any **Toner lengths have been ra did off. L•Length of Toper 1(1.1 1.1ldth of Offset (11.) S•Pdsted Speed MPH) 12' minimum entxdrcnt depth CONES •SPRAF 6' min. 2' min. 4' min. 28' m n. DRIVEABLE RIGID VERTICAL PANEL 8' min. See Compliant Products List fa supports and panel substrates Cones shall have a minirin-Im weight of 9 1 bs. 8' mla F—I 28' min. 8' min. 45' VP - IL FIXED BASE 0/ APPROVED ADHESIVE OPPOSING LANE DIVIDER with POrt0011 or Fixed Bose Support REFLECTIVE ORANGE BACKGROUND WITH BLACK ARROWS AND BORDER. SURFACE BAS E BASE B' min. ROADWAY SURFACE SELF- RIGHTING SUPPORTS V min. VP - IR 18' BASE PORTABLE OB FIXED BASE PORTABLE RIGID VERTICAL PANEL See Compliant Products List for alterote designs.. VERTICAL PANELS Vertical Panels are nasally used as channel izing devices to Indicate tangent or nearly tagent roadway alignment where good target value of a device Is needed In daytime as veil os nighttime. In ad0ltlaU vertical panels should be used 0t the edge of Shoulder crop-offs and Other areas such as lone transitions whore positive doyt late and nighttime delineation maybe required. Vertical panels should be named bock to Dock If used of the edge of cuts adlacent to two -way two lane roodooys. Stripes are to be reflective orange ad reflective white and should always slope downward toward the traveled way. Vertical Panels used an expressways. freeways, and other high Speed rood00ys shall Love a minimum of 2 square feet of retrorefiectIVe area facing traffic. Self - righting supports are available with portable base. See Cwpllat Products List CHEVRON with Flexible Sup1Ort 1— 18' _4 FIXED BASE W/ APPROVED ADHES I YE DRIVEABLE BASE a� Flexible Support Tube Driveable ti Base U Driveable Support for Vertical Panel VP1F1 -1 or Chevron CWI-81F1. STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION ` Traffic Operations 00014/on BARRICADE AND CONSTRUCTION STANDARDS CHANNEL 12 I NG DEVI CONES BC (6) -98 rat Feoary 1998 ilo-LS i •DIN lm -al I°'-a 1 m' mml WCRAL The Contractor shall be responsible for molntalning work zone as exlstIng pavement markings an all roadways open to traffic within the projects limits uhle5s otherwise stated In the pions. Color. patterns. and dimension shall be In conform:nee with the Texas Memel on Uniform Traffic Control Devices (TWEED). A051111 non 5upplarentol pavement marking 0100115 maybe found In the plans or speclf1Gat ions. Week zone pavement markinr5 shod I consist of wldemarks. short term markings and/or staard pavement markings. Unless otherwise shown In toe plans, materials used far work zone pavement mock - 1195 shall be thermaplostic. raised pavement markers. prefabricated pavement marking moteriol. tmporory flexlble•reflective roo5way w orker tabs or other material5 opproved by the Engineer. Thermo- 010501c 51011 not be used for removable markings. All roadways to be opened to traffic shall be marked with shat term makings or 500100-0 makings as Shown In the plans. 01 the end of each cloy'5 opaatl01. Unless otherwise Shown In the pions 0, approved In writing by the Engineer. all Concrete surfaces shall have standard workings In place prlor to opening to traffic. Standard pavement makings shall be Installed In occarda ce with the Texas Manual on Uniform Traffic Control Devices (TWTCD) 010 as shown on the plae. 07011 Short term markings ore rewired 00 the plans. short 1 ern .a -k1195 shall conform with the TWEED. the plans old details as shown on the Staaord 021STP1/1. All asphaltic slrfoces which ore to be opened to traff lc shall be worked with guidemarks I®edlately fop lowing placement end final rolling of any carne. Culderorks shall consist of 0 single temporary flexible- reflective rood*Oy maker tea or a 515910 temporary construction raised pavement maker at 40 foot sewing. Calder m sh011 be pieced In proper 0110-went with the f1n01 100at10n of future meson morKingS. Any widowed. not In 0110//001 with povemed makings Shall be removed by the Contr0Ctor of the Cadraclor's 055011se. Gu10CRgrk5 511011 not be used to simulate easel lres. When Inclement weather prehiblts the OppllcatIOn Of shat term 1akln05 err st0n0ora markings o5 cal led for on the pions. 191151 approval of the Engineer. wldCn1rk5 may be considered as tan - porary short tens markings for asphaltic surfaces. The ploceent Of pavement m0rklnps as shown on the plans ray be delayed u1t11 such time that weather permits application of pavement markings. When 5ten0ad pavement makings ore not In place and the roodwuy is opened to traffic. DO MDT PASS signs shall be erected to mark the beginning of the sections where passing Is prohibited erg PASS WITN CARE signs shalt be erected to mark the beginning of the sections where passing Is permitted. RAISED PAVEMENT MARKERS Raised pavement workers are to be pieced according to the Pat- terns an BEM). Raised pavement makers used of standard pave - went markings or to supplement removable markings shall meet the requlremeds of Item 'RA15E0 PAVEMENT MARKERS•. Unless Otherwise shawl on the plans. raised pavement workers will not be allowed for wads. 5pr0ols. and shapes. diagonal or trots- verse lines. PREFABRICATED PAVEMENT YIWKING5 Removable prefabricated pavement markings shall be a material of manufacture and pr0dot code or designation shown on the Ilst of approved materials covered by the Department MAterlols Specification 0 -9 -8241. Non- remav001e prefabricated pavement markings (foil back) sell be 0 materiel Of manufacture 05 product code or designation shown on the 1150 of approve's materials covered by the Specification TOW 550- 74 -0!. The lists of approved preiabrl0ote0 work zone pavement working materials may be obtained from Tx00T General Services 01010100. WORK ZONE PAVEMENT MARKINGS MAINTENANCE The Centr0Ctor .111 be responsible for maintaining work zone pavement markings within the project 1lwits. Work Zone Pavement Markings shell be Inspected In accordance with the frequency and reporting reculrenents of work zone traffic control device Inspeetlons. The mprkln95 Mould provide o visible reference for o minima distance of 300 feet during normal daylight hours and 165 feet when 111001nated by autambl le low-been headlights at night. unless sight dish:roe Is restricted by roadway geametrlcs. Markings fan ling to meet this criteria shall be reploc00 as re- quired by the Engineer. REMOVAL OF PAVEMENT MARKINGS Removal of pavement markings Inc100es centerline, channel !zing Imes, lane luxes. edge Imes. wards. arrows. spm0als and raised pavement makers. Pavement markings that are no longer applicable erg which may create confusion or direct a motorist tO.Ord or Into the closed pat len of the roadway, stall be r0roved Or obliterated before the roadway Is open to traffic. The above shall not apply to detours of 0 shat dur0t1On Of O few hors, where (loggers mace sufficient donne110100 devices are used In lieu Of markings t0 outline the (*tar route awl the detour Is not to be malntolred during nlwtt!me. Pavement markings shall be removed to the fullest extent poss- ible, so Os not to leave a discernible making. by any method that aces not materially dotage the surface ar texture of the pavement. The removal of pavement markings may rewire resurfoc- N9 or seal coating porticos of the roadway. normally 1011 lee widths. Subject t0 the approval Of the Engineer, any method that proves to be successful an a partlalor type pavement may be used. Blast cleaning may Oe used Out will mat be rewired unless speclflcol ly shown In the plan. Over palnting of the marklr9s SHALL NOT BE permitted. Removal of raised paeeent workers sh011 be as directed by the Engineer. Removal of existing pavement aarklrgs as rockers will be paid for directly In accordance with the Item 'ELIMINATING EXISTING PAVEMENT MARKINGS AND MARKERS' unless otherwise stated else- where In the plans. SPECIFICATION REFERENCE TABLE MATERIALS AND TESTS DIV151017 SPECIFICATIONS JIGGLE BAR TILE PAVEMENT MARKERS (REFLECTOIIZEO) TRAFFIC BUTTONS EPDXY BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS PREFABRICATED PAVEMENT 1(1061NGS - REMOVABLE TEMPORARY FLEXIBLE - REFLECTIVE ROADWAY MARKER TABS 0 -9 -4700 0 -9 -4200 0 -9 -4300 D -9 -6100 0-9-6130 D -9 -8241 D-9 -8242 PREOUALIFICATION PROCEDURES MAY BE OBTAINED BY WHITING GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION (TxDOT) 125 EAST 11th STREET AUSTIN. TX 78701 -2483 Temporary Construction Raised Pavement Markers used as Guidemorks2 4. L a /4 ' The above temporory construction raised pavement maker Is shorn for illustration purposes only and not Intended to specify any particular product. iemporory caustructlan raised pavement makers used as guide - marks shall be of design as mo approved by the Engineer. All temporary construction raised pavement makers provided on a project shall be of the Sane manufacturer. Aceles100 for wldemark5 shell be bituminous materiel hat appl lee ar butyl rubber pad for all Surfaces, or thermoplastic for concrete 5urf00es. Temporary Flexible- Reflective Roadway Marker Tobs TOP VIEW F GOIOenarks shall be designated as YELLOW - (two 01ber reflective sus aces with yellow beep. WHITE - (one silver reflective surfo0e with white body). fi FRONT VIEW 'if : / / / %/ Height of sheeting will be determined by notes under MAINTENANCE. 11150011y mare than 1/41nth cud less than I Inch.) 510E VIEW Adhesive pod J • REFLECTIVE SURFACE STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE - REFLECTIVE ROADWAY MARKERS TABS TO THE PAVEMENT SURFACE ' Temporary flexible- reflective roadway maker tops used as guider mks shall met the requirements of Departmental Material Specification 0-9-8242. Tabs detailed on this sheet are to be Inspected and accepted by the Engineer or designated representative. 5ar9115g end testing Is not normally required, however at the option of the Engineer. either 'A• or 'B' below m0y be Imposed to assure <P olity before placement on the roo0r05. A) Select five 151 or axe fobs at random from Loan lot or shipment and submit to the Construction 010181an, llater1015 and Tests section to determine specification compliance. DI Select five 151 tabs and submit to the following test. Affix five 151 tabs at 24 Inch Intervals on on asphaltic pavement In a straight Ilya. Using a medium size passenger vehicle or p10klp. run over the markers with front and rear wheels Ot a speed of 35 t0 40 allies per hour. four times In each direction. NO care than ate II) cut of five reflective surfaces shall be lost err displaced Os 9 result of this test. Dimensions Indicated on this sheet are typical and approximate. Variations in size as height may Occur between markers Or devices mode by wawfecturers, by OS such as /inch, unless Otherwise noted. STANDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION • Traffic Operaflmt Mean BARRICADE AND CONSTRUCTION STANDARDS PAVEMENT MARKINGS BC(7) -98 ®■00 Aar 1992 lo-Lit Ia•010 1009) I0..C9 t set s9/ .Airy: 1-97 2.99 6 @Oda 601160 - 1 000 p.DA -4B inns 107 C> Yellow 4 * 8' 4> — White 4> 4> 4> 4> REFLECTORIZED PAVEMENT MARKINGS --PATTERN A REFLECTORIZED PAVEMENT MARKINGS - PATTERN B White ammm Yellow a REFLECTORIZEO PAVEMENT MARKINGS White !r Whiter Yellow Yellow white Iw�et tt REFLECTORIZED PAVEMENT MARKINGS PAVEMENT MARKING PATTERNS CENTER LINE & NO- PASSING ZONE BARRIER LINES FOR TWO LANE TWO -WAY HIGHWAYS 10 to 12' Type Y ` buttons 10 to 12' Type 11 -A -A a 1 e 0 10000000 000000 0000 0 oo ti o o 0 0 0 0 0 0 0 0 0 0 0 0 o o a o o o i o o, o o o o 0 0 o 0 0 o o I Yellow EDGE & LANE LINES FOR DIVIDED HIGHWAY LANE & CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS Yellow TWO -WAY LEFT TURN LANE Yellow Typell -A -A Type Y buttons RAISED MARKERS - PATTERN A Type II -A -A 0 II Type Y buttons ��yyll 0 0 0 0 0 ob 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 o °0 0 0 0 r a 0000 a 0oa o 0000 0 Tyre Y buttons 6 to 8' Type 11 -A -A RAISED MARKERS - PATTERN B Type 1 - 00000000000 000000 0000000000000000000 o Type W buttons { Type I -C or 11-C-11 a o 0000 0 0000 0 0 O 0 0 0000 0 Type I-A Type Y buttons ti a ua0000o 0 00000000000oee0000000000o00a00oa 00000000 E 000000 0 0 000 o 0 0 0 0 G 000000000 0 O 000 0 0 Type 1 - A ' Type Y buttons r • 0000 0 0000 00000 a, 0 0000 0 e Type W buttons Type I - C or II - C - R 00000000 0 000000 0 0 000 0000 0 0 0 0000 0000000000 RAISED MARKERS Type I -C / Type w buttons Type I -C o coo° 0 0000 0 0000 0 0000 0 0000 0 Type 11 - A - A Type Y buttons 000000 0000000000 0 000000 00 00000000000000000000 0o 0000000 000000 000000 0 o 0 0 a 0 O 0000 0 0000 0 ooao 0 0000 0 0000 0 Type W buttons \ Type 1 -C REFLECTORIZED PAVEMENT MARKINGS RAISED MARKERS a 0 0000 0 0000 0 ooao 0 0000 0 0000 0 R Type W buttons R type I -C 0 0 0 0 0 0 00 0 0 p 0 0 0 p O 0 0 a 0 0 m 0 0 goo:. ar 0 O 0 0 0 o s 0 0 0 o0 0 0 0 0 0 0 0 oar 0 0 0 0 0 000 o 0 } TYpe Y buttons Type II -A-A q aaaa a aaaa p 0 O a aaaa o 0000a000000000000aoo oo00000 0000000000000 RAISED MARKERS • 0000 0 0000 0 0000 0 0000 0 0000 0 Type W buttons Type 1 -C STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS BROKEN LINE OW QaEM LIME W LM4 LIME.) DOUBLE WARMS NO- PASSING 14rLECSOAI xco LINE Mms Type 1 -C , I -A or 11 -A -A Type W or Y buttons E D G E L I N E u1sE0 0 0 0 0 0 0 0 0' 0 0 0 0 0 0 1AWS SOL I D u OR SINGLE 1 60 - 3' L I NES NO- PASSING LINE "L :; C10"11C0 q• �� Whlto or Yellow WIDE LINE a0e 1(01 1W Ou.1.11I0 LIME OR C0A1041.121w L100 0500 TO DISCO-MU LAW 00.1.06.1 AIILEC1W 12E0 INRRIMOS REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS If rolled pavement markers are 0500 to supplement REMOVABLE markings, the markers sha11 be applied to the top of the tope at the approzleate mid length of tape used for broken Imes and at approximately 20 foot ap001ng for solid lines. This allows an easier removal Of 001604 markers owl tape. Raised pavement markers used as standard pavement markings shall meet the require- ments of Items '1761560 PAVEMENT MARKERS' and 'EPDXY AND ADNESIVES.• 60' • 3 Type 11 -A -A Type Y buttons � 4 to 12' O O O O O O 0 o/ o O o 0 4 to 12'1-- T 1 -C Type W buttons I mo— 60' : 3' RAMO .'-0f0 0 0 0 0 0 0 0 010 0 0 0 M,6AEm0 0 0 0 0 0 0 0 0 0 0 0 0 0 REFLECTOR I ZED Plw14MT MuOMas 1912M:MIMI } 0 0 0 0 0 0 0 0 0 0 0 0 4' l 20 _ l B' ti mime 2.91 "0 I 1 1 97 6 2 -95 White Yellow I ' — 40' : 1' 40' • 3' 66,360 0 0 0 0 0 / 0 0 0 0 0 / // 0 0 0 0 wools 1 «--10 30' V Type I -C or 11 -A -A / — 1 f~ Type W or Y buttons I•— 40' 2 I' a h- 10' Type I -C or 11 -A -A (when required) 5' • 6' Ii O I L— 10' —4-- 30 — `I Raised Pavement Markers NOTES, Pattern A Is the Deportment Standard, however Pattern 8 may be used If approved by the Engineer. Prefabricated markings may be subsltl toted for ref lectorIzea 09001001 workings. White or Yellow STAN:ARO PLANS TEXAS DEPARTIENT OF TRANSPORTATION T,offffc Operaffazs 0Wslon BARRICADE AND CONSTRUCTION STANDARDS PAVEMENT MARKINGS BC (8) -98 r0 APRIL 1992 15-1.11 Ie.•DTN I.•DN le'.G8 time, Met awe I sa. 1 0 sm PAA -44 Mow 108 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4 /x 3i- 15' R4 -7 - (R4 -8) 24" X 30" R• R3 -22 1� l I%2'R 24' 24 Mogan CLOSED 3: DD MILES AHEAD , ,tL,OCAL TRAFFIC ONLY Letters - Mack R11 -3a 1601. -10016 60" X 30" B o.d- Mite Refl. Alternate let lire loped RIIDGE ®1J/L6t R11 -3b i/. ALL L T E RAMC UST Letters - Wade Bader - 110c 48" X 60" B.Ck9rae* • mlitexefl. SIDE69AMI( CLOSED 11/4- MEAD 3 = CROSS HERE 5}4a1 -Block W ader -Slack N eck/rand - +lire Ref*. 2 2_C 8 "C 5 8 5 10 5 8 q /2" 2'C 2" 2A 2 1% R5 -9a 3� - - gawk s 24" X 15" lackgrowell Mae 11441. 12 1 5 3G 4 6•C 3%" 5 335" 4'C 4/ Letters - Black R5 -7 Border - Block 24' X 12" 80069-50* -mite 5511. 12" 1'— 34- 12" i MAO CASED / 134 "R RI 1-2 48" X 30" STI EE TIB - D QQM PI . DRONED— 1% 1%2"R 24" PEDESTRDAN 1 %z-R 24- H Alternate 1st line legend ROAD CLOSED -' TO THRNJ 1fI &D'FDO RI 1 . 4 Letters - Block 60 " Border - 60" X 30" 60119-50* - mite Refl. SODEWALK = CLOSED R5-8 24" X 12" 'R 24 . Letters - Block Bader - BloaO 60060-05* - mite Refl. CDOSSIAL CLOSED x USE OTHER SIDE Letters - Black Border - Block Beckereand - mite Refl. 60' 1( reckon, .000641 400 Letter, -11=k, R5 -9 s).00* - Black 24" X 12" Bader -11ae6 Bak9-ard - WITH Refl. 2 3 - 0 1%2' 3 "0 VA" R11 -2S R1 1 -2R R11 -2B 2/4" 3 "C 112" 3'C 2/4' 5' 4 - 0 (VD 5 36" X 36" Leiters - 61act Ryder - 01oat R01kVa0d -Witte Refl. 30' 4 ER20 -5 i e'R i 6 "C 2/ 5'C 6 - C 30 Letters - mule Refl. R5 -1 B9- - mite Ref*. 30" X 30" herder - mite Ref*. 656 - Red 55(1. 11•3" 46" E5 -10 48" X 42" R•1%" SODEVIALK CLOSED VA- 1 12 USE OTHER SIDE %• 1114044 s5=7ap 405 -Bleak R5-7T 0.14.-0 S - Black 24" X 12" lerdv BR89rskr0 - Wxite Refl. FOES DOLE 3" 36' 4 23'1' _ 3"0 3 "D 2 3'Ce 3 6' 3y.- 33"4' 0 _ 2'D - 1%x - 2"D 23 R5 -8T 24" X 30" 4 - D 2' 2' 4 B/" 9 Letters - 11111t. R fl. mrerol4 - 011}0 fl. 511001 - mite II. 02k9ra010 - green R 11. 6"E 6" 1 2h" 33. - 7 7'0 3):• 7 3y' R20 -5 24" X 30" Letters - Block 5517001 - Block Border - Bled1 Bock0rard - mite Refl. )(reek . spacing 401 R4-1 Letters - Black 24" X 30" Bards - BI Back 9-ol0* . 0110 Refl. Letters - Block Border - Block Beek9-cutl - mite Refl. 36 24 114 /C f T L 24 ' L i R lY t) z4- 3 '." 12- TI LaI fl© TONES DOUBLE — MEN — WORKERS ARE PRESENT 1 6'D 2/" 6'0 2 /x 6 1f 3/1" NOT DDM Oak S uOULI I R4 -30 Letter. - Bieck Border - Block 36" X 30" 80069-001* . Mlle Refl. 1 3' 4 . 2'D 1 2'D 1%4" R20-5 Lettere - meek P 1 ague Bader -B ea` 24" X 12" eackgrelra - Mille Refl. 4/ 5 3- 5'C 5'6 V2 0 4 /2 5"C 3' 5'C 3" 5 - C 4 1/2" 18 3 ER20 -5 P aque 36" X 18" 4/ R4 -2 24" X 30" S GORIER LIilN[E 4 6 E Oa 1l/ 3 2" R4 -3d E5 -2 48" X 48" R-,V " 36- 48" - MEN E S ARE 'PRESENT Letters - Black Bader - Block Backward - mate Refl. 6-1 Arrow Detal1 3.0 2' 3 3D 6 "C 2/2 6 "C 6 "C 3/1" Lettere - Black Border - Block Ralgror0 - Witte Refl. Letters - Black Border - Black 48" X 32" 6016901,10 - Witte Refl. 10 - E 0' 10'6 10• Letters - 61edk 00r0er - Block Bo019r*fd - Crape Refl. 2/ - 4' 6'C 3 6•C 3' 6 "C 4 - 10 R2- Letters - 01006 24" X 30" Baaer . 81 018 Bodlgraad - 011te Refl. 1 . •3I" R2-1 Lettere - Black Border - Black 24" X 30" 80169-50* - 014+0 Berl. 30 — K EE' 5_ 1DIL ES R20 -1 24" X 18" REGULATORY AND GUIDE SIGNS 10-99 'En I21 001".01001." e on I / "R HOMO SPEED Alan 24' W 4 - C 4 3/2" Letters - (flask Barden - Block 00069r0a* - Milt. Real. 10/99 Revision p j Added nee sign STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION ` Troffla Operations Division BARRICADE AND CONSTRUCTION STANDARDS ®h00 February 1994 11.02 1. -070 1. -•1 4.•60 3/5" 6 V/2" 6"C 2 /," 6 "C 3 BC (9) -99 109 SG20 -1 w/ 1 P ague- R.eera - Block 48" X 18" k'°. BalOread - trove Refl. _W. R 4r 24 r t %2 12' 36 _ROAD VI7©IrD( CM ROAD WORK =kW 5 NILES SG20 -5T 2 2/ 2)'," 2 5'8 2/2 5 2s',. 5 5 - 0 Letters - Bh00. 11/2• globes - 81¢6 48" X 18" Border -610* y, Rocky.. - 0 Refl. i DUSTIN ZONE ZONE *rear= dieing 402 CW22 -3 Lenin - Block Ryder - Week RadtiOtnR- Orono Refl. 42" X 36" 24 42' tn/2 - R 1• 3{- 7 8004.8 soachn 202 114 -8 Lettes - Bistlt 24" X 12" 8mo- .- neaps 3 S43 -10 48" X 48" B oner e d Brno - Fort 9 - Mite lords, on R. Reariad Olen/ B eltdOrind - 7.808 Oaf lapive We" rc 3 rC* 3 7•c 4 /5 - 3' 24- 6'8* 36 L TURN Of d 2-WAY RADIOS TELEPHORES J 2 /'R .R 1 4 Ya- �IY2 I 1 ' y/ I ( if rectos spacing 402 M4 -9R(L) 30" X 24" rr .8 27 -R -x ROAD l�"i ORGY zY• 4 EJ[EXT S PIUU S G20- bL(R) 72" X 24" Letters - Black 1kn0ors - Block Border - 8lack Backyard - Orape Refl. NOTE: 620.1 Series lions snail shod 01sta -es rounded to nearest Mole mile. Fra0ti0ns and decimal miles .)11 not 80 used. Letters - Black CW22 -20 ,.meer - 8lade 60" X 36" Border - Black Bagkor0Und - Maps Raft. 30 Letters • Block Sys001 • Blatt Border - Black Background - Mange Refl. 2 60' 1$•R SW3 -20 48" X 48" Books' Old Arrow - Blunt 590o1 • Red Ryder Bad m Elite 50 d9Yard 105111 Bou?yard - Yellow Refleativ. 72' 4" 5 7 B' 1 24• 5 6'C 4- 6'C 6•c 30" X 24" 10 30 311." 6'0 331.• 6'C 4 Y7 36 ):- 2/• 12• ____ „,.. %. 7 %_ „Ye 'R 334 4 - 17 — y/7 sr redone 1a007r0 400 M4 -9S Letters - Block 50001 - Black Bydr - Mock Backyard - Orange Refl. SW3 -3 48" X 48" woes wet Boric - Bled leg Circle - Red Reflective Bottom Greta - Omen Reflective Bedyard - 7e11ar Ref85011ve 2/ - R ::: WORK C�_KEP5MIL J,07 G20-10 Letters - Block 8.805 - Black 72" X 36" 00-der - - 850ck Backyard • Orange Refl. 48 Wes I M4- 10L(R) 48" X 18" Letters - Black 5 WOW - Orange Refl. Backyard - Black DETOUR 4 5'07 2' 14 /' 24• 30 I8" %- I- I' /2 R 9/• 19' 2 3 7 reduce s800)rp 400 M4- 9AR(L) 2/a 30" X 30" CW26 -1T 96" X 24" 'R ,r 24' G20 -9 72' 24" X 18" 23( •R 1 B' 4/.. 4 / e rI - 1 07 3 u I6' L 7% D I ■" I % 3 V . I3'R 7 reduce smoky 405 Letters - Bleak 5310.1 - BI¢k Barter - B1001 Backgrcal - Mope Refl. ViORK IOHC 96- 2/ 5 - 0 3 5 2/5' 4 /0 6 4 Y.' 6"C • 1 /2 - 6'C 4 1' Letters - 8l0 Boner - Black 1 8¢k9rand - Mang; 1880. 4 - 9 - COSED Letters - Bleak Border - Block 8ockroud - Mope Refl. Letters - Block B order - 51040 B OClpra5d - Meng. Refl. 36" X 18" D• SG20 -2(3 36' \ 1h-R 7 reWCe weep 400 2 1 21' ROAD WORK 1 %: G20-2o 48" X 24" ROAD CORK 2/a 5-c 5 -C7 rE 0 -700 DRDVISWAB 18" X 18" , I8' '11 1 � 5'0 tF Letters - mite Refl. 5p001 - unite Refl. Barger - Bata Ref.. 1_ 12' 8- B¢kyasd - Blue Refl. ^ — I/ . :PILOT CAN FOLLOW ICZ D -70S 42" X 14" 7" 10 - E 7- 48 Letters - 8 0ck 8arder - 8 ack Background - Orange Refl. G20-4 3 Y' 6•C 3 r 6 - C 4 %• 36" X 18" Letters - Block Border - Block Background . Move IRefl. Optional) R -1% - SHOPPING MALL -DRIVEWAY i•.. Letters - Mite Refl. 530001 - mite Refl. Barger - sh11e Refl. Bakyard - 81ve Refl. 14 w. 36 2 / - 5 • 2 r 5 - C 2 31. 3 - C 4/• 2 4'C 46 NAME MOMS CITY 3/• _ r� r r/7• CO11VTUUACTOIM 48" X 30" M4 -9N - Vorioble X 12" ins 11e -911,L or 5 sign is to be used to data, local 68,08*s or rocas that we t a State our Federal maserea highway, however, if ovoid hat ae used in ilea of tho 114 -10 sign at the 8egiming of tM Oa- 14' SC20 -6 1% •R D-70 36" X 14" 2/4 3 4/4 3'0 2/ 3 3 1 3'0 2/5' Letters - 81¢10 Border - Block Backyard - Crape Refl. or White Refl. Caption') Variable Letters - 8lack Border - B ack Backyard - Mope Refl. tour or to detour State 0s' federal miner. routes. Also. dim the •96,1 or 5 sign is used. a sign I114 -981 with the nine of tin street being detoured may Co mounted above It. 91 Alternate first Iin, legend for 0 -705 RESTAURANT ;TOR BUSINESS HOTEL (r� S 1 BmG 3 OTOB 0 - % - - DRIVEWAY 24 Letters - 811)80 Refl. Symbol - White Re I. Border - mite Ref . 0asegro rd - 8110 Ref, 2 - 4'C 2' V V O U U lJ U ZOIME EG20 -9 36' X 24" 6 4 6 4 Letters - Block Border - Blaak Baekymn0 - Orapm Ban. (DTA* !calory 1995 1.. 48 10 -99 ia•OTN I1. 11104 BO MAO ON 10..08 w4.t•. mm i ppe) -51' 10/99 Revi Q Added new 5)0n STANDARD PLANS TIXAS DEPARTIEN OF TRANSPORTATION s Traffic Operations DNlslm BARRICADE AND CONSTRUCTION STANDARDS CONTRACTOR INFORMATION, BC (9A) -99 DETOURS L WARNING SIGNS 1 O9A 1 1 1 1 1 1 1 1 11•• ■1■■ ■1i■ ■11■ 1 11■ A•• 1U•• 111■ ■11■ :Ann _11■ :111 1 1 1 1 1 f line set NIT �QG9P�7•D CW2ORP -3 SGY 66EA17•c CW2OST -3 45• 46• 3 14 . 0 ECWI-1R (L) 36' X 36' •R 4/ • I% R — I% - - 3: 1% 5 %• 7 7 9/• 7•C4 11©© E III7.6t1 C -3B FIRRIED -o CW20-3A 500I FT CW20FY -3 48' X 48- CW20 -3C CW20 -3D CW1 -6 48' X 24' CWI -7 48' X 24 ' 1 1 C120 -4A 48' X 48' ECWI -2R (L) 36' X 36' 24. SC11 -8 3/ 24' X 30' CW20 -4B 511IrlI- CW20 AN6Y8®I7Y CW20 -4D 13 15 SCW9 -2L 48' X 48' r. IB• CWI -8 34 1'/4•R 16' X 24' ECWI -3R(L) 36' X 36' 12• 12• Alternate Net line IepenO ECWI -4R (LI 36' X 36' 3 7.0 4- 7.8 4• 7•p SIGN CW2OSN- I7•° \ CW20S1 LIGHTEN I6 c CW2OL - CW20 - ID DD�D D9�J6I6•c 48 X 48' CW20 -1B CW2OBR -1 D f�ool25� I7•c RAMP SMAILI6•G 2J1 Ilff 101 1 CW2ORP -1 CW2OSG - CW20 -IC STREETI CW20ST -1 CW20 -5L CENTRAL NOTES. All eIg78 Petal lee 05 this sheet 50011 have Mack DOrdtr. legend 000/0r 5 an an crape Type C reflective Oack9r0ud. ZOO O FII I7•CII CW20- IA IWOFE— I2 1% •R 30 11 Distance Plaque 30' X 12' Al tern0te levW. 0/2 3 ECWI-60 36' X 36' 6 3•R 48' X 48' ARROW DETAIL FOR ECSI -I. ECWI -2. ECWI -3. ECWI -4 AND ECWI -60. I% CW20 -2B 500 n 407 CW20 -2A CW20 -2C 18• 0 l! V RAMP CW13-4 18' X 18' U Y U E 6 c 'MOO I I 6 C 1 500 FT— 6 500 F B•G 8 . 0 *5 4t;• B IFT UU11tl (UUD1 D . • CW20-20 4 2T4' 4•D 3X• Knees f I9 c 6 FCW20 -70 48' X 48' 24• 1 1,11 Increase morns 1008 k k optics 17 000ce necrosis maul vert cent5rllr. SCW13 - 1 24' X 24' 90004 value te to be by tee H ql neer at m STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Traffic Operations Division BARRICADE AND CONSTRUCTION STANDARDS CONSTRUCTION WARNING SIGNS BC (9B) —98 anew we Feerlkry 1 9961•• 66 I••DTA 15..o44 1a -G8 e. men I eve I ma 1 1 NNENAX NOTES An Allf eet.11a an this armel.8011 Moe Stank OOM; Iege0.1//ar nftOI r 4n stave Type C rerlactIve NocWand. SCW2I -5 36' X 36' N rate gala; 252 3•R 2 1%• CW23- 48' X 48' • mum .pa:Ine 4p% e•c 3• e•c 3• Qj CW2I -5oR CW21 -501. 48' X 48' z• I% • SCW2I -2 36• X 36' ■ reclee warp tar **instate spacing 50% 1 'h - T %D 5- 7• D N N CW23 -2 I CW23-3 48' X 48' \ . 48• X 48• ECW8 -4 36• X 36' N taken rpoclnp 25% 3•5 2• I% • 6•C Sit • 6•C 5•D 4 5'0 4• 24• 5 2 /2 . CW2I -30 36' X 36• N rages aoopl•p 40% 7 4• 7•C 4 • 7•C CW22 -IB 48' X 48• N teaks spacing 400 •R z• %• 18 Lz u HOLES I% •R CW25 -1 48• X 48' 18• X 24• 8•c VI • Y/a • e•C CW21 -16 mr 3• 4•C v2 5•D 7/e 4•c I I / / I I I I I I I I I I1 \ l R•3• 9/ 2y ' 3' 1�1 A 1 11 I/ S -12• 1 45• K CW24 -2 Vor. X 48' A mirror leope may De uea to sloe proper Ione 011onrent. STMCARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traflk Operations OVdslon BARRICADE AND CONSTRUCTION STANDARDS CONSTRUCTION WARNING SIGNS BC (9Cl - 98 act rum 5aerlvy 1998 1- -GO lo-D18 lr.4011 (a••DN 44 . 4 . 1110% SWAB" Y4J -S3 COM Min Roadway Class!- f lcatlon Posted Speed • Sign Spacing X' Lao-term 5tatlonay Or I ntermed late-term Stat lanary Approach Warning Signs CW20 Series And CW22 -1 Sign Short -term Stationary Or Short Duration Approach Warning Signs CW21 Series Other Warning Signs Ft. Slan4014 Mlnin m' Standard Minim.' Standard MPH ( A pprx.l 15thes Inor.S 1n00e5T Inches Inches C000el. 30 120 48048 36X36 30X30 or 24024 or 30X30 or 35 160 I 36x36 30x30 36036 40 240 i '' 45 320 Use Use 1 50 400 Standard 510100,0 Size Size 55 500' 60 600 48048 48x48 v 65 700' 'iY 1 1 70 B00' ExPar Frwy el 5 s, ** w* ** CBE RAL NOTES R. 1110itlaml details soy be provided in the pions concerning SIOn SI2e. flee of elmsnellzotl01 devices. Sequence of work details, end required measures needed to control traffic Grine ch0000 In the 0000000 Of work. Z traffic control devices shall conform with the Texas 'Modal on Uniform Traffic Control islets far Streets ad Highways' ITWTCO% cod shall be maintained as directed by the Smineer- Additional guide! Ines far traffic control devices mot be fond In the TD). 1 o 4Istme and Spacing shown on the TCP 5t.ndar45 are approximate. Malt traffic control Devices used dying nighttime shell be reflectorlZod. 11lunin0ted aqua within 0 externally 1IIUnlrated. 3 Gant lam Information for fo6rlcatlon erection ad usage of the following traffic central devices 1S fold In the (TURCO) and 80//10000 ad Construction (0C) 5tadardsr CONES BARRIER DEL !NEAT ION ROMS PA DA:KT 145RKINGS SIGNS 6. mem area operations are defined os f0l rows. sap -ten■ Stationery - Work that occupies a location more than 3 days. itcrnediate -term stationary - Work (lot occupie5 a location overnight to 3 days. !art -tern stationary - Daytime nark that occupies a location frown 1 to 12 hors. Mort 0308101 - Work that occupies a location up to I hour. NMI le - Work that moves Intermittently or cmtllaously. SIGNS L Selection of sign size should be based on Table I. 111102152n5 morning lights. cnaaelizln9 Devices cod/or flops may be reaulred to cal I retention to the Odven5e waning signs. 3. Tice wads UTILITY. SIGNAL. BRIDGE. LIGHTING. SIGN. 5100E1 or RAID maybe substituted for MAO In ell signs where applicable. ` lllfmil5�tlte (I0IE by the E 00nl tiro with warning signs. speeds atoll be 5.aegula0ay signs doll be wonted at 7 foot minims moulting height. 6. bnin0 signs say be minted an the approved types of supports at the minion mounting lusts as stated on 8C(41. CHANNEL IZING DEVICES 8C121 and BC13) 8C161 112 (BD) BC15( BC15(, 8C(7) and 8010) 52151Pg1 or TCP (7 -1) If oppllaa1le 8C111, BC(2), BC(32. 8C14(. BC(91, 80190). BC(96) and BC(9C) • L ine =sham spectnq between chonelizinp Devices In a taper should be 05Oroxlexrtely equal in feet to the speed limit (S). i For Intermediate term situations, Men It Is not ( in feasible to remove ad restore i. f g pavement 11 esee01a� g an ye 011310 i s511 la flaua can whre na e f gf ic Is saucing of 10 feet Is recommended, The 10 foot axm01121 p device spacing re0aeen0atlm 8.5 Intended for the area of confl iCting inf. - motion ad not the entire work Zane. 1 ChonneIIzIg device spaning should be reduced when placed on caves, hilts ar next to Potential hoz3r05. At least three 000 devices should be In view at all tI0e5. 4. SURGING taper (lane closure with 0019109 (raft101 'L SH1FT116 taper (traffic diverted to ailment lone) •1/2 L SHOULDER taper (shoulder closed to traffic) '( /3 L S ROIMISlWAU taper usage Is optional. amen used It should be 100 foot minimin length per lore. Mimes should be spaced at approximately 20 foot Intervals. L ONE LAIF, T10-WAY toper Is Intended far a portion of the road controlled by SDP, YIELD traff sla012 or 1100001 and used olternotely by traffic In each direction. It should be 50 -100 foot length with devices spaced at approximately 20 foot intervals. L arrow panels used on two -w0y. two-lc a raudwa75 should flesh In the far corner CAUTION 41531ay. WRKER SAFETY L Workers exposed to trait lc should wear °ranee safety vests. 2. Mork vehicles within 30 feet of the traveled way should have strobe Basta or rotating beacons In use. ]Lilts work vehicles ore used to C5a0aw the work area, the vehicle should be parked 30 feet or more front doe's turnearea. irons/mission yfrom wk ea S vehicles P S s hal I be epgliPPed • mounted oftealotare. 4. Inactive work vehicles. Including workers' private vehicles. Should be palled aw0y from She oak are and as close to the right -of -way line as possible. FLAGGER CONTROL 1. of001001 (5000 0.7 to 5O0Orl0) 000 t0 protect 110 ( MOO (1,002 01 0 0010515 ovine o 2. STOP/SLOW paddles Shall De used as the Primary method to control traffic by flappers. The STOP/SLOW poddle minimal size 15 IB' x (8'. Paddies say be attached to a 60 Inch staff for easier handling. Toe larger 51x0 124' z 24'l should be attoc ed to 060 Inch staff. 3. The 20 paddle should be used Men the posted speed Is 45 IPH or greater. 4. Flag are only used t0 control traffic for 0001920 cy situations and the STOP/SLOW paddles we not avallmle. Flogs shall be 24' square and secvely fostered to a staff approximately 3 feet Imo. 5. Flappers say carry hand held air horns to alert workers of an emergency condition. 6. For ore lone two -way traffic control, One Or sore flappers should be used Mere traffic density. road conditions or 0mtorisi5' slab( distance justify their use. If (loggers are used, to taper should be reduced to 50 -100 feet. Glen 1(0950rs ere used t0 cadre! traffic. the FLAGGER symbol sign 1FCW20 -7a) shall be used. When flappers ore used. the BE PREPARED TO STOP sign (CW20 -70) should be used. Proper spacing between signs should be maintained. 7. When (loggers are use0 to draw attention to traffic control devices, the FLAGGER symbol sign Could be used. Proper s9OCInp should be m.lnt0(ned. 8. When me the ere flapper Is used, a chief (lugger should be assigned the responsibility of nicking decisions concerning traffic control. 9. The antreCtor has the opt 101 to use a flashing Stop/Slow Peddle conforming to Departmental Materials Specification 0-9-8620. 1 18' 1 \ ,1 ����2 • TlY \ 18 6"C 'C 24' Background - Bed Legend 5 Border - !Mite 8' STOP -SLOW PADDLE 24• 1 X. 24 ' >I lc Backgron4 - Orange Legend 5 Border - Block 24 Beckgr0ud - Red 8ack9roud - O'anee Legend L Border - White Legend & Border - Black 24' STOP - SLOW PADDLE 0,117 pre - Qualified pr00ucts shall be Wed. A II1t of coal lee products col their tames ,may be obtained by writing or foxing. 5to l:roe Engineer Traffic Operations Division - TE Texas Deportment of Trenetatotlon 125 East 11115 Street Austin. 78008 78701.2413 Ploy (5121 415.3335 Fat (5121 416 -3161 (-soli TRE- STAMAROMglg0.dat.st0te.t0.U1 Table I TYPICAL CONSTRUCTION WARNING SIGN SIZE 45.6 AND SPACING * For typical Sign spacings on expressways ono freeways. see TWTCD typical awl (nation diopra0 or TCP Standard Sheets. • Illnlm0 distance fran work sea to (5t Advance Waning Sign ono /ar 015taae between each adaltiena( sign. **Smaller sign Sizes rimy be used Mere sign designs hove not been Included In the 'Standen] Hlgway Sign Design for Texas' 10x0.1. General Notes. 1. Special a lager size signs may be used as may be necessary. 2. 015(0150 between slpns should be increased as required to have 1590' advance warning. 3. Dlsta0e between signs 5hxeld be Increased as required to nave 1/2 mile or sore advance corning. 4. For use only on SCCv.or y roods or city streets Mere speeds are 1w. 5. Only dlanrd shaped warning sign sizes ore Indicated. 6. See sign size listing In TDIITCO. Appendix A for complete list of all oval (dole sign design sizes. 7. Mere two sizes are listed. see sign size listing In Ts01TCD, Appendix A far proper SI2e. STANDARD PLANS TEXAS DEPARTMENT OF TRANSPORTATION Truf119 OGerat!as ON15701 TRAFFIC CONTROL PLAN ©T500 (Orrery 994 I ..V.% 171 I -95 6 4 -97 4 -9a MOT TCP NOTES -98 Ion. I-.p) 11117a. MAO PAN -S4- 'Mat a wow I50 TYPICAL USAGE. IOBILE SNORT DURATION SRORT 1EM STATIONARY IMMEDIATE TEMP STATIONARY TONG TEMP STATIONARY 10' Offset e1 1 e/ i CW20- D 46' X RAGS - SEE NOTE I N 0 I • 010010( llOt Ton devices say be matted If the work area Is a elinInfn of 30' Tram the nearest troveled way. CW20 I 48' X 8' (FLAGS - SE NOTE I) CW20 -ID 48' X 48' (FLAGS - SEE NOTE 1 DTI ROAD WORK - 0 48 0 0 -2 24' (SEE NOTE 21 2 4 TCP (2 -Ib) ROAD WORK AHEAD DD ROAD WORK - 02- 48 2 ' X 2 4' (SEE NOTE 21 CW20- ID 48' X 48" (FLAGS • SEE NOTE 1) CW20 -10 48' X 48' (FLAGS - SEE NOTE I) T EN) ROAD WORK 020 -20 48' X 24' (SEE NOTE 21 0 7 c TCP (2 -Ic) EN] ROAD WORK 020 -2a 48' X 24' 1SEE NOTE 21 i Work vehicles c other ea)pment necessary for 1 Tile work eeerat)011. such as trucks, m00e001, crones, etc.. shall remin In trees separated from lanes of traffic by chonelize- tlen 00010es at all times. Work Area on Shoulder Work Vehicles on Shoulder I I Inoctive I 005)5 i vehicle EI 5.1 CW20 -10 48' X 48" (FLAGS - SEE NOTE 1) LEGEND ® Type 111 Barrioode • • Monetizing Devices Fta0 =1.0.1 Heavy Pork Vehicle ® Truck Stunted Altenotor A Troller Mounted a Portable Mlaigea0le Flashing Arrow Panel M Postage Slgn "'(-1 Flogger J.. 51gn Post iE Conventional Roads 001 **raper Imams nave been rounded off. L•Lenatn of Taper (30.) .-main of offset I(0.I wasted Speed 110011 GENERAL NOTES. I. Unless otherwise stated In the alms, flogs attached to signs are R WIRED. 2. All traffic control devices Illustrated are RE0111RE0. except those Oersted .115 the triangle S0m00I may be emitted when stated elsewhere In the Pime. 3. Type III barricades ore required on both sides of work owed et all three. (see 8C Standards for Der detol Is.) 4. Stockpiled material should be placed a mintswan 30' from nearest traveled way. 5. Oh nigh speed foci titles advance worming signs should be Installed a0proxlm0lely 3% from the work area or fran the beginning of 0 lane or shoulder taper. On low speed facilities the advance warning slots should be phased m the ' minl0tm distance. Only Pre'QAIIfled products /toll Pe used. A 1)st of ccap)lent Products and their 5O %Cos way 80 .0t0)nled by writing or faxing. Stipa: is Engineer Traffic Operations 0)v)s)an . TE Texas Departmcot of Transpertotlon 125 East stn Street 0.At)55. Tams T6701 - 2483 Phone 15121 416 -3335 Fax 15121 416.3161 E-10a11 TRF- 5TANOAROBwal lge. Oct. state. tx. us STANDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traffic Operations OV,Lslm TRAFFIC CONTROL PLAN TCP(2 -I) - 98 (011m0T bomber 1995 1^-L0 10.31 1. 1x•.51 (e.., 2 94 9 -95 1-91 4.90 11001.1. LP MEI 1- wows es 1.= ulnlmm 00.1rable Toper Lengths it* S0aaest00 Rawl. s 5000in0 of Device Rinlm.. Slav Spocl.o Piero-ea Peeted Speed* Fgm. 10' Offset 11' offset 12' Offset On a Taper Ong Tangent 30 2 L• 60 150' 165' 180' 30' 60' -75' 120' 35 205' 225' 245' 35' 70' -90' 160' 40 265' 295' 320' 40' 80' -100' 240' 45 L WS 450' 495' 540' 45' 90' -110' 320' 50 500' 550' 600' 50' 100' -125' 400' 55 550' 605' 660' 55' 110' -140' 500' 60 600' 660'720' 60' 120' -150' 11600' 65 650' 715' 780' 65' 130' -165' 0 700' 70 700' 770' 840' 70' 140' -175' *800' CW20- D 46' X RAGS - SEE NOTE I N 0 I • 010010( llOt Ton devices say be matted If the work area Is a elinInfn of 30' Tram the nearest troveled way. CW20 I 48' X 8' (FLAGS - SE NOTE I) CW20 -ID 48' X 48' (FLAGS - SEE NOTE 1 DTI ROAD WORK - 0 48 0 0 -2 24' (SEE NOTE 21 2 4 TCP (2 -Ib) ROAD WORK AHEAD DD ROAD WORK - 02- 48 2 ' X 2 4' (SEE NOTE 21 CW20- ID 48' X 48" (FLAGS • SEE NOTE 1) CW20 -10 48' X 48' (FLAGS - SEE NOTE I) T EN) ROAD WORK 020 -20 48' X 24' (SEE NOTE 21 0 7 c TCP (2 -Ic) EN] ROAD WORK 020 -2a 48' X 24' 1SEE NOTE 21 i Work vehicles c other ea)pment necessary for 1 Tile work eeerat)011. such as trucks, m00e001, crones, etc.. shall remin In trees separated from lanes of traffic by chonelize- tlen 00010es at all times. Work Area on Shoulder Work Vehicles on Shoulder I I Inoctive I 005)5 i vehicle EI 5.1 CW20 -10 48' X 48" (FLAGS - SEE NOTE 1) LEGEND ® Type 111 Barrioode • • Monetizing Devices Fta0 =1.0.1 Heavy Pork Vehicle ® Truck Stunted Altenotor A Troller Mounted a Portable Mlaigea0le Flashing Arrow Panel M Postage Slgn "'(-1 Flogger J.. 51gn Post iE Conventional Roads 001 **raper Imams nave been rounded off. L•Lenatn of Taper (30.) .-main of offset I(0.I wasted Speed 110011 GENERAL NOTES. I. Unless otherwise stated In the alms, flogs attached to signs are R WIRED. 2. All traffic control devices Illustrated are RE0111RE0. except those Oersted .115 the triangle S0m00I may be emitted when stated elsewhere In the Pime. 3. Type III barricades ore required on both sides of work owed et all three. (see 8C Standards for Der detol Is.) 4. Stockpiled material should be placed a mintswan 30' from nearest traveled way. 5. Oh nigh speed foci titles advance worming signs should be Installed a0proxlm0lely 3% from the work area or fran the beginning of 0 lane or shoulder taper. On low speed facilities the advance warning slots should be phased m the ' minl0tm distance. Only Pre'QAIIfled products /toll Pe used. A 1)st of ccap)lent Products and their 5O %Cos way 80 .0t0)nled by writing or faxing. Stipa: is Engineer Traffic Operations 0)v)s)an . TE Texas Departmcot of Transpertotlon 125 East stn Street 0.At)55. Tams T6701 - 2483 Phone 15121 416 -3335 Fax 15121 416.3161 E-10a11 TRF- 5TANOAROBwal lge. Oct. state. tx. us STANDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traffic Operations OV,Lslm TRAFFIC CONTROL PLAN TCP(2 -I) - 98 (011m0T bomber 1995 1^-L0 10.31 1. 1x•.51 (e.., 2 94 9 -95 1-91 4.90 11001.1. LP MEI 1- wows es 1.= TYPICAL USAGE( M78ILE SNORT ORATION MT 1E81 57ATIO= INTERMEDIATE TERM STATIONARY LONG TERM STATIONARY 10' offset 1 I 1 an a Terpent T 7' minlmm (SEE MOTE 51 1 YIELD 42' 0 ONCOMING TRAFFIC 5 551 48' X 6' -Tea5Oror (SEE NO Type 111 barricade, charnel Ring devices,0,- Shadow vehicle with orange 111045 R warning 110hts. When shadow vehicle IS required, It 5ea11 be equipped with Truck Moulted AtterSptar- A TooSorary 24' Stop Line (SEE NOTE 21 E10 AD WORK G20 -20 X 42' 48' X 24' 4 SRI -20 48' x 36' LBoadera 01006 Background - White Refleetive 36' SRI -2 42' X 42' X 42' TO SRI -2b ONC TRAFFOMIC G 48' X 36' (SEE NOTE 5) 5W3 -2a 48' X 48• CW20 -40 48' X 48' 0 -ID 4:' X 48' (FLAGS- E NOTE II 4/ • 6' 0 4/ 6' 0 4 /z' 6'E 4/L CW20 -4 48' X 48' FCW20 -To 48' X 48' Plaque 24' X 18' Teeoorcry Stop Line (SEE NOTE 2) Type III bOrricOde, cheaellzing devices, Or shadow vehicle with orange flogs Or warning lights. when 5t00Jw Veh101e IS ' required, It sail be equipped with Truck Wanted Attenuator, EI0 ROAD WORK G20 -20 48' X 24' TCP (2 -2b) The reaulrement for shadow vehicles will be listed In the project GENERAL NOTES. Item 502. Barricades. 51pns end Traffic Rend! log. CT120 -10 48' X 48' (FLAGS -SEE NOTE 11 cP 00' Min. 100' Mln. FCW20 -To 48' X 48' - T•pprary 24' Stop Line X%II Plague 15EE NOTE 21 _ — 0(67 24' X 18' 2 -Lane Roadway Without Paved Shoulders One Lane Closed Inadequate Field of View CW20 -4 48' X 48' Ej0 ROAD WORK 020 -2o 48' X 24' CW20 -ID 48' X 48' (FLAGS -SEE NOTE Il FCW20 -7b - 48' X 48' (SEE NOTE 21 LEGEND ® Type III 8,011,00. • • 0050elizln0 Devices q Flog Heavy Work Vehicle in Truck Mounted Anew:d01' ® Troller Mounted Flashing Arrow Panel M e Portable Chonpeoble Message Sign 10 Flogger i Slat Post if 601100011000l Roues Only .. Taper lengths rave been roun000 Off. L•Lergtn of Toper NWT.) ••.IOth Of Offset 100.1 5.0551.0 50.0 11PH1 GENERAL NOTES 1. Flops attached to slats are RE001000 2. All traffic control device0 Illustrated are 0E0010E0, except t5OSe denoted with the triangle Sy0D01 soy be omitted when stated elsewhere In the plate. 3. The BE PREPARED TO STOP stet 0Oy be Installed after the ONE LANE ROAD XXX FT sue, but proper sio n sexing 011011 be maintained. 4. YIELD sign traffic control may be used on projects with approaches that have oaegate 8100 0150000. For protects In urban areas. work zones Should be no larger than ate half city block. In rural areas an roadways with less than 4000 ADT and work areas should be no longer than 400'. 5. YIELD TO ONCOMING TRAFFIC elan 10)011 be placed on a support at a 7' minlnun .hotting height. 6. 111085ere 010111d use two-soy ro01o0 or other methods of 00nxt1Cat100 to control treffl0. 7. Length of work Rea should be based an the obi Ity of flappers to cam5nlcate. 8. See TCPINOTESI, CRANELIZING DEVICES. note •2 for recanrended 10 foot char ellzing device spocine. Only pre•quollfied products 10X111 be used. A 1 1s of senp1tech Products and their eolrees say be obtained by .rittn0 a (Wait Standards (Winer Traffic Oper0flae 010151an - 7E Texas 055Rt• nt of Tranaportatlon 125 East Ilth Street Austin, Texas T8101 -2183 (Tae 95121 416.3335 Fos 95121 416-3161 (46011 7RF• STASOAROOsalige.dot.state.tx.us STANDARD PLANS fF DEPARTMENT OF TRANSPORTATION . Traffic Operations 050,1an TRAFFIC CONTROL PLAN TCP(2 -2) -98 ()Tt0DT 0.900er 1985 10'15 Ia.•MT It..001 Iu'lft l °• wen 2 94 9.95 1.97 4.99 6 OWL o•folaa l here. Mono 1.= ulntnm Desirable Teter Lengths.. SWpested Maelnm Stwaina of Newt= Ulnae,' Slan 500010 eistance Posted Speed* Far5ul0 10' offset 11• Offset 12' Offset On a Tow an a Terpent 30 2 150' 165' 180' 30' 60' -75' 120' 35 L• f 205' 225' 245' 35' 70' -90' 160' 40 265' 295' 320' 40' 80' -100' 240' 45 450' 495' 540' 45' 90' -110' 320' 50 500' 550' 600' 50' 100' -125' 400' 55 550' 605' 660' 55' 110' -140' 500' 60 L W5 600' 660' 720' 60' 120' -150' .600' 65 650' 715' 780' 65' 130' -165' 0700' 70 700' 770' 840' 70' 140' -175' .800' T 7' minlmm (SEE MOTE 51 1 YIELD 42' 0 ONCOMING TRAFFIC 5 551 48' X 6' -Tea5Oror (SEE NO Type 111 barricade, charnel Ring devices,0,- Shadow vehicle with orange 111045 R warning 110hts. When shadow vehicle IS required, It 5ea11 be equipped with Truck Moulted AtterSptar- A TooSorary 24' Stop Line (SEE NOTE 21 E10 AD WORK G20 -20 X 42' 48' X 24' 4 SRI -20 48' x 36' LBoadera 01006 Background - White Refleetive 36' SRI -2 42' X 42' X 42' TO SRI -2b ONC TRAFFOMIC G 48' X 36' (SEE NOTE 5) 5W3 -2a 48' X 48• CW20 -40 48' X 48' 0 -ID 4:' X 48' (FLAGS- E NOTE II 4/ • 6' 0 4/ 6' 0 4 /z' 6'E 4/L CW20 -4 48' X 48' FCW20 -To 48' X 48' Plaque 24' X 18' Teeoorcry Stop Line (SEE NOTE 2) Type III bOrricOde, cheaellzing devices, Or shadow vehicle with orange flogs Or warning lights. when 5t00Jw Veh101e IS ' required, It sail be equipped with Truck Wanted Attenuator, EI0 ROAD WORK G20 -20 48' X 24' TCP (2 -2b) The reaulrement for shadow vehicles will be listed In the project GENERAL NOTES. Item 502. Barricades. 51pns end Traffic Rend! log. CT120 -10 48' X 48' (FLAGS -SEE NOTE 11 cP 00' Min. 100' Mln. FCW20 -To 48' X 48' - T•pprary 24' Stop Line X%II Plague 15EE NOTE 21 _ — 0(67 24' X 18' 2 -Lane Roadway Without Paved Shoulders One Lane Closed Inadequate Field of View CW20 -4 48' X 48' Ej0 ROAD WORK 020 -2o 48' X 24' CW20 -ID 48' X 48' (FLAGS -SEE NOTE Il FCW20 -7b - 48' X 48' (SEE NOTE 21 LEGEND ® Type III 8,011,00. • • 0050elizln0 Devices q Flog Heavy Work Vehicle in Truck Mounted Anew:d01' ® Troller Mounted Flashing Arrow Panel M e Portable Chonpeoble Message Sign 10 Flogger i Slat Post if 601100011000l Roues Only .. Taper lengths rave been roun000 Off. L•Lergtn of Toper NWT.) ••.IOth Of Offset 100.1 5.0551.0 50.0 11PH1 GENERAL NOTES 1. Flops attached to slats are RE001000 2. All traffic control device0 Illustrated are 0E0010E0, except t5OSe denoted with the triangle Sy0D01 soy be omitted when stated elsewhere In the plate. 3. The BE PREPARED TO STOP stet 0Oy be Installed after the ONE LANE ROAD XXX FT sue, but proper sio n sexing 011011 be maintained. 4. YIELD sign traffic control may be used on projects with approaches that have oaegate 8100 0150000. For protects In urban areas. work zones Should be no larger than ate half city block. In rural areas an roadways with less than 4000 ADT and work areas should be no longer than 400'. 5. YIELD TO ONCOMING TRAFFIC elan 10)011 be placed on a support at a 7' minlnun .hotting height. 6. 111085ere 010111d use two-soy ro01o0 or other methods of 00nxt1Cat100 to control treffl0. 7. Length of work Rea should be based an the obi Ity of flappers to cam5nlcate. 8. See TCPINOTESI, CRANELIZING DEVICES. note •2 for recanrended 10 foot char ellzing device spocine. Only pre•quollfied products 10X111 be used. A 1 1s of senp1tech Products and their eolrees say be obtained by .rittn0 a (Wait Standards (Winer Traffic Oper0flae 010151an - 7E Texas 055Rt• nt of Tranaportatlon 125 East Ilth Street Austin, Texas T8101 -2183 (Tae 95121 416.3335 Fos 95121 416-3161 (46011 7RF• STASOAROOsalige.dot.state.tx.us STANDARD PLANS fF DEPARTMENT OF TRANSPORTATION . Traffic Operations 050,1an TRAFFIC CONTROL PLAN TCP(2 -2) -98 ()Tt0DT 0.900er 1985 10'15 Ia.•MT It..001 Iu'lft l °• wen 2 94 9.95 1.97 4.99 6 OWL o•folaa l here. Mono 1.= TYPICAL USAGE( W81LE SHORT OI.RAIICN SNORT TERM STATIONARY INIFRE0IATE TEFL STATIONARY LONG TERN STATIONARY of 10' offset 11' Offset 12' Offset i a1 AHEAD TA is /Ial'f "1o1 uSl.rlt ETD ROADWORK 620-20 48' X 24' CW20 -ID 48' X 48' LAGS - SEE NOTE 11 g 41 4 TCP (2 -5a) One Lane Closed More Than Two Weeks 620 -2a 48' X 24' 20 6 IA) 13 -/ Cw lope SPAera4 W04.8- dmshrodeor, Type 111 barricade. dWnel(ZIflg devices,** shesise-wen4e+e-wfh aka. x-13 Shoulder Taper • 1/3 L CW20-5R 48' X 48' 1Dx1T1 8'X4 48' % 48' ROAD WORX F0 Of LIIE LEFT R20 -2L 48' X 60' (SEE NOTE 2) 0020 -100 48' % 48' (FLAGS - SEE NOTE 11 CW20 -ID 48' X 48' (FLAGS - SEE NOTE 1) FORD 02 LINE R16RT R20 -2R 48 X 60' I D0 TT 1 (SEE NOTE 21 ECWI -60 36• X 36' SCWI -40 48' X 48' 51013 -i 24' X 24' The re011resent for shales vehicles will be listed In the project GENERAL NOTES. Item 502, Brrieodes. 51010 uld Traffic linoling. F0104 ONE LIKE LEFT -20 % 24' R20 -2L 48' X 60' (SEE NOTE 2) ECW -6o 36' X 36' SOY 1 -4L 48' X 48 SCWI3 -I 24' X 24' 5000(0er Taper • 1/3 L CW20 -5R 48' % 48' CW20 -5R 48' X 48' CW20 -ID 48' X 48' (FLAGS - SEE NOTE 11 1E0E10 Type 111 Barricade • • CtlanelIzInO Devices F 10g 1 heavy Work Vehicle Em Truck Wanted Attenu0tor irailr 4an ted A Portf0le Cnage0Ole Flasning Arrow Pmel M Lkssage Slgn ll.) Flogger wg. Sign Post *Conventional boobs Only * *Toper 10000th• hove been reale. off. L •LenOm of Taber 1f T.1 e.eldtb of OffSet 01.1 5• 80ee0 (0983 GENERAL NOTES 1. Unless otherwise stated In the plans. flogs attached to signs are 0E01115E0 2. The FORK ONE LINE LEFT for RIGHT) sign may be used following the RIGHT (or LEFT/ LAIR CL05E0 XXX FT glen. Spacing distance between signs should be the William 4(stolce Indicated. 3. Shen the work Zane 0111 be In place dare 9Ml two weeks. conflicting pavement markings shall be relroved. New 03*l :a shall be Installed owl maIntoined to the satisfaction Of the Engineer. 4. 200006'2001 toper Is optlaol. then used. It should be 100' minimm length per lane. 5. See 10' (NOTES), CHAINELIZING 0E916E5. note •2 for reeame1ded 10 foot Channel (zing device 5paclfg. 0n93 pre-0,0llfled products shall be used. A 11at of cre01101 Products Ono 0Mtr sources may be 06(01810 by erttln0 r f0Xhgl 5(050ords Engineer Traffic Operations 0(010(01 - TE Texas Depa'teeflt of Transportation 125 East IIth Street Austin, Texas 78101.2483 Mate (5121 416.3335 fax 1512) 416.3161 E'm311 TRF- STANDAROOeollew.0ot.state.ts.u8 STANDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traffic Operations DIv131on TRAFFIC CONTROL PLAN TCP (2-5) -98 0)100 (ember 1985 I - -LR Ie.. 1 -011 less. son 2-94 .ma l'�"+` leas wlexp P'S7 6 e 95 an, (em„ I as ea.( MUM 1 - 9T 4 -9e 1 165 UInloun Desirable Taper L,nothe * * Suppested llanlnun 500c a0 of 0eviee Nlnlmm Slan 5000io0 01.90nce Pasted 5e0* G ro matln of 10' offset 11' Offset 12' Offset on • Toper On a ragent 30 2 150' 165' 180' 30' 60' -75' 120' 35 L. 60 205' 225' 245' 35' 70' -90' 160' 40 265' 295' 320' 40' 80' -100' 240' 45 450' 495' 540' 45' 90' -110' 320' 50 500' 550' 600' 50' 100' -125' 400' 55 550' 605' 660' 55' 110' -140' 500' 60 L WS 600' 660' 720' 60' 120' -150' *600' 65 650' 715' 780' 65' 130' -165' *700' 70 700' 770' 840' 70' 140' -175' *800' AHEAD TA is /Ial'f "1o1 uSl.rlt ETD ROADWORK 620-20 48' X 24' CW20 -ID 48' X 48' LAGS - SEE NOTE 11 g 41 4 TCP (2 -5a) One Lane Closed More Than Two Weeks 620 -2a 48' X 24' 20 6 IA) 13 -/ Cw lope SPAera4 W04.8- dmshrodeor, Type 111 barricade. dWnel(ZIflg devices,** shesise-wen4e+e-wfh aka. x-13 Shoulder Taper • 1/3 L CW20-5R 48' X 48' 1Dx1T1 8'X4 48' % 48' ROAD WORX F0 Of LIIE LEFT R20 -2L 48' X 60' (SEE NOTE 2) 0020 -100 48' % 48' (FLAGS - SEE NOTE 11 CW20 -ID 48' X 48' (FLAGS - SEE NOTE 1) FORD 02 LINE R16RT R20 -2R 48 X 60' I D0 TT 1 (SEE NOTE 21 ECWI -60 36• X 36' SCWI -40 48' X 48' 51013 -i 24' X 24' The re011resent for shales vehicles will be listed In the project GENERAL NOTES. Item 502, Brrieodes. 51010 uld Traffic linoling. F0104 ONE LIKE LEFT -20 % 24' R20 -2L 48' X 60' (SEE NOTE 2) ECW -6o 36' X 36' SOY 1 -4L 48' X 48 SCWI3 -I 24' X 24' 5000(0er Taper • 1/3 L CW20 -5R 48' % 48' CW20 -5R 48' X 48' CW20 -ID 48' X 48' (FLAGS - SEE NOTE 11 1E0E10 Type 111 Barricade • • CtlanelIzInO Devices F 10g 1 heavy Work Vehicle Em Truck Wanted Attenu0tor irailr 4an ted A Portf0le Cnage0Ole Flasning Arrow Pmel M Lkssage Slgn ll.) Flogger wg. Sign Post *Conventional boobs Only * *Toper 10000th• hove been reale. off. L •LenOm of Taber 1f T.1 e.eldtb of OffSet 01.1 5• 80ee0 (0983 GENERAL NOTES 1. Unless otherwise stated In the plans. flogs attached to signs are 0E01115E0 2. The FORK ONE LINE LEFT for RIGHT) sign may be used following the RIGHT (or LEFT/ LAIR CL05E0 XXX FT glen. Spacing distance between signs should be the William 4(stolce Indicated. 3. Shen the work Zane 0111 be In place dare 9Ml two weeks. conflicting pavement markings shall be relroved. New 03*l :a shall be Installed owl maIntoined to the satisfaction Of the Engineer. 4. 200006'2001 toper Is optlaol. then used. It should be 100' minimm length per lane. 5. See 10' (NOTES), CHAINELIZING 0E916E5. note •2 for reeame1ded 10 foot Channel (zing device 5paclfg. 0n93 pre-0,0llfled products shall be used. A 11at of cre01101 Products Ono 0Mtr sources may be 06(01810 by erttln0 r f0Xhgl 5(050ords Engineer Traffic Operations 0(010(01 - TE Texas Depa'teeflt of Transportation 125 East IIth Street Austin, Texas 78101.2483 Mate (5121 416.3335 fax 1512) 416.3161 E'm311 TRF- STANDAROOeollew.0ot.state.ts.u8 STANDARD PLANS TEXAS DEPARTIENT OF TRANSPORTATION Traffic Operations DIv131on TRAFFIC CONTROL PLAN TCP (2-5) -98 0)100 (ember 1985 I - -LR Ie.. 1 -011 less. son 2-94 .ma l'�"+` leas wlexp P'S7 6 e 95 an, (em„ I as ea.( MUM 1 - 9T 4 -9e 1 165 1 1 3x01,1 QAOU r HH iligM IlinH InHiegl r euww.wiwumwrarer•-vesem.wiewmwsweessener,Tne:e4TotestuesT 0521.10 1500'• op x. 60' -100' Truck Mounted Attenuotar, see Note 4. 1500'. opprox. Shoulder 6W ed Attenuotor, see Note 4. CRI -u0 Typical Trail Vehicle with RIGHT Directional display Flashing Arrow Panel Truck Mounted Attenuator,see Note 4. Work On Shoulder • Typical Trail Vehicle with (four corner flash) CAUTION display Flashing Arrow Panel CW21 -10 11Ir_ Truck Monied Attenuotor, see Note 4. 1500'• approx. Shoulder 60' -100' 60' -100' Work 000101e with strobes 60' -IOO' 1500'• opprox. Work On Travel Lone Qi * ** - r WO r /(/ with 60' -100' one TCP (3 -Ic) wits-Way Roadway Without Paved Shoulders le does Lead vehicle with strobes Arrow P01el (optional) LETTERS • BLACK O0ROER • BLACK BACKGMINO • ORANGE GENERAL N3TE5 1. TRAIL, SHADOW, LEAD. and work vehicles shall be equipped with arrow panels as illustrated. The Engineer will determine If the LEAD VEHICLE and/or TRAIL VEHICLE are required cased on prevailing roadway Oxaitlans, traffic volume, and sight dlstonce r.05116tlons. 2. All traffic control devices stall be In aCCordcO00 with the - Texas Rawl an Uniform Traffic Control Devices' ITWTCOI. latest edition. 3. The use of yellow rotating beacon or strobe iglus an vehicles ore required unless otherwise states elseutere In the plans. 4. The use of truck moulted atten,ators (TMA) an the SHADOW VEHICLE Oa the TRAIL VEHICLE are required. 5. Optimal striping an the bock acne! of 011 trUCk mounted attenuate's Shall be 8' red cod white reflective sheeting placed In an Inverted 'Y' design. 010100tive sheeting shell meet or exceed the reflectivity and c0I0.' requirements of DEPAR➢ENTAL MATERIAL SPECIFICATION 0-9.4300. TYPE C. 6. FlaShIno Arrow Panels shall be Type Bar Type C as per 8C Stonaoras. The panel operation shell be Controlled from Inside the vehicle. 7. Eat, vehicle shall have two-way radio oo municatlm capability. 8. Wien work convoys must clove lanes, the TRAIL VEHICLE should clove lanes first to shadow the other convoy vehicles. 9. Vehicle spacing between TRAIL VEHICLE ono SHADOW VEHICLE will vcry depending on sight dletonce restrictions. Motorists approaching the work convoy should be cote to see the TRAIL VEHICLE in flee to slaw down and /or chive Imes as they opproo05 the TRAIL VEHICLE. 4V7 CW2I -10 Ong pre- ou011flen prat 0011 be used. A Het of caap110 t gea5Sls and their sources coy be obtains by writing or foxing. Stolaoras flgt,Wer Traffic Operations 01,111an - TE Texas 0890rtxent of Tralepartotlon 125 Eat 11th Street Austin. Texas T8701 -2483 Prove (5121 416 -3335 Fax 15121 416 - 3161 E TRF STA4CARO0so1 Ig0.1Dt.state.tx.us Red Reflective rill white Reflective ` TM T3 (WIDTH OF A)!6' OPTIONAL STRIPING FOR TMA STRIPING FOR TM WILL et ' REOUIREO ON ALL PROJECTS AWARDED AFTER JANUARY 1. 2000 * TRAIL VEHICLE * * SHADOW VEHICLE all * * WORK VEHICLE Legend: 2 94 e 95 1 -97 4-90 Truck mounted l ottenuator HEAVY WORK VEHICLE Arrow Panel Displays 4 RIGHT Directional 4 LEFT Directional I� RIGHT or LEFT Directional CAUTION (node STANDARD PLANS TEXAS'OEPARTIENT OF TRANSPORTATION s tretic apvafra*S ONTJIm TRAFFIC CONTROL PLAN MOBILE OPERATIONS UNDIVIDED HIGHWAYS TCP(3-I) -98 IDTn00T Deaemer 1939 I••LR Iwo.- (. -ox Id l. ° MIA MINOS pm-5k Shadow and trait vehicle shall be equipped with Truck Moulted Attenator. w., � - � a. I Me •■•• 175